Loading...
HomeMy WebLinkAboutContract 47793 0W SECRUA%,V/ COMTRAcy Mi, FORT WORTH Sanitary Sewer Pipe Enlargement Contract 2015A City Project No. 2737 WN .. . . . . . . . . . M aIT- l- e" n OFFICIAL RECORD CITY SECRETARY r,q.WORTH,YX CERTIFICATE OF INTERESTED PARTIES IG-a'7'IO� FORM 1295 10f1 Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-31088 William J Schultz Inc dba Circle C Construction Company Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/25/2016 being filed. City of Fort Worth Date A wled ed: 4 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. 2737 Sani Sewer Pipe Enlargement Contract 2015A 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Skelly,Teresa Fort Worth, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. MICHELE S.LANKFOIW Notary Public STATE OF TEXAS j Notary ID#1175946-6 My Comm.Exp.October 7,2019 Signature of authorized agent f contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE G'!- 1 Sworn to and subscribed before me,by the said rP�+�Gl. JI�� ( / this the 0O day of F► lC�.lr( 20 1 (e to certify which,witness my hand and seal of office. r It NA le Signature of officer administering o Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SANITA R Y SEWER PIPE ENLARGEMENT CONTRACT 201 SA PROJECT NUMBERS: City Project No. 2 73 7 JOHN CARMAN DIRECTOR WATER DEPARTMENT 2015 APPROVED C `- y C) ( 1 3 r ANDRETYT.CRONBERG,P.E.,ASSTS ANTDIRECTOR, TVA TER DEPARTMENT APPROVED (o ryL) TONYSHOLOLA,P.E., ENGINEERINGM4NAGER, WATER DEPARTMENT RECOMMENDS DATE FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Sanitary Sewer Pipe Enlargement Contract 2015A City Project No. 2737 Betsy Price David Cooke Mayor City Manager John Carman Director, Water Department October 2015 FORTWORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-1 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 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 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 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 22,2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 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 Documents Division 02 - Existing Conditions 02 41 14 Utility Removal/Abandonment Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 11 23 Flexible Base Courses 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33— Utilities 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3331 50 Sanitary Sewer Service Connections and Service Line Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://projectpoint.buzzsaw.com/client/fortworthciov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 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 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 1313 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 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 01 31 Closed Circuit Television (CCN) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 22,2013 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 04 11 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 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 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 05 30 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 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 1250 Water Sample Stations 33 12 60 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 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 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 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 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 34 41 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 22,2013 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/3/2016 - Ordinance No. 22187-05-2016 DATE: Tuesday, May 03, 2016 REFERENCE NO.: **C-27702 LOG NAME: 60SEWERENLARGE- CIRCLEC SUBJECT: 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 the Sewer Pipe Enlargement Contract 2015A Throughout the City and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$1,210,000.00; and 2. Authorize the City Manager to execute a contract with William J. Schultz Inc. d/b/a Circle C Construction Company, in the amount of$1,000,000.00 for the Sewer Pipe Enlargement Contract 2015A, including the option to renew for up to two additional terms. DISCUSSION: The work to be performed under this contract consists of replacing sewer mains, services and other pertinent construction by trenchless methods 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 project is $1,000,000.00. Final payments will be made based on the unit prices established by the bid and actual measured quantities installed. The bid documents also included a stipulation giving the City the option to renew(subject to appropriated funding)this contract two times under the same terms, conditions and unit prices. The project was advertised on November 5, 2015 and November 12, 2015 in the Fort Worth Star- Telegram. On December 10, 2015 the following bids were received: BIDDER AMOUNT I TIME [William J. Schultz Inc.d/b/a Circle C Construction Company 2,412,520.00 365 Days In addition to the contract amount, $210,000.00 is required for project management, construction staking,material testing and inspection. This contract will have no impact on the Water Department's operating budget when complete. Appropriations for the Sewer Pipe Enlargement Contract 2015A Project will consist of the following: Description Existing Additional uture Appropriations Fojet Total* Appropriations I Appropriations Construction $0.00 $1,000,000.00 1 $0.00 $1,000,000.00 �roject Management, onstruction Staking,Material $0.00 $ 210,000.00 $0.00 $ 210,000.00 esting,Inspection and Contingencies Project Total $0.00 $1,210,000.00 — $0.00 $1,210,000.00 *Numbers rounded for presentation purposes. Appropriations for the Sewer Pipe Enlargement Contract 2015A Project by fund will consist of the following: FUND lAppropriations* Sewer Capital Projects Fund 59607 $1,210,000.00 roject Total $1,210,000.00 *Numbers rounded for presentation purposes. M/WBE OFFICE - William J. Schultz, Inc. d/b/a Circle C Construction Company, is in compliance with the City's BDE Ordinance by committing to zero percent MBE participation and documenting good faith effort. William J. Shultz, 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 11 percent. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. The Fiscal Year 2016 Sewer Operating Budget includes appropriations of$26,300,046.00 for the purpose of providing pay-as-you-go funding for Sewer Capital Projects. After this transfer for Fiscal Year 2016, the balance will be $16,561,660.00. Existing Additional Future Revised FUND Appropriations Appropriations Appropriations �Appropriations� Sewer Capital Projects Fund 59607 $0.00 $1,210,000.00 $0.00 $1,210,000.00 Project Total $0.00 $1,210,000.00 $0.00 v $1,210,000.00 * Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDS): TO Fund Department Account P ID ct ProgramActivity year Budget CRhartfield 2 Amount 1)59607 0700430 4956001 CO2737 C017ZZ 2016 $1,210,000.00 1)59607 0700430 5110101 CO2737 C01730 2016 $101,500.00 1)59607 0700430 5710010 CO2737 C01741 2016 $2,000.00 1)59607 0700430 5310350 CO2737 C01742 2010 $2,000.00 1)59607 0700430 5310350 CO2737 C01751 2016 $2,000.00 1)59607 0700430 5330500 CO2737 C01751 2016 $10,000.00 1)59607 0700430 5310350 CO2737 C01752 2016 $1,000.00 1)59607 0700430 5330500 CO2737 C01752 2016 $15,000.00 1)59607 0700430 5330500 CO2737 C01753 2016 $1,000.00 1)59607 0700430 5330500 CO2737 C01781 2016 $300.00 1)59607 0700430 5540101 CO2737 C01781 2016 $200.00 1)59607 0700430 5310350 CO2737 C01784 2016 $5,000.00 1)59607 0700430 5330500 CO2737 C01784 2016 $20,000.00 1)59607 0700430 5740010 CO2737 C01783 2016 $1,000,000.00 1)59607 0700430 5110101 CO2737 C01785 2016 $50,000.00 FROM Fund DeplDtment Account PID ct ProgramActivity year Budget Reference 2 Amount ( ) 2)59607 0700430 5740010 CO2737 C01783 2016 $1,000,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Adolpho Lopez (7829) ATTACHMENTS 1. 60SEWERENLARCE CIRCLEC MWBE.pd (CFW Internal) 2. 60SEWERENLARGE - CIRCLEC sewer AO.docx (Public) 3. 60WSR2015A Cirejec 1295 Fonn.pdf (Public) 4. Fund 5600 I.docx (CFW Internal) 5. SAM for Circle C Construction.pd (CFW Internal) FORTWORTH SANITARY SEWER PIPE ENLARGEMENT CONTRACT 662015A" "MSSPE2015A" City Project Number: 02737 ADDENDUM I P Release Date: November 19, 2015 Information to Bidders: Replace bid proposal item 113 with the following: r 113. - 30 Ea. Street Use Permit $ 100.00 $ 3000.00 Per Each: Dollars l and Cents Please acknowledge receipt of the Addendum in the bid proposal an g p p p don the outside of the sealed envelope. John Carman Receipt Acknowledged: Director, W Department By: A Deeter, P.E. Engineering Services WATER DEPA RTPU ENT - ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 Qp Printed on recycled paper f pr`s l FORTWORTH SANITARY SEWER PIPE ENLARGEMENT CONTRACT "2015A" f "MSSPE2015A" City Project Number: 02737 ADDENDUM 2 Release Date: December 2, 2015 1. Section 00 1 t 13 -Invitation to Bidders page 1 of 2 line 21 Change option to renew amount to 51,000,000.00. 2. Section 0135 13 -Special Project Procedures page 3 of 11 line 36: Change contract award amount to$1,000,000.00.- 3. Section 0135 13 - Special Project Procedures, page 4 of 11 line 6• Change option to renew amount to$1,000,000.00. 4. Delay bid opening until December 10, 2015. I Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. John Carman Receipt Acknowledged: Director ter Departme t By4icter, P.E. Engineering Services WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CrrY OP FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 0 Prinled on recycled paper 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Sanitary Sewer Pipe Enlargement Contract 2015A, 6 City Proj. No. 02737, will be received by the City of Fort Worth Purchasing Office: 7 s City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth, Texas 76102 12 until 1:30 P.M. CST, Thursday, December 3, 2015, and bids will be opened publicly and 13 read aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: 6"— 15"sanitary sewer 17 mains and services. 1s 19. OPTION TO RENEW 20 The City has the right to renew this contract for two (2) one-year terms/expenditures of 21 $2,000,000.00 under the same terms, conditions and unit prices. The City shall give at least 22 sixty (60) days notice prior to the expiration of this contract, determined as one year from 23 the date of execution, or of an option period, or a like notice at such a time as there is less 24 than $20,000.00 left unexpended. 25 26 PREQUALIFICATION 27 The improvements included in this project must be performed by a contractor who is 28 pre-qualified by the City at the time of bid opening. The procedures for qualification and 29 pre-qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 30 31 DOCUMENT EXAMINATION AND PROCUREMENTS 32 The Bidding and Contract Documents may be examined or obtained on-line by visiting 33 the City of Fort Worth's Purchasing Division website at 34 http://www.fortworthgov.orci/purcha! i and clicking on the Buzzsaw link to the 35 advertised project folders on the City's Buzzsaw site. The Contract Documents may be 36 downloaded, viewed, and printed by interested contractors and/or suppliers. 37 38 Copies of the Bidding and Contract Documents may be picked up at 39 Fort Worth Water Dept., Design Services 927 Taylor St., Fort Worth Texas 76102 40 41 There is no cost of Bidding and Contract Documents. 42 43 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 44 City reserves the right to waive irregularities and to accept or reject bids. 45 46 INQUIRIES 47 All inquiries relative to this procurement should be addressed to the following: CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 Attn: Adolfo Lopez, City of Fort Worth 2 Email: adolfo.lopez@fortworthtexas.gov 3 Phone:817-392-7829 4 AND/OR 5 6 7 8 Attn: Jim Deeter, P.E., City of Fort Worth 9 Email: jim.deeter@fortworthtexas.gov 10 Phone:817-392-7803 11 12 ADVERTISEMENT DATES 13 14 November 5, 2015 15 November 12, 2015 16 END OF SECTION CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 27,2012 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 11 1 3.1.1. Water and Sanitary Sewer— Requirements document located at; 2 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 3 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20 4 and%20Sanitary%20Sewer%2OContractor%2OPrequaIification%20Program 5 /WSS%20prequal0/020requirements.doc?public 6 7 3.2. Each Bidder unless currently prequalified, must 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 PREQUALIFICATIONS. 10 11 3.3. Submission of and/or questions related to prequalification should be addressed 12 to the City 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 bidder(s) for a project to submit such additional 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 upon the City's assessment of the submitted information, a 22 recommendation 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 prequalification, additional requirements for qualification may be 28 required within various sections of the Contract Documents. 29 3.5. 30 Special qualifications required for this project include the following: 31 The Time of Completion of each individual work order in an essential element of 32 this contract. Each work order issued will have the maximum allowed number of 33 calendar days allowed for the completion of that specific work. 34 Single or several Work Orders may be issued at one time. The Contractor shall 35 initiate work within seven (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 Work 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 specified, he shall add the necessary work crews and 41 equipment to prosecute the work to complete the Work Order or Work Orders in 42 the time provided 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 each particular 46 work order will be used for determining the amount of damages charged per 47 calendar day of time exceeding the specified amount. 48 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised November 27,2012 002113-3 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: 5 ,. . 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised November 27,2012 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 11 1 6. Interpretations and Addenda 2 3 6.1. 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. 6 Interpretations or clarifications considered necessary by City in response to such 7 questions will be issued by Addenda delivered to all parties recorded by City as 8 having 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 Worth 15 1000 Throckmorton Street 16 Fort Worth, TX 76102 17 Attn: Adolfo Lopez, Fort Worth Water Dept. 18 Fax: 817-392-2527 19 Email: adolfo.lopez@fortworthtexas.gov 20 Phone: 817-392-7829 21 22 23 6.2. Addenda may also be issued to modify the Bidding Documents as deemed 24 advisable by City. 25 26 6.3. Addenda or clarifications may be posted via Buzzsaw at: 27 https:Hprojectpoint.buzzsaw.com/client/fortworthgov/Infrastructure 28 Projects/02047-Sewer Main Replacements Contract 2013B 29 30 6.4. A prebid conference may be held at the time and place indicated in the 31 Advertisement or INVITATION TO BIDDERS. 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. Oral statements may not be relied upon and will not be binding or 36 37 7. Bid Security 38 39 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount 40 of five (5) percent of Bidder's maximum Bid price on form attached, issued by a 41 surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 42 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 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 5 of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy F 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. 15 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., 6.05B. 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 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. 28 29 15.0pening 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 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 s 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 MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised November 27,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you'd to a City of 5 Fort Worth (also referred to as"City') procurement are required to complete Conflict of 6 Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts 7 Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit 8 will certify that the Bidder has on file with the City Secretary the required documentation 9 and is eligible to bid on City Work. The referenced forms may be downloaded from the 10 website links provided below. 11 12 http://www.ethics.state.b(.us/forms/CIQpdf 13 14 http://www.ethics.state.b(.us/forms/CIS.pdf 15 16 CIQ Form is on file with City Secretary 17 18 CIQ Form is being provided to the City Secretary 19 20 0 CIS Form is on File with City Secretary 21 22 CIS Form is being provided to the City Secretary 23 24 25 26 BIDDER: / 27 28 l�rcic C ions G�tfp�7 �ornoo�yBy: 7, 29 Company T (Please Pr nt) 30 r� 31 / OOH' 03Z c� Signature: �,r�c v✓a �' S`r 32 Address 33 �y 34 /TL✓,, ,l 71 � Title: l�/G! 35 City/State/Zip (Please Print) 36 37 38 END OF SECTION CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised March 27,2.012 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 20138 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 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 - d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be 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 below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid$ 2� A1/Z� .5201 O 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 0041 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on 10ecem6ar 3, zolS— by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial followin Addenda: By: �i fAddendum No. 1; TSS' (Signature) Addendum No, 2: Addendum No. 3; y Addendum No. 4: (Print d Name) Title: !//4't '' rX/c%n Company: .Zw1e-, p�(, 4, Corporate Seal: Circ% G Cons�iu cfjp r� COn-jr p h c.� Address:/0O, gae x/032$ J State of Incorporation: T,YaS Email: 7,�elel� Phone: .017- 2 9 3 -/z°�3 END OF SECTION 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 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 1. 0170.0102 30 Ea. Work Order Mobilization 017000 $ G o G ZOOD � 00000 Per Each:// 14Wo fhoussn o/ _Dollars and o Cents 2. 0170.0103 5 Ea. Work Order Emergency Mobilization 017000 $ O O 3000 $ /S000. 046 Per Each: This Thou.l4nc� Dollars and n v Cents 3. 3331.1101 1000 Lf. 6"Pipe Enlargement(6"-8") 33 31 23 $ '00 $ 46Y000 oG Per Linear Foot: f!f 1"Cyc Dollars and n a Cents 4. 3331.1102 1000 Lf. 8"Pipe Enlargement(8"-8") 33 31 23 $ .s 0 $ Io�SD00,o a Per Linear Foot: f�X�y11y;e Dollars and /70- Cents 5. 3331.1102 1000 Lf. 8"Pipe Enlargement(8"- 1011) 33 31 23 Per Linear Foot: e., Dollars and y nv Cents 6. 3331.1102 1000 Lf. 8"Pipe Enlargement(8"- 12") 33 31 23 $ 7is-00 p v O Per Linear Foot: ,-even 14 1!ye Dollars and ,l 0 Cents 7. 3331.1103 800 Lf. 10"Pipe Enlargement(10"- 1011) 33 31 23 $ 7S 00 oG$ 00000 Per Linear Foot: S10ys10�y ?05�c Dollars and n A Cents D � 8. 3331.1103 800 Lf. 10" Pipe Enlargement(10"- 1211) 33 31 23 $ 8o Per Linear Foot: E/l3fi r. Dollars and Cents 9. 3331.1104 800 Lf. 12"Pipe Enlargement(12"- 12") 33 3123 Per Linear Foot: e-1 /u /ivG Dollars and Cents B-1 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY- PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 10. 3331,1104 800 Lf, 12"Pipe Enlargement(12"- 15") 33 31 23 $ //O ov $ 9,0500 0 O 4 Per Linear Foot: // 40,47,fhi.nc%nd'fin Dollars and no Cents 11. 3331.1105 300 Lf, 15" Pipe Enlargement(1511- 15") 33312300 33123oO O G $3ysoo Per Lin//ear Foot: owe hAr001,*r&1?!!jP' -II.-Mollars and n o Cents 00 rs /yo 0 o oG 12. 3331.1105 3000 Lf. 15"Pipe Enlargement(15"-18") 33 31 23 $ A;$— $ yzn000 Per Linear Foot: TSr�y One ��� /Dollars and #1716 Cents 13. 3301.0001 1000 Lf. Pre-CCN Inspection 33 01 31 $ g 0 0 $ epoo0 00 Per Linear Foot: e/ali Dollars _ and /�o Cents _ 00 j S S' 14, 3301,0002 1000 Lf. Post-CCInspection 33 01 31 $ O G N SODC7 Per Linear Foot: $ Dollars and /70 Cents 15, 3305.0109 1000 Lf. Trench Safety 3305 10 U OG Per Linear Foot: �! Dollars and --7,9 Cents 00 OU 16. 3339.1001 40 Ea. 4'Dia. Manhole(0'-6'Depth) 33 39 10,33 39 20 $ J3 00 $ QOD Perach: f.rot 4�090,'o"O" .v� /�an.di�� Dollars and o Cents 17. 3339.1003 10 Vf. 4'Dia. Manhole Extra Depth 33 39 10, 33 39 20 $ /,570 O G$ /'r,00 O G Per Vertical Foot: Oni liNn/ice/ Dollars and /7 y Cents od a L/ o 18, 3339.1002 20 Ea. 4' Dia. Drop Manhole(0'-6'Depth) 33 39 10, 33 39 20 $ D000 Per Each: ,,IG a., ff okso,,, Y,5�v11 41111yr"l Dollars and /7 y Cents B-2 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 19. 10 Vf. 4'Dia. Drop Manhole Extra Depth 33 39 10,33 39 20 $` !Oe7) O v$2000 00 Per Vertical) Foot: 74,0.a -, Dollars and n c Cents o � 20. 3339.1004 20 Ea. 4' Dia.Shallow Cone Section Manhole 33 39 10,33 39 20 $ 3cS00 $ �DOOb O G Per Each: lboe•f r0A'a, nd Dollars and ,70 Cents G 21. 3339,1006 5 Ea. 4'Dia. Fiberglass Manhole(0'-6' Depth) 33 39 30 oG a $ 0 $ 17,5'O0 Per Each: 7�i�/rte fi�aasond K';'e X-aog✓rr✓ Dollars and 07 u Cents O U 22• 10 Vf. 4'Dia. Fiberglass Manhole Extra Depth $ IS-0 $ /5-00O G Per Vertical Foot: Qne stun,1iof0l;44,71fc. Dollars and /!O Cents 00 23. 3339.1007 5 Ea. 4'Dia. Fiberglass Drop Manhole(0'-6' 33 39 30 $ yS'00 $ 225-00oa Per Each: filar 7�/iGuS'4nA� Dollars and na Cents nv 24• 10 Vf. 4'Dia. Fiberglass Drop Manhole Extra $ O $ ,300 0 00 Per Vertical Foot: ffi/�Os 042 o�i�� Dollars and oqo Cents c 25. 20 Ea. External Drop Into Existing Manhole(Up Ol5 G 0 to 6'of Drop) Per Each: f`i/tet TfiGufOA� $ $ 7000 U T/s//`jyAl Dollars and /70 Cents 26• 20 Vf. External Drop Extra Depth (Over 6'of 00 u V Drop) $ 5's� $ O 0 Per Vertical Foot: 7Pu� Dollars and /7 u Cents B-3 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 27. 3339.0003 5 Ea. Wastewater Access Chamber(Any 33 39 40 $.?0 00 00$ 1/5-000 d0 Per Each: 7<h��e 7�houSar d Dollars and a0 Cents 28. 3305.0112 40 Ea. Concrete Collar 33 0517 $ 35-0 00 $ 04 Per Each:: 4 1-0-e NIAIROcofgll!*��f Dollars and W o Cents av CJo 29. 3301.0101 50 Ea. Manhole Vacuum Testing 33 0130 $ 1,5-C) $ -O U Per Each:: Ont hun e/1v017t;f!74 Dollars and 41U Cents 00 00 30. 3305.0106 10 Ea. Manhole Adjustment,Major(Structural 33 05 14 $ 2,000 $ 2000 0 Per Each: Tssfo AW10ason&o' Dollars - and n a Cents o a 31. 3305.0107 10 Ea. Manhole Adjustment,Minor(Grade Ring 3305 14 $ /,000 $ �QO�� O 0 Per Each: l 017! Dollars and n o Cents o U a0 32. 3305.011_4 10 Ea. Manhole Adjustment, Major w/Cover 33 05 14 $ ZtS-OD $ 25-00 CJ Per Each:Itvo 11704At4174" //� '" A,,,W^- ,/ Dollars and '17 o Cents o O 33. 0241.5001 10 Ea. Abandon Manhole 02 41 14 $ �00 100006 OG Per Each: c�19.'4/ Dollars and 170 Cents 0 � G 34. 0241.2201 10 Ea. Remove 4'Dia. Sewer Manhole 02 41 14 $ /DO 0 $ /00040 0 Per Each: // O/J,e 7U40A,�f4hoI Dollars and /70 Cents O v pp 35. 0241.2202 10 Ea, Remove 5'Dia. Sewer Manhole 02 41 14 $ /1?0 0 $ /20(��j Per Each:a7.. a/ 7A!✓DXiun O'!10--/ Dollars and QCT Cents B-4 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT � a 0 36. 0241.2101 5 Ea. 4"Sewer Abandonment Plug 02 41 14 $ /S OU $ 7,5-0U Per Each: o4,* 71.ioas 0"o/ 61r hun u/ii-r-1 Dollars and .,n Cents 0 oG 37. 0241.2102 5 Ea. 6"Sewer Abandonment Plug 0241 14 $ p p O $/Q O O O Per Each:: Tr io 7fY-VAe &0,17 el Dollars and 40 Cents . oU da 38. 0241.2103 5 Ea. 8"Sewer Abandonment Plug 02 41 14 $ 2S -60 $ 1,?S'0 U Per Each:li.V 70s4oudon c/ A,,,, e/ Dollars and o Cents d 0 pd 39. 0241.2104 5 Ea. 10"Sewer Abandonment Plug 02 41 14 $30 O 0 $ /S70(9 U Per Each: lZe-0 rho��tOra/ Dollars and n o_ Cents _ a 0 00 40. 0241.2105 5 Ea. 12"Sewer Abandonment Plug 0241 14 $ 1?L500 $ Per Each: do �s.ra�i�o� Dollars and n o Cents 0 a � ° 41. 0241.2106 5 Ea. 15"Sewer Abandonment Plug 02 41 14 $ yD00 $ 2a000 Per Each: TOui i eu con A/ Dollars and /!O Cents 00 OG 42. 20 Ea, 4"Sewer Service Tap $ /ZOO $ 251,000 Per Each: o/JC AX 0,&f0/) 0/ Ole Dollars and n a Cents d o oU 43. 3331.3101 50 Lf. 4" PVC Sewer Service Line 33 31 50 $ Y's_ $ 1TS_0 Per Linear Foot: &/--< //ve Dollars and n Cents e o 06 44. 3331.3106 50 Lf. 4"DIP Sewer Service Line 33 31 50 $ Y $ZZso Per Linear Foot: V// /'rG Dollars and n o Cents 8-5 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL N0. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 45. 3331.3105 50 Lf, 4"PVC Private Sewer Service Line 33 31 50 $ (1/5- 0 U 00 Per Linear Foot: --`fIl-061<.1c Dollars and- o7 Cents 46. 3331.3109 50 Lf. 4" DIP Private Sewer Service Line 33 31 50 $ 7t 0 C) 760 U Per Linear Foot: S/4/.0.,7/k wG Dollars and —.,7.0 Cents / 47. 3331.3102 20 Ea. 4" 2-Way PVC Cleanout 33 31 50 $ OO o O$o/000 005 Per Eaach: �i/✓� hun�.�� Dollars and 10910 Cents o U dG 48• 10 Ea. 4"2-Way Cast Iron Cleanout 33 31 50 $ rJ_40O $ ,57000 Per Each: 'rte `iuns+�ir� Dollars and 17a Cents 49, 50 Ea. 6"Sewer Service Tap $ 115—co 00 D $ 7S-DO O oG Per Each: Opt 7%,041 'Ono/ 7I sve .4 040 U Dollars and pee Cents 50. 3331.3201 100 Lf. 6"PVC Sewer Service Line 33 31 50 $ In,Q 00 $ ,Y'00 0 d Per Linear Foot: Te�4 Dollars and X70 Cents 51. 3331.3206 100 Lf. 6" DIP Sewer Service Line 33 31 50 $ do $ �QD U 00 Per Linear Foot: Dollars and ne Cents O 52. 3331.3205 100 Lf. 6" PVC Private Sewer Service Line 33 31 50 $ 7,5 p O $ Z ®Q O Per Linear Foot: //e y G Dollars and /!d Cents 53. 3331.3209 100 Lf. 6"DIP Private Sewer Service Line 33 3150 $ o v $ s0C2 0c) Per Linear Foot: Y"I;k< Dollars and ^o Cents B-6 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 54. 3331,3202 50 Ea. 6"2-way PVC Cleanout 33 31 50 $ (DO 00 $A0000 00 Per Each:/ kt,"0/110cl Dollars and J.?10 Cents 55. 10 Ea. 6" 2-way Cast Iron Cleanout 33 31 50 $ 700 00 $ 7000 Per Each: cSGd�� nu/�G�i'P Dollars and 1240 Cents 6 dG 56. 20 Ea. 8"Sewer Service Tap $ /s0 $3 O O D U Per Each: 0174 .4401"r-0,7 c/ `► Dollars and n Cents D O vv 57. 3331.3301 100 Lf. 8"PVC Sewer Service Line 33 31 50 $ L j $ 5-00c) Per Linear Foot: ,'��% Dollars and _ no Cents 0o 0 58. 3331.3306 100 Lf. 8" DIP Sewer Service Line 33 31 50 $ O $ 1v00 O a Per Linear Foot: d i,r fy Dollars and 090 Cents 59. 3331.3305 100 Lf. 8" PVC Private Sewer Service Line 33 31 50 $ Z _ c' Os 74m o 00 Per Linear Foot: .fsv<n4t X,iG Dollars andira o Cents 67 OU a d 60. 3331,3310 100 Lf. 8" DIP Private Sewer Service Line 33 31 50 $ $ As-o ) Per Linear/Foot: G B/ah Tu �iy.� Dollars and X7 go Cents o v 00 61. 3331.3302 20 Ea. 8"2-way PVC Cleanout 33 31 50 $ 700 $ 00O Per Each: svd<,07 Xundi df40/ Dollars and na Cents v 62, 20 Ea. 8"2-way Cast Iron Cleanout 33 31 50 ,000 Per Each:: B/P h�htind�du Dollars and ny Cents B-7 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 63. 3137.0101 20 Sy, Concrete Riprap 313700 $ 13S' d O$2700 OG Per Squge YaY:.. 0W '�h "O f 1 7"lre Dollars and "10 Cents O a 64. 3137.0102 20 Cy. Large Stone Riprap, dry 31 37 00 $ /7L5^ $ s O O C O Per Cubic Yard: Onl 4-In ell i c/SPA-17 Dollars and 170 Cents D � p 65. 3137.0103 20 Cy. Large Stone Riprap, grouted 31 37 00 /�S^ 3700 O Per Cubic Yard: Onr�iunc✓isa7s�a�t u�Dollars and n C) Cents c d 0 /Y.00,0/Y.00,000 66. 3305.0203 100 Cy. Imported Embedment/Backfill, CLSM 33 05 10 $ /od $ � O Per Cubic Yard: oni x111cl -., g1jt Dollars - and n o Cents 67. 3305.0204 50 Cy. Imported Embedment/Backfill,Crushed 33 05 10 O O 00 Rock $ ZS $ Per Cubic Yard: win 4 /fvr Dollars and ,7.0 Cents _ 0 d cc 68. 50 Sy. Type B Concrete(#2500) $ 1,54-0 $ ZfOU Per Square Yard: 0.17e Dollars and -70 Cents CJ 69• 50 Sy, Type E Concrete(#1500) O O 67$ Q Per Square Yard: 000 Dollars and nn Cents 70. 3292.0100 20 Sy. Block Sod Placement 32 92 13 $ /Z, Per Square Yard: _7w-e1-e Dollars and s2ca Cents B-8 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 71. 3292.0200 20 Sy. Seeding, Broadcast 3292 13 $ Pj O �� 00 Per Square Yard: el .,i Dollars and O o Cents � Q a D00 72. 3292.0400 20 Sy. Seeding, Hydromulch 32 92 13 � $ 140 Per Square Yard: C�U�it Dollars and no Cents 73. 3292.0500 20 Sy. Seeding,Soil Retention Blanket 32 92 13 $ 0 Per Square /Yard: 1''t rie n Dollars and I76 Cents 74. 3213.0301 40 Sy. 4"Conc Sidewalk 32 13 20 1 �Z SU 1 1700 CJ O Per Square Yard: >or& fid t) Dollars and T` Cents p U OU 75. 3213.0351 20 Sy. 4"Conc Sidewalk,Exposed Aggregate 32 13 20 $ s $ //00 Per Square Yard: Dollars and uln D Cents 76. 3213.0401 50 Sy. 6"Concrete Driveway 32 1320 s 7,57 00$ ?Iso G Per Square Yard: ,jPdl�y /i" L Dollars and n O Cents dU oU 77. 3213.0451 20 Sy. 6"Concrete Driveway, Exposed 32 13 20 $ 90 �p p Per Square Yard: OV/^e fa Dollars and n a Cents _ dU dC� 78. 3216.0101 100 Lf. 6"Conc Curb and Gutter 32 16 13 $ S Per Linear Foot: 7hi'r�u //vG Dollars and n O Cents C) DU d 79. 100 Lf. 6"Conc Curb&Gutter Attached to Conc 32 16 13 $ 3�_ $3,50 U Per Linear Foot: i/'/4� /J Dollars and Cents B-9 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT O G 80. 3216.0301 20 Sy. 9"Conc Valley Gutter,Residential 32 16 13 1 7S- - $ 45-0 0 d O Per Square Yard: SEypn4 //dG Dollars and r7a Cents O 81. 3216.0302 20 Sy. 11"Conc Valley Gutter, 32 16 13 $ o s' G $ Z7,0 U c) U Per Square Yard: Dollars and n v Cents 82. 3201.0150 100 Lf. Asphalt Pvmt Repair, Sewer Service 3201 17 $ yQ oU$ %000 O U Per Linear Foot: 7 0�fu Dollars and �r� Cents ,/r o U U 83. 3201.0111 100 Lf. 4'Wide Asphalt Pvmt Repair, Residential 32 01 17 $ 7J $ dU v Per Linear Foot: To lV /i v i Dollars and n In Cents p U 00 84, 3201.0112 300 Lf. S'Wide Asphalt Pvmt Repair,Residential 32 01 17 $ J—Q $ /S00 O Per Linear Foot: T! �� Dollars and ny Cents / O U 00 85. 3201.0113 300 Lf. 6'Wide Asphalt Pvmt Repair,Residential 3201 17 $ U Per Linear Foot: s��fy Dollars and h p Cents 86, 3201.0121 300 Lf. 4'Wide Asphalt Pvmt Repair,Arterial 32 01 17 $ p O Q s/52000 p0 Per Linear Foot: T! �,-,i Dollars and n o Cents C) U 00 87. 3201.0122 300 Lf. 5'Wide Asphalt Pvmt Repair,Arterial 32 01 17 $ 1�rao Per Linear Foot:,' Dollars and Cents / OG O6 88. 3201.0123 300 Lf. 6'Wide Asphalt Pvmt Repair,Arterial 3201 17 $ i.O $ 19S_0 0 Per Linear FFoot::G six �y,6 Dollars and z.) 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 d 89. 3201.0131 300 Lf, 4'Wide Asphalt Pvmt Repair,Industrial 32 01 17 $ Ss $/400 00 PerLinearFoot:' �i 1 / ;�6 _Dollars and n D Cents 90. 3201.0132 300 Lf. 5'Wide Asphalt Pvmt Repair,Industrial 32 01 17 $ G Q 0 O $ /,1000 o O Per Linear Foot: "Z-/ Dollars and 1 /7 0 Cents o � 91. 3201.0133 300 Lf. 6'Wide Asphalt Pvmt Repair,Industrial 3201 17 $ op ly $ ��� Per Linear Foot: S/k4 Dollars and1/7 U Cents 00 �S � 92. 3201.0201 300 Sy. Asphalt Pvmt Repair Beyond Defined Per Square Yard: 32 01 17 � Zr 00 A 7a✓en f�a _Dollars and /!0 Cents o � - 93. 3201.0202 300 Sy. Asphalt Pvmt Repair Beyond Defined .32 01 17 $ 2c5 $ '0 CU Per Square Yard: fl�JCi'7�u Dollars and VZ70 Cents p 0 ..r 5 3d Cl � C9 G 4 94. 3201.0203 300 Sy. Asphalt Pvmt Repair Beyond Def 32 01 17 fo �00 Per Square Yard: fh,r/ 1.4 Dollars and X70 Cents v0 O � 95, 3201.0301 100 Sy. 2"Thick Extra Width Asphalt Pavment 3201 17 $ 2(' $ Zoo C7 Per Square Yard: .&d'e7 u Dollars and /7jo Cents 0 O 96. 3201.0302 100 Sy. 3"Thick Extra Width Asphalt Pavment 32 01 17 $ Z,57 OG Soo Per Square Yard: TLrIlq 4 /t';/& Dollars and h!J Cents � 06 97. 3201.0303 100 Sy. 4"Thick Extra Width Asphalt Pavment 32 01 17 $ 3s $_?,5—,00 Per Square Yard: 7V/-eGf !!d C Dollars and /h U Cents B-11 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT o � 98. 3201.0303 75 Lf. Temporary Asphalt Paving Repair 32 01 17 $ ZQ $ /S�DO OU Per Linear Foot: Ti✓ n/V Dollars and ho Cents o G0 99. 3211.0112 40 Sy. 6" Flexible Base,Type B,GR-1 32 11 23 $ /Z $ Q o Per Square Yard: �i✓l<yf Dollars and le2 U Cents o C7 d p 100. 3211.0122 40 Sy, 6" Flexible Base,Type B, GR-2 32 1123 $ lz $ yg 0 _ Per Square Yard: Tt�/lv e Dollars and n o Cents o O dG 101. 3201.0614 300 Sy. Conc Pvmt Repair, Residential 32 01 29 $ S $ '?S:5-00 Per Square 1Yard: f /id l Dollars and I70 Cents o O d0 102. 3201.0616 300 Sy. Conc Pvmt Repair,Arterial/Industrial 32 01 29 $ $ Per Square Yard: fu //yG Dollars and ny Cents Do C90 103. 300 Sy. Conc, Pvmt. Repair Beyond Defined ��� $Soo 00 Per Square Yard: D/7l h z7,91i-/./ Dollars and "74 Cents C O op 104. 300 Sy. Conc. Pvmt. Repair Beyond Defined $ Per Square Yard: Dollars and i20 Cents C9 d 105. 3214.0100 100 Sy. Brick Pvmt Repair 32 1416 $ /zy $ AZc5-OD O Per Square Yard: /— and '10 ✓Cents v a a 106. 3214.0400 100 Sy. Brick Pvmt Repair(City Supplied Brick) 32 14 16 $ 1610 $ /0000 O Per Square Yard: Ont IaI7 a�iv Dollars and h Cents B-12 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT O 107. 3305.0001 1 Ea. 4"Waterline Lowering 33 05 12 $45-04) $ZS-00 00 Per Each: 7hCuSo17 o/ �i✓� �iun.��i Dollars and i7 d Cents 0 108. 3305.0002 1 Ea. 6"Waterline Lowering 33 0512 $3 0 o00 $3QQp 0 ,0 Per Each: 1/ 7_11104,e Th°u6QA0" Dollars and_ nD Cents 00 00 104. 3305.0003 1 Ea. 8"Waterline Lowering/ 33 0512 $,;ESOo $ ?L5''0 O Per Each: fojr✓e J/ fhouSa�� !I1 A,/I /p o� Dollars and n a Cents v D 00 110. 3305.0004 1 Ea. 10"Waterline Lowering 33 0512 $ Q0© $ 000 Per Each: !// 7"Du/ TLt1,r0i7,r1 Dollars and /7 In Cents 00 Ill. 0 111. 3305.0005 1 Ea. 12"Waterline Lowering 3305 12 $ Q QQ $ 00 Per Each: / 2C2�•, ThDuJon d Dollars and i!O Cents 00 112. 3471.0003 30 Ea. Traffic Control 3471 13 $ 7,5-o 00$ O$ ZZc-00 Per Each: // // � Seven Xund/'PO/ X ollars and 120 Cents a o 300 0 113. 30 Ea. Street Use Permit $ $100.00 $ 5089— Per Each: One Hundred Dollars and 070 Cents O � TOTAL AMOUNT BID $ B-13 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank;, our principal place of business, are required to be °'a Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank!, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. - BIDDER: By: 0 (Signat ) Title: i i Date: i' END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 i SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 4 Each Bidder for a City procurement is required to complete the information below 5 by identifying the prequalified contractors and/or subcontractors whom they intend to 6 utilize for the major work type(s) listed. 7 Major work Contractor/Subcontractor Company Prequalification Type Name Expiration Date Sewer Improvements Z/-3o - /C 8 9 10 The undersigned hereby certifies that the contractors and/or subcontractors 11 described in the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 / 15 �jrc!< C�D/1JTi-cow fon lom 017el By:- 16 Company (Please 17 18 ZL70. 4 Q%e T oc�ZB Signature: 19 Address 20 � > - 21 or 1../0���. J2iroS 7Gl�6 Title: 22 City/State/Zip (Please Print) 23 - 24 Date: X? 25 26 END OF SECTION 27 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised July 1,2011 0045 26- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that 5 it provides worker's compensation insurance coverage for all of its employees employed 6 on City Project No. 02046. Contractor further certifies that, pursuant to Texas Labor 7 Code, Section 406.096(b), as amended, it will provide to City its subcontractor's s certificates of compliance with worker's compensation coverage. 9 o CONTRACTOR: r//tam T Se ..#-z .rwc Wic"t 12 Ci�al C ConSTiu c�/on By; 13 Company (Please Print) 14 /� 15 /': d Bo,Y yD328 Signature: 16 Address 17 , / ' 18 �•t C✓o� �� T,rOS TG/yd Title: 1111e-e /el�7es.0,1" 19 City/State/Zip (Please Print) 20 21 ^aY'P MICHELE S.LANKFORD 22 THE STATE OF TEXAS ` Notary :a ,�`_ STATE ATE O Public OF TEXAS 23 o a��;F of ti t: Notary clp octobe4 6-6 My7,,2Dt9 24 COUNTY OF TARRANT 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 Ti,,,ro ,f //y , known to me to be the person whose name 28 is subscribed to the foregoing instrument, and acknowledged to me that he/she 29 executed the same as the act and deed of YI`e 16171.r-101..,i 30 for the purposes and consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this y>� day of 33 177o.- o A , 20/G. 34 35 36 c5 . 37 Notary Public in and for the Sta of Texas 38 39 END OF SECTION 40 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be 6 applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not 7 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business 11 Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in 12 the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goal on this project is 1396 of the total bid (Base bid applies to Parks and Community 16 Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an 17 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required 21 to comply with the intent of the City's Business Diversity Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Waiver documentation. 26 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 27 responsive. Any questions, please contact the M/WBE Office at(817) 392-6104. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the Managing Department, within the following times 31 allocated, in order for the entire_ bid to be considered responsive to the specifications. The Offeror shall 32 deliver the MBE documentation in person to the appropriate employee of the Managing Department and 33 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 34 time allocated. A faxed copy will not be acce ted 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after met or exceeded: the bid opening 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 Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening statedgoal: date. 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE participation: the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint received by 5:00 p.m., five (5) City business days after venture to meet or exceed goal. the bid opening date, exclusive of the bid opening date. 35 END OF SECTION CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised December 20,2012 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on MAY 0 3 2016 is made by and between the City 4 of Forth Worth, a Texas home rule municipality, acting by and through its duly 5 authorized City Manager, ("City', and **See Below** , authorized to do 6 business in Texas, acting by and through its duly authorized representative, 7 ("Contractor). **William J. Schultz, Inc. dba Circle C Construction Company 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, 9 agree as follows: 10 Article X. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents 12 for the Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only 15 a part is generally described as follows: 16 Sanitary Sewer Pipe Enlargement Contract 2015A 17 City Proiect No. 2737 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 365 days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the 25 General Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with 30 Article 12 of the General Conditions. The Contractor also recognizes the delays, 31 expense and difficulties involved in proving in a legal proceeding the actual loss 32 suffered by the City if the Work is not completed on time. Accordingly, instead of 33 requiring any such proof, Contractor agrees that as liquidated damages for delay 34 (but not as a penalty), Contractor shall pay City Five Hundred Dollars ($500.00) - 35 for each day that expires after the time specified in Paragraph 3.2 for Final 36 Acceptance until the City issues the Final letter of Acceptance. CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised August 17,2012 005243-2 Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the 39 Contract Documents an amount in current funds of one million Dollars 40 ($ 1,000,000.00 ). 41 Article S. CONTRACT DOCUMENTS 42 5.1 CONTENTS; 43 A. The Contract Documents which comprise the entire agreement between City 44 and Contractor concerning the Work consist of the following; 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents (projectspecifc) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by 63 attachment or, if not attached, as incorporated by reference and described 64 in the Table of Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of 69 the Agreement and, if issued, become an incorporated part of the Contract 70 Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 76 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised August 17,2012 005243-3 Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 79 own expense, the city, its officers, servants and employees, from and against 80 any and all claims arising out of, or alleged to arise out of,the work and services 81 to be performed by the contractor, its officers, agents, employees, 82 subcontractors, licenses or invitees under this contract. This indemnification 83 provision is specifically intended to operate and be effective even if it is alleged 84 or proven that all or some of the damages being sought were caused, in whole 85 or in part, by any act, omission or negligence of the city. This indemnity 86 provision is intended to include, without limitation, indemnity for costs, 87 expenses and legal fees incurred by the city in defending against such claims 88 and causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 91 expense, the city, its officers, servants and employees, from and against any and 92 all loss, damage or destruction of property of the city, arising out of, or alleged 93 to arise out of, the work and services to be performed by the contractor, its 94 officers, agents, employees, subcontractors, licensees or invitees under this 95 contract. This indemnification provision is specifically intended to operate and 96 be effective even if it is alleged or proven that all or some of the damages being 97 sought were caused, in whole or in part, by any act, omission or negligence of 98 the ci . 99 loo Article 7. MISCELLANEOUS 101 7.1 Terms. 102 Terms used in this Agreement which are defined in Article 1 of the General 103 Conditions will have the meanings indicated in the General Conditions. 104 7.2 Assignment of Contract. 105 This Agreement, including all of the Contract Documents may not be assigned by 106 the Contractor without the advanced express written consent of the City. 107 7.3 Successors and Assigns. 108 City and Contractor each binds itself, its partners, successors, assigns and legal 109 representatives to the other party hereto, in respect to all covenants, agreements 110 and obligations contained in the Contract Documents. 111 7.4 Severability. 112 Any provision or part of the Contract Documents held to be unconstitutional, void 113 or unenforceable by a court of competent jurisdiction shall be deemed stricken, 114 and all remaining provisions shall continue to be valid and binding upon CITY and 115 CONTRACTOR. 116 7.5 Governing Law and Venue. 117 This Agreement, including all of the Contract Documents is performable in the 118 State of Texas. Venue shall be Tarrant County, Texas, or the United States District 119 Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised August 17, 2012 005243-4 Agreement Page 4 of 4 120 7.6 Other Provisions. 121 The Contractor agrees to pay at least minimum wage per hour for all labor as the 122 same is classified, promulgated and set out by the City, a copy of which is 123 attached hereto and made a part hereof the same as if it were copied verbatim 124 herein. 125 7.7 Authority to Sign. 126 Contractor shall attach evidence of authority to sign Agreement, if other than duly 127 authorized signatory of the Contractor. 128 129 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 130 counterparts. 131 132 This Agreement is effective as of the last date signed by the Parties ("Effective Date'). 133 Contractor: City of Fort Worth William J. Schultz, Inc. dba Circle C Construction Company By: Jesus Chapa By: 5��� Assistant City Manager (Signature) Date Teresa S. Skelly Attest: (Printed Name) City Se et"ry (Seal) Title: Vice President 4 $ $ Address: P.O. Box 40328 d' ° M&C G`ZT:�OZ Date: - -3-/6 JAA '12 MIT-4 ?.o/f - 310fo City/State/Zip:Fort Worth, Texas76140 Approved as to Form and Legality: Date Doug as W. Black 134 Senior Assistant City Attorney 135 - -- -- APPROVAL RECOMMENDED: 1369 RECORD 137 138C1TsjjCRETA �'' Christopher Harder, P.E. 139 "q- tVnR7' 1',7K Acting Assistant Director, 140 — Water Department 141 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised August 17,2012 006113-1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 BOND NO. TXC606814 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT William J. Schultz, Inc. dba Circle C Construction Company 7 That we, known as"Principal"herein and 8 Merchants Bonding Company (Mutual ) , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as"Surety"herein (whether 10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation 11 created pursuant to the laws of Texas, known as"City"herein, in the penal sum of, one 12 million Dollars ($ 1,000,000.00 ), lawful money of the United States, to be paid in 13 Fort Worth,Tarrant County,Texas for the payment of which sum well and truly to be made, we 14 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 15 firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the day of MAY 0 3 2016 , 20 , which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 19 labor and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as 21 Sanitary Sewer Pipe Enlargement Contract 2015A— City Project No. 2737 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 23 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 24 perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall 27 be and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division, 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of 32 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 33 accordance with the provisions of said statue. CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of MAY 0 3 2016 3 , 20 4 PRINCIPAL: 5 6 7 William J. Schultz, Inc. dba 8 Circle C Construction Company 9 10 BY: o l 11 Signature 12 ATTEST: 13 M 14 � 1 15 Michele S. Lankford Teresa S. Skelly, Vice-President 16 (Principal) Secretary Name and Title 17 18 Address: P. 0. Box 40328 19 20 Fort Worth, TX 76140 21 22 23 24 Witness as to Principal 25 SURETY: 26 27 28 29 Merchants onding Company (Mutual ) 30 31 BY: 32 Signatu 33 34 Sheryl.A. Klutts, Attorney-in-Fact 35 Name and Title 36 37 Address: 6700 Westown Parkway 38 39 West Des Moines, IA 50266-7754 40 41 X 42 Witness as to Surety, ohn A. Mi l ler Telephone Number: (800)678-8171 43 44 45 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 46 from the by-laws showing that this person has authority to sign such obligation. If 47 Surety's physical address is different from its mailing address, both must be provided. 48 The date of the bond shall not be prior to the date the Contract is awarded. 49 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 MERCHANTS BONDING,,tuaffN,le ••---•. `s���`'� � :{C,rA�` '�O�NG �Q!�?,p•• COMPANY TUAL) MERCHANTS NATIONAL BONDING,NC PORq�9y�• �(►_ x:14 � •F.., -0- p 1933 ;c; Q• By STATE OF IOWA }++r,�''� '+s it i�,'``•+ .�ll/. •�•. COUNTY OF Dallas ss. '"!!!!!t!!u} ••♦ President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �P¢'a<s WENDY WOODY Commission Number 784654 v My Commission Expires tovdP June 20 2017 Notary Publi , Coun'?a (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of 2016 . -0- *Z* o:g• Secretary 1933 :C: ly ,!''i/!Intl tli/}11i\51 •e•e. POA 0014 (6/15) 006114-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6:114 2 PAYMENT BOND 3 BOND NO. TXC606814 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT William J. Schulz, Inc. dba 7 That we, Circle C Construction Company—, known as "Principal` herein, and 8 Merchants Bonding Company (Mutual ) a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of one million Dollars ($ 1,000,000.00 ), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 14 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 day of MAY 0 3 2016 , 20 , which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 19 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 20 said Contract and designated as 21 Sanitary Sewer Pipe Enlargement Contract 2015A —City Project No. 2737 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 23 shall pay all monies owing to any (and all) payment bond beneficiary(as defined in Chapter 2253 24 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 25 then this obligation shall be and become null and void; otherwise to remain in full force and 26 effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of 28 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2737 Revised July 1,2011 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 MAY 0 3 2016 , 20 4 PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Com an ATTEST: BY: Signature X Teresa S. Skelly, Vice-President (Principal) Secretary Michele S Lankford Name and Title Address: P. 0. Box 40328 Fort Worth, TX 76140 Witness as to Principal SURETY: Merchants aondin Com an (Mutual ) ATTEST: BY: nature Sheryl A. Klutts , Attorney-in-Fact (Surety) Sec r Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266-7754 X Witness as to Surety , John A. Miller Telephone Number: (800)678-8171 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 MERCHAN]CS77�k BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of. TEN MILLION($10,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 ''`,onlr.lr„�y, •'• •'• MERCHANTS BONDING COMPANY(MUTUAL) f,'ClC) CO .... .,,� •',*O�.G.... p•• MERCHANTS NATIONAL BONDING,INC. -0- 1933 o'c: .y y• gy .' •J .�Q. STATE OF IOWA ��"�•,qrr}et4t��'`54 ••°•••• COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. aPPt^<s WENDY WOODY v Commission Number 784654 7 My Commission Expires �owP June-20 2017 Notary Pu6t, , Coun'?a (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary-of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of 2016 . l U 01 •z;' :g. Secretary yZ% 2G+�3 °a•, 1933 ;c. ,..,�.: ` �} •y�b.�'' ;\.ate.•: POA 0014 (6/15) 006119-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 BOND NO. TXC606814 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OFTARRANT § 7 William J. Schultz, Inc. dba 8 That we Circle C Construction Company , known as"Principal" herein and 9 Merchants Bonding Company (Mutual ) , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as"Surety"herein (whether 11 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation 12 created pursuant to the laws of the State of Texas, known as"City"herein, in the sum 13 of one million Dollars ($ 1,000,000.00 ), lawful money of the United States, 14 to be paid in Fort Worth,Tarrant County, Texas, for payment of which sum well and truly be 15 made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the day of MAY 0 3 2016 , 20 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order(collectively herein, the 23 "Work's as provided for in said contract and designated as 24 25 Sanitary Sewer Pipe Enlargement Contract 2015A - City Project No. 2737 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) 30 years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 33 receiving notice from the City of the need therefor at any time within the Maintenance Period, 34 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect, 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 9 and the Surety under this Maintenance bond; and 10 I 1 PROVIDED FURTHER, that if any legal action be flied on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 MAY 0 3 2016 , zo 4 5 PRINCIPAL: 6 7 8 William J. Schultz, Inc. dba 9 Circle C Construction Company 10 11 BY: e 12 Signature 13 ATTffi\tl^ 141C Teresa S. Skelly, Vice-President 15 (Principal) Secretary Mi chef e S Lankford Name and Title 16 17 Address: P. 0. Box 40328 18 19 Fort Worth, TX 76140 20 21 22 23 Witness as to Principal 24 SURETY: 25 26 27 28 MerchaUt4ZBonding Company (Mutual ) 29 30 BY:4h&,' - . A J_'le 31 Signa re 32 33 Sheryl A. Klutts, Attorney-in-Fact 34 ATTEST: Name and Title 35 36 Address: 6700 Westown Parkway 37 (Surety) Secretary 38 West Des Moines, IA 50266-7754 39 40 41 X 42 Witness as to Sura , John A. Miller Telephone Number: (800)678-8171 43 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH MSSPE2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2737 Revised July 1,2011 MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 `'"' nr/f+j�'h• •'`� '`• MERCHANTS BONDING COMPANY(MUTUAL) o104.4eONO��P !tlo9•• MERCHANTS NATIONAL BONDING,INC. s 2003 .• 1933 ;ti . � By d STATE OF IOWA /�j4,,,dy,441�i'``'!' `'••• •••.. COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PR'A�s WENDY WOODY n Commission Number 784654 7 My Commission Expires �owP June 20 2017 Notary Pubh , County,Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of 2016 . Secretary : � C3 I •a, 1933o • POA 0014 (6115) MERCHANTT"k BONDING COMPANY,. MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 DES MOINES, IOWA 50306-3498 (800)678-8171 (515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX(2/15) Aco CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/8/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Wend Van Orden NAME: y K&S Insurance Agency PHONE (972)771-4071 FAX (972)771-4695 A/C No Ext: A/C No 2255 Ridge Road, Ste. 333 E-MAIL wvanorden@kandsins.com ADDRESS: P. O. BOX 277 INSURERS AFFORDING COVERAGE NAIC# Rockwall TX 75087 INSURERA-.United Fire & Casualty Company 13021 INSURED INSURERB:Travelers Prop Cas Co of Amer 25674 William J Schultz, Inc. , INSURERC:Texas Mutual Insurance Co. 22945 dba Circle C Construction Company INSURERD:Federal Insurance Company 20281 500 W. Trammell Ave. INSURER E Everman TX 76140 INSURERF: _ COVERAGES CERTIFICATE NUMBER:15/16 Std. w/ Equipment REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE ❑X OCCUR DAMAGE TO RENTED 100,000 PREMISES Ea occurrence $ 85316434 8/12/2015 8/12/2016 MED EXP(Any one person) $ 5,000 CG7208 2/15- AI & WOS PERSONAL&ADV INJURY $ 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: CG2010 4/13- AI GENERAL AGGREGATE $ 2,000,000 POLICY PECOT- FILOC CG2037 4/13- AI COMP OPS PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Limited Jobsite Pollution $ 100,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident A X ANY AUTO BODILY INJURY(Per person) $ - ALLOWNED SCHEDULED AUTOS AUTOS 85316934 6/12/2015 8/12/2016 BODILY INJURY(Per accident) $ NON-OWNED CA7109 1/06- Al & WOS PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident Underinsured motorist $ 1,000,000 X UMBRELLA LIAB I X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS-MADE ZUP-41M11428-15-NF 8/12/2015 8/12/2016 AGGREGATE $ 5 000 000 DED I X I RETENTION$ 10,000 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE YIN ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A 0001193570 8/12/2015 8/12/2016 E.L.EACH ACCIDENT $ 1,000,000 OFFICERC (Mandatory NH MBER EXCLUDED? FN] WC420304B 6/14 - WOS ( ry� ) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1 000 000 D Contractor's Equipment 06706289 8/12/2015 8/12/2016 Leased/Rented Equip Per Item $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: Sanitary Sewer Pipe Enlargement Contract 2015A City Project No. 2737 See above listing of additional insured and waiver of subrogation endorsement forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Throckmorton Street ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Gary Thompson/ORDEN ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025 1201 401) CG 72 08 0215 TEXAS -EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage r * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage *Coverage for non -owned watercraft is extended to 51 feet in length * Property Damage- Borrowed Equipment * Property Damage Liability-Elevators *Coverage D- Voluntary Property Damage Coverage$5,000 Occurrence with a $10,000 Aggregate * Coverage E - Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate- $500 Deductible * Coverage F- Electronic Data Liability Coverage- $50,000 * Coverage G - Product Recall Expense$25,000 Each Recall Limit with a $50,000 Aggregate- $1,000 Deductible * Coverage H-Water Damage Legal Liability- $25,000 * Coverage I - Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program- Limited Coverage * Increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments: Loss of Earnings to$500 * For newly formed or acquired organizations-extend the reporting requirement to 180 days * Broadened Named Insured * Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You * Contractors Blanket Additional Insured- Limited Products- Completed Operations Coverage *Automatic Additional Insured-Vendors *Automatic Additional Insured- Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured- Managers or Lessor of Premises *Additional Insured - Engineers,Architects or Surveyors Not Engaged by the Named Insured *Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision- Permits or Authorizations *Additional Insured -Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only-Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You * Additional Insured- Employee Injury to Another Employee *Automatically included -Aggregate Limits of Insurance (per location) *Automatically included -Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. * Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. * "Insured Contract" redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 14 *75015760* I IIII I'll) IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII) IIII CG 72 08 02 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made at COVERAGE A-BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury"or"property damage" expected or intended from the standpoint of the insured. This exclusion does _ not apply to "bodily injury" or"property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft,Auto Or Watercraft(2) (a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage—Borrowed Equipment At 2. Exclusions the following is added to paragraph(4) of exclusion j. Damage To Property: This exclusion does not apply to "property damage"to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for"property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. S. Property Damage Liability—Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6)of exclusion j. Damage To Property: This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D-VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage"to property of others caused by the insured: a. While in your possession; or b. Arising out of"your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 14 CG 72 08 02 16 j. Damage to Property "Property damage"to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or"aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III -LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when ` we have paid the Limit of Liability or the Aggregate Limit for this coverage. 2. COVERAGE E -CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only: a. Item (4)of Exclusion j.does not apply. The amount we will pay is limited as described below in SECTION III -LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 3. COVERAGE F -ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A — Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data"that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of"bodily injury" b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence"that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of"electronic data"shall be deemed to occur at the time of the"occurrence"that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data"is not tangible property. The amount we will pay is limited as described below in SECTION III -LIMITS OF INSURANCE 4. COVERAGE G -PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of"product recall expense" you incur as a result of a "product recall' you initiate during the coverage period. (2) We will only pay for"product recall expense" arising out of"your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 14 x76015770* I ( II IIIIIII I(VIII ILII VIII VIII VIII VIII VIII III I