Loading...
HomeMy WebLinkAboutContract 50307 CITY SECRETARY CONTRACT NO. � I F RT WORT PROJECT MANUAL FOR THE CONSTRUCTION OF SANITARY SEWER REPLACEMENT CONTRACT 201.IWSM-D PART I City Project No.01929 Betsy Price David Cooke Mayor City Manager Kara L. Shuror Interim Water Director Prepared for The City of Fort Worth Water Department Sewer Project No. 59607-0700430-CO 1 929-COI 783 '- November 2017 rr r .^.• r`t ` s op T� dw i..f.. ....... . s IAt3t��E �shLT01Is CRIADO ................. •••• ...... ,iX� Crr .ICHAEL•HINES . , CRIADO&ASSOCLITES� 90525 268071 4Z70 N��O••� 40 HA,iMILTON CIViI.ENGENMUNG ���,h l�Cc N�t�O \r 777 MAIN STREET,SUITE-600 •••• E,3 PAINT HORSE TRAIL rf � `�S10tVA>r �'G� p ` f`�SrC�tA' E��►�� FORT WORTff,TX 76102 SAGINAR',TX 76131 t >� ��`4.. r 817.332.9092 FIItAl No.F-4,73 r ,U t 817.3209679 FIRM No.F-10723 =•` `: I 1!••1�• c�r OFFICIAL RECORD CITY SECRETARY D FT.WORTH,TX c8 21 2018 , OF........... .. 1-s 1TfCi Com` A POVvA IJ VISINTAINEP 4 00 ��.• s fi B841F wQ j° CRAPG H• BARNES CE NSEv� c�� V1swrA1NER ENGINEERING,PLLC ,... ...$6tg3...... -� S1{,F LD ENGINEERING GROUP,PLLC AL P.O.Box,"1382 ? o ;ting 16CO WEST 7"STREET,SUITE 200 � {� KELLf.R,TX 76?44 ��•......-• . �,��, ,� FORT WORTH,TX 76102 �' 817,993.3?14 FIRM No.F-I 1598 " x " �� i 817.810.0696 FIRM NO.F-11039 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/30/2018 - Ordinance No. 23098-01-2018 DATE: Tuesday, January 30, 2018 REFERENCE NO.: "'C-28563 LOG NAME: 602011WSMDPl-CIRCLEC SUBJECT: Authorize Execution of a Contract with William J. Schultz Inc. d/b/a Circle C Construction Company in the Amount of$2,058,889.00 for Water and Sanitary Sewer Replacement Contract 2011 WSM-D, Part 1 Located in the Parkside, Stop Six Sunrise, Oakhurst, North Side and Diamond Hill Jarvis Neighborhood Association Areas, Provide for Project Costs and Contingencies for a Total Amount of$2,422,753.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2, 5 and 9) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$2,422,753.00 from available funds in the Sewer Capital Fund—Legacy; and 2. Authorize the execution of a contract with William J. Schultz Inc. d/b/a Circle C Construction Company in the amount of$2,058,889.00 for Water and Sanitary Sewer Replacement Contract 2011 WSM-D, Part 1 (City Project No. 01929). DISCUSSION: This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated sanitary sewer mains located on the following streets, easements and alleys: Location IFTO Burton Avenue Carverly Avenue IlStalcup Road Carverly Avenue Richardson Street 113urton Avenue Balsam Street Yucca Avenue 200 feet east of Primrose Avenue Penland Street Conway Avenue ISoutherly 520 feet ISun Valley Drive Dorothy Road lKasterly 530 feet Conway Avenue Penland Street IFEasterly 250 feet Alley between Roosevelt Avenue and Prairie NW 27th Street Northerly 770 feet Avenue Alley between Roosevelt 100 feet south of NW 25th Avenue and Prairie Street Northerly 400 feet Avenue Alley between Chestnut NW 24th Street then Avenue and Pearl Avenue NW 25th Street Easterly 120 feet Alley between Schadt NE 29th Street 11 E. Loraine Street Street and Weber Street http://apps.cfwnet.org/ecouncil/printmc.asp?id=25530&print=true&DocType=Print 2/12/2018 Easement between Daisy Lane and Carnation 150 east of Mapleleaf Street Easterly 350 feet Avenue Easement between W. Lotus Avenue and Morning W Lotus Avenue Southerly 200 feet Avenue Easement between W. 200 feet southwest of the Westerly 700 feet then Lotus Avenue and Morning Morning Glory Avenue/W. Southwesterly 100 feet Glory Avenue Lotus Avenue intersection Alley between Conway Colonial Street Penland Street Avenue and Nies Avenue Alley between Brown Colonial Street Penland Street Avenue and Nies Avenue Alley between Conway Colonial StreetPenland Street Avenue and Wade Avenue Alley between Roosevelt Avenue and Prairie NW 24th Street Southerly 100 feet Avenue Alley between Marigold Avenue and Primrose Balsam Street Easterly 300 feet Avenue Alley between Marigold Avenue and Primrose Balsam Street Westerly 450 feet Avenue Easement located east of Northerly 700 feet to Redwood Drive East Station 7+28.34 Mosson Road Alley between Race Street Oakhurst Scenic Drive Northeasterly 300 feet and Akers Avenue The project was advertised for bid on November 16, 2017 and November 23, 2017 in the Fort Worth Star- Telegram. On December 7, 2017, the following bids were received: Bidder Amount Time of Completion William J. Schultz, Inc. dba Circle C Construction, Co. $2,058,889.00 300 Calendar Days PM Construction & Rehab, LLC $2,292,046.19 ARK Contracting Services, LLC $2,390,978.00 In addition to the contract amount$260,920.00 is required for project management, material testing and inspection and $102,944.00 is provided for project contingencies. This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start on April 2018 and be completed by April 2019. The footage of sanitary sewer pipe to be installed is approximately 7,500 linear feet of various sizes. M/WBE OFFICE: William J. Schultz, Inc. d/b/a Circle C Construction Company is in compliance with the http://apps.cfwnet.org/ecouncil/printmc.asp?id=25530&print=true&DocType=Print 2/12/2018 City's BDE Ordinance by committing to 11 percent MBE participation. The City's MBE goal on this project is 11 percent. Construction for the Water and Sanitary Sewer Replacement Contract 2011 WSM-D, Part 1, is one component of the overall project that includes design, project management, easement, acquisition, utility coordination, material testing and inspection. The overall project budget is$4,210,566.00. Construction is expected to start February 2018 and be completed by January 2019. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. The project is located in COUNCIL DISTRICTS 2, 5 and 9. 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 Fund— Legacy. The Fiscal Year 2018 Water Operating Budget includes appropriations of$29,022,689.00 for the purpose of providing Pay-As-You-Go funding for Sewer Capital Projects. After this transfer for Fiscal Year 2018, the balance will be $16,360,744.00. Appropriations for Water and Sanitary Sewer Replacement Contract 2011 WSM-D will consist of the following: FUND Existing Additional Project Appropriations Appropriations Total* Water Capital Fund $223,998.00 $0.00 $223,998.00 59601 Sewer Capital Fund - $63,815.00 $2,422,753.00 $2,486,568.00 Legacy 59607 Project Total $287,813.00 $2,422,753.00 $2,710,566.00 *Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project JProgram ctivity Budget Reference# mount ID ID Year ChartfieId 2 FROM Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kenneth Morgan (8246) Additional Information Contact: Robert Sauceda (2387) ATTACHMENTS http://apps.cfwnet.org/ecouncil/printmc.asp?id=25530&print—true&DocType=Print 2/12/2018 1. 602011 WSMDP1-CIRCLEC ComplianceMemo.pdf (CFW Internal) 2. 602011 WSMDP1-CIRCLEC FID Table (Dan).docx (CFW Internal) 3. 602011WSMDPl-CIRCLEC Form 1295.pdf (Public) 4. 602011WSMDP1-CIRCLEC Map01.pdf (Public) 5. 602011WSMDP1-CIRCLEC Map02.pdf (Public) 6. 602011WSMDP1-CIRCLEC Map03.pdf (Public) 7. 602011 WSMDP1-CIRCLEC Map04.pdf (Public) 8. 602011WSMDP1-CIRCLEC Map05.pdf (Public) 9. 602011WSMDP1-CIRCLEC Map06.pdf (Public) 10. 602011WSMDP1-CIRCLEC SAM.pdf (CFW Internal) 11. 602011WSMDPl-CIRCLEC 60 AO 18.docx (Public) http://apps.cfwnet.org/ecouncil/printmc.asp?id=25530&print=true&DocType=Print 2/12/2018 fORTWORTH. City of Fort Worth ............... .__......................................._. ...._... ... ...................................................................._....._............................................. ............... _ ..................I I "I'll"'I'll-I 1.11,111,11111,...............- . Standard Construction Specification Documents Adopted September 2011 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pape 2 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 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 2500 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 5000 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 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Paae 3 of 6 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 0241 14 Utility Removal/Abandonment Division 33-General Requirements 3305 13 Frame, Cover, and Grade Rings 33 31 12 Cured in Place Pipe (CIPP) 33 3960 Liner System for Sanitary Sewer Structures Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: liths://ni-o'iecti)oint.huzrsatv.cc r,/client,,T6rty.ort}3 %20Const-niction°�o2()Qocllmcllts;'Src iiicalions Division 02-Existing Conditions 02 44 13 Sel@eti ,o Site Tlemel;tion 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 3 4-16 Concrete Bas@ N44e-ial F«Trench Repair- 038000 epa r-038000 Modifications to Existing Concrete Structures Division vo--Eleetrim-I 26 05-000 Ce,, m „ Werk Dors feF QeetFimeal 2605 10 Dei: elition fee El etrie l a.,s. ey ,. 26 05 33 Raeeways and Boxes fee Fileetrieal S stef:As 26 05 43 T ir,defgfeii d Duets acid Race..a ys fef)~leetr-ie l Systems Division EaFthwer-k 110-00 s4eC-lea;-in 34 23 46 Unelassif ed l=?ie.,.e4en 342 3 lam- 31 -24 00---Embankments 31 2500 Erosion and Sediment Control 9z 36 dt�arrn t nn�n�-- h:ef -rS Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair :32 11 2-3 Flexible Base&)ur-ses CITY OF FORT WORTH Sanitary Setter Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32-i i 29 LimeTr-eared Base Gaurses 321233 GementTreated Base Ganrses 32323-7 Liquid Sail Stabiliaer 32 12 16 Asphalt Paving 32 Q 73 Asp#a4 Paving uek Sealants 32-F3T3 G neFete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32-4373 Cenc-rete Paving joint Sealants :52 14 16 Br-iek Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32i 7 23 Pavement Ma kifigs =I2 i7 25 Eefb Address-Paintifrs 3231 l 33 ChainTenees-and Gates 32 3126 Wife Dentes and Gates 32 31 29 Wood Teflees anEl-G40S 3232 13 Cast in Plaee Genefete Retaining Walls �1 i9 Topsail Al t dR' h' fD 1 z ZIT—�rojJ'�virrrc'[cenren CTmC1T�'Tn�niif�^m Parkways 32 92 l3 Hydro-Mulching, Seeding, and Sodding 3293 43 fees and-S1srtks Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 041joint Bending and P'leetrieal lselatien 33-04 11 Cerresien Central Test Statiens 33 nn 12 Magnesi C—at�adle-Preeetiaii Sysen3 33 04 30 TempeiZary Water Servie-es 3 Ceanin5-aid zcceptancTesting vWater- 33 aier-33 AvAn.r,:r,n�v� 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 Cenerete Water Vau4s, 33 05 17 Concrete Collars 33 0520 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 0526 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 i i 05 BeksNuts,—and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 1 i 2 Polyvinyl Chloride(PVC2)Pressure Pi-pe 33 i i i3 C-eiiefete Pressure Pipe, Baf Wrapped, Steel Cylinder-Typ-e :33 11 4 4 Buried Steel Pipe and Fittings 3 ?4g —Water Servie-es I ifie-ls�e 2 ineh CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit} Project No.01929 Revised February 2.2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 3� 1 zQ Resilient sete+ te Valve 3312 25 Ce neetion testing A14erMains 33 i2 ,0 Ee atienAir-V crye�zSscibirem-fr-o Qtabre�Ar14er�Systen m =4 3 12 40 Fife Hydrants ,, Water Sample Sta4ians D1 „t1 333-1260 —Sta fi.7.,,-.7 .,.., {�SSeittbl-NL 33 31 12 Cured in Place Pipe(CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 34 2i Polyvinyl Gh er de (P-VG)Glesed PFef;le n,..,vity Sanitary Sewer--Rine 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 3331 70 G„mt,;r.ties; Air Valve f r Sans.,,-y Sewer>~,ree 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 3960 Epoxy Liners for Sanitary Sewer Structures 33 41 1,0 Rein€ereed Ganer-ete StoF., Sewer-Ape/!`ulk,e-r, ':3 12 D fccaPolryetbrene(SRPE)Ptipee 33 4600 Singe 33-4681 Sle#ed Stec-m Trains 33 4602 Tfeneh Drains 33 49 10 Cast:;; cee 4"rrmzrivr"^1esand junetien Boxes 93 49 T^n terAvraainugezu eudr;crrs-uid Witirwurtr 3 Division 34-Transportation 34ItTTruffie-Slgna1s 3 4-T1 40.01 Attaehfflent,k Gentrener�e4 34 41 10.02 Aaaelimentt—Centrenei Sp.eeifieution 34 ^1-n 30.03 AttaelffientC—SeftwareSpeei-fie-atien 34T113 RemSignals 34 41 15 Reetangulaf Rapid Flashing Beae-eft 34 41 1- Pedestrian 14j,brid Signal 1 U 34 4-1`0 i'ct7['kd'd aylll,,,.-,in ie Assemblies blies 34 4111 20.01 AAeri"1 TED D l,.,.7..,a Lumminair-es 34 41-20.03 ident;.,l LED-Rea 7..,.,, Luminaires 34 41 30 Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised February 2.2016 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 Appendix GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities (Temporary Right of Entry) 01 71 23.01 Survey Staking Standards END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01929 Revised February 2,2016 Division 00 GENERAL CONDITIONS 00 05 10- 1 MAYOR AND COUNCIL COMMUNICATION(M&C) PaQe I of I SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assemble'r.- P-or("onlruct Docul"Ient execulioil, reinove INS L117d rerlace vviih Me apirovc,,d 7 --V& 10' r the award ofthe',nroject. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 23 24 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised July 1,2011 City of Fort Worth, Texas Water Department Transportation & Public Works Department ADDENDUM No. 1 To the Specifications and Contract Documents For Sanitary Sewer Replacement Contract 2011 WSM-D Part 1 City Project No. 01929 Addendum No. 1 — Issue Date: December 5, 2017 Bid Receipt Date: December 7, 2017 This Addendum No. 1 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: The Plans and Specification Documents for the above referenced project are hereby revised and amended as follows: 1. Section 00 42 43 "Proposal Form": Replace existing specification with attached updated specification • Modified unit price for Bid List Item No. 9999.0008 Construction Allowance Note: • All Addendum No. 1 items are available on Buzzsaw; replace original forms listed herein with Addendum No 1 forms and insertions. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1) in the space provided below, (2) in the proposal and (3) acknowledge receipt on the outer envelope of your bid in upper case letters "RECEIVED &ACKNOWLEDGED ADDENDUM NO. 1". Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: By: Title: Robert Sauceda, P.E., Senior Professional Engineer ADDENDUM NO. 1 December 5, 2017 0142 43 BID PROPOSAL Pepe 1 of i SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit ofBid Unit Price Bid Value Measure Quantity 0241.0500 Remove Fence 0241 13 LF 56 .......... 0241.1100 Remove Asphalt Pvmt 0241 15 sy . 342' .. ...... ... .._.11........ ...... ..................... .................---l-...................................... ................. 0241.1300 Remove Conc Curb&Gutter 0241 15 SY 5 .............................. ........---------- ..............-----------------.................-................ 0241.2001 Sanitary Line Grouting.. 0241 14 CY 2 . ...................... ------- -. ........... . ....................... . ..... . ............... ..... .. ... .... ........ .......................... 0241.2012 Remove 6"Sewer Line 0241 14 LF 411 ............ ,, ,- "" ........... 0241.2013 Remove 8'.sewer Line 0241 14 LF 114 I-,-.................. ................. ..................... .................. --I"..",........... ................. 0241.2102 6"Sewer Abandonment Plug 0241 14 EA 7 ............... 0241.2103 8'Sewer Abandonment Plug 0241 14 EA 4 ............. ........... ............... ............---------------- 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 23 .111.1111--1111........... .......... ..................- 3125.0101 SWPPP al acre 31 2500 LS 1 "I'll-.-..................1----1111.11-111-......................................................................................................111.111.11,111,............... .......................................... ..................... ................................ 3201.011 10'Wide Asphalt Pvmtair,Residential 3201 17 ................ ..............-11,11,111,111,11.11,l.,-.-.,--,_",§.y......_"?42 3201.0201 Asphalt Pvmt Repair,Residential 3201 17 L F l'i ---------------------.1 al"I'll-1-1 11-1111-11--11"I'll---11 1 1 1---11 11-1111,............... ..................................... 3201.0614 Conc Pvmt Repair,Residential 3201 29 SY 171 ................... ---11.1-1--111-1111............................... 3211.0112 6"Flexible Base,Type A, ...... ---------- -3-5......... "I'll.............................. ............... ...................................................................... ........... 3216.0101 6"Conc Curb and Gutter 321613 LF 5 ........... ..................................... .......... .......................... 1 4'Chain Link Steel 3231 13 LF 50 3291.0100 Topsoil 3291 19 CY 113 .......................... . ................. ...... ........................... ........... 3292.01DO Block Sod Placement 329213 SY 892 I-,............... ............... ............................................. 1-111-11 1 _3?�.0101 Utility Services Surface Restoration Sodding 329213 Sy ..... ......200 ................................ ................----....................................................................... . ..... 1__Pre-CCTV Inspection 33 01_31 LF 7,661 ................ .i .............................. .......... .. ........ ............ ........................................ 3301.0002 Post-CCN on 3301 31 L F 12,358 "Ill.l.-Il-11.1-1--.-,.,--."-�__.................................--------------------...................................................... ................---..................................................................... ................................................................................................................................... 3301.0101 Manhole Vacuum Testing 3301 30 EA 40 -111 1 ................ ................... ............... ....................................................................................................................... ........... .............. 3305.0103 Exploratory Excavation of Existing Utilities 33 025 30 EA 3 3305.0109 Trenq1P,§afqty LF 4,787 RP�Jq------------------------------------------ 3305.0112 Concrete Collar 3305 17 EA 39 ---------------......... ..........-----1-11,11.11.11-1--1111.,._ ...................... 3305.0116 Concrete Encasement for Utility Pipes 3305 10 CY 3 ................................................................. .......... 5 24"Casing By Other Than Open Cut 330522 LF 170 .1104 33i'1'.0'--1'-0­2---'6FS'-aw'e-i................ P,Pipe,Point',R,e,'p'-a-ir............................. 33 31 22,33 31 23 LF 100 .................-",----------------------- 3331.0103 8"Sewer Pipe,Point Repair 33 31 22,33 31 23 LF 5 ---------------------------------....................... ...........-........... .................................. ............. .......... 3331.1102 B"Pipe Enlargement 3331 23 L F 4,691 ................ .................... ............................................................................................. ................................................................................................ ........... .................... ....................................................... L F ,�931.1103 10"Pipe Enlargement 3331 23 728 ---............................. ............................ ................................ .................................... 3331.2102 8"CIPP 3331 12 LF 791 ............... 3331.210412"CIPP 3331 12 LF 1,212 ................. -------11111111111--1-111-111........................ .............--------------- 3331.2105 15"CIPP 3331 12 LF 69 ---......--------------...............--........................................................................................................................................................................................................ ............................. 3331.3102 4"2-Way Cleanout 3331 50 EA 296 -.1.1-1-� ............................... ........... ......111.............. ......................................... ................--------------- 3331.3201 6"Sewer Service,Reconnection 3331 50 EA 3 ................................ 202_T.2-Way Cleanout 3331 50 EA 3 ....... .............. 3331.3311 4-Sewer Service, ne"cb-on-----------------...............................3­3­31...5 0........................ -,EA-, 129 ........................................_1111_......... .-1-111.1111111.......................................................11"I'll I I'll,I�.............................. ................. 3331.3314 4"Sewer Service Reinstatement 3331 50 EA 167 1.1.11,111.111,..............................--- I--,...............1-11-1-11................ ................ .......... ...............I--...... ............ ................... 3331.4108 6"SewerPipe 33 11 10,33 31 12,33 31 20 LF 35 ................. ------------------................... -------------------------....... 3331.4115 W Sewer Pipe 33 11 10,33 31 12,33 31 20 LF 1,787 1.4119 8"DIP Sewer Pipe 33 LF 2,389 ..................11-1.11-1.1...............................................................................................................................................................................................................I..................... --l",-.1111111-11-11-11................ ............................... 3331.4201 10"Sewer Pipe 33 11 10,33 31 12,33 31 20 LF 232 -------------- ............................................ .......... ------- 3331.4208 12"Sewer Pipe33 11 10,33 31 12,33 3120 LF 646 ................. .. .......... .. ....................--,........................................................ ..... .60 ........................ .......-------------- Epoxy Manhole Liner VF 362 -......................................... ..... .. .. ................ ................................................3339. ...................................................................................................11 .................................................. 3339.0003 Wastewater Access Chamber 333940 EA 3 ................ ........................................................................................................ ............... 111-"I'll",............................................... 3339.1001 4'Manhole 33 EA 31 .................. ............... ................ .................... 111,11".1--... 11-111-1.1............................................ 1-1111-1-1 ---l-.................. 3339.1002 4'DroQ Manhole 33 39 10,33 39 20 EA 6 ..............................--_---------------------......... 3339 1003 E?",RepthDepth,Manhole(>6.0') 333910 VF 93 ............... -----------------­ .......................... ............ ...................................................... ............................................................. 3339.1004 4'Shallow Manhole 33 39 10,33 39 20 EA 3 3471.0001 Traffic Control 3471 13 MO 6 ------...... ............... ..................-................ ......._._._----------- 9999.0003 ....-----------9999.0003 Remove&Replace Exist Cone,Ring&Cover on 4'MH 33 05 13 EA 17 Remove--ov,a----Exist Cleanout o u-t,-,-- ...........................--,- ......................000,0,60" E-A, 2---,- . .................... 9999.0004 m ........................................-................................................................ .....------ ..................................... 9999.00D4 Remove Vault 000000 4 ------------- ...................................... .....................11 11"I'l""Ill.,"�'...,..,.,...,.�I...................................- -.......... ............ ............. 9999.OG05 Gravel Alley Repair 000000 LF 1,750 i6661------.............. .............. .0006 Construction Staking(Sanitary Sewer) 01 71 23 LS 1 ............................. ................... ....................... ........... -11.1-11-111-1 11..........11 1 1-11 9999.0007 Construction As-Built LS 1 .........................- ............o,r o'��I 9999.0008 Construction Allowance 00 00 .......... ......1 $75,000.001' $75,000.00 ---------- Total Bid l $76,000.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Reviwd 20120120 00 41 OCLOO 43 13_00 42 4300 43 37_00 45 1200 35 13-Bid Proposal Workbook 001113- 1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of SANITARY SEWER REPLACEMENT CONTRACT 2011 5 WSM-D PART 1, Sewer Project No. 59607-0700430-C01929-C01783, City Project No. 01929, 6 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000_Throckmorton Street 11 Fort Worth, Texas 76102 12 13 until 1:30 P.M. CST, Thursday, December 7th 2017, and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate)following: 18 • 4,700 LF of 8" Sewer Main by Pipe Bursting 19 • 3,300 LF of 8" Sewer Main by Open Cut 20 • 100 LF of 8" Sewer Main by Other Than Open Cut 21 • 80 LF of 8" Sewer Main by Hand Tunnel 22 • 800 LF of 8"Sewer Main by CIPP 23 • 750 LF of 10" Sewer Main by Pipe Bursting 24 0 1,250 LF of 12" Sewer Main by CIPP 25 • 70 LF of 15"Sewer Main by CIPP 26 • 650 LF of 12" Sewer Main by Open Cut 27 • 105 VF Epoxy Manhole Liner 28 • 35 EA 4' Standard Manholes 29 30 PREQUALIFICATION 31 The improvements included in this project must be performed by a contractor who is pre- 32 qualified by the City at the time of bid opening. The procedures for qualification and pre- 33 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 34 35 DOCUMENT EXAMINATION AND PROCUREMENTS 36 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 37 of Fort Worth's Purchasing Division website at and 38 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 39 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 40 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 41 Parties Form 1295 and the form must be submitted to the Project Manager before the 42 contract will be presented to the City Council. The form can be obtained at 43 htt ams://w-,,-w.ethics.state.tx.usltec/1235-Infcr.Iitzir . 44 45 46 47 48 Copies of the Bidding and Contract Documents may be purchased from CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSMA-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 22-2016 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 Shield Engineering Group, PLLC 2 (817) 810-0696 3 1600 W 7"' Street 4200 4 Fort Worth, TX 76102 5 6 A 24 hour notice must be given to the Engineer prior to picking up Bidding and Contract 7 Documents 8 9 The cost of Bidding and Contract Documents is: 10 Set of Bidding and Contract Documents with full size drawings: $90 11 Set of Bidding and Contract Documents with half size (if available)drawings: $60 12 13 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 14 City reserves the right to waive irregularities and to accept or reject bids. 15 16 INQUIRIES 17 All inquiries relative to this procurement should be addressed to the following: 18 Attn: Roberto C. Sauceda, P.E., City of Fort Worth 19 Email: robert.sauceda(a).FortWorthTexas..s4ov 20 Phone: 817-392-2387 21 AND/OR 22 Attn: Craig H. Barnes, P.E., Shield Engineering Group, PLLC 23 Email: craig.bames(a)segpllc.com 24 Phone: 817-810-0696 25 26 Questions by e-mail will be prioritized over those received by other means. Only responses issued 27 via Addenda are binding. 28 29 30 ADVERTISEMENT DATES 31 Thursday,November 16t1i, 2017 32 Thursday,November 23rd, 2017 33 34 END OF SECTION CITY OF FORT WORTH Sanitary Serer Replacement Contract 2011 WSMA-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page I of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 -GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative. submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association. or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only,for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequal i fi cation at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at, 41 https:Hi2roi ectpoint.buzzsaw.com/fortworth�ov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalifi cation,/TP W%2OPaving 43 %20Contractor%2OPrequalification%2OPro. ram/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at, CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised Aueust 21.2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 https://proiectpoint.buzzsaw.com/fortworth,�zov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPregualification/TPW%2OPaviniz 3 %20Contractor%2OPrequalification%2OProuam/PREQUALIFICATION%20REQ 4 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 https://projectpoint.buzzsaw.com/fortworthizov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 9 OSanitary%2OSewer%2OContractor%2OPrequal ification%2OProQram/W SS%20pre 10 qua]%20requirements.doc?public 11 12 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 13 seven(7) calendar days prior to Bid opening, the documentation identified in Section 00 14 45 11, BIDDERS PREQUALIFICATIONS. 15 16 3.2.1. Submission of and/or questions related to prequalification should be addressed to 17 the City contact as provided in Paragraph 6.1. 18 19 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 20 bidder(s)for a project to submit such additional information as the City, in its sole 21 discretion may require, including but not limited to manpower and equipment records, 22 information about key personnel to be assigned to the project, and construction schedule, 23 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 24 deliver a quality product and successfully complete projects for the amount bid within 25 the stipulated time frame. Based upon the City's assessment of the submitted 26 information, a recommendation regarding the award of a contract will be made to the 27 City Council. Failure to submit the additional information, if requested, may be grounds 28 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 29 notified in writing of a recommendation to the City Council. 30 31 3.4.In addition to prequalification, additional requirements for qualification may be required 32 within various sections of the Contract Documents. 33 34 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 35 36 4.1.Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including"technical data" referred to in 40 Paragraph 4.2. below).No information given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto, shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to thegeneral, local and 45 site conditions that may affect cost, progress, performance or furnishing of the 46 Work. 47 48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 49 progress, performance or furnishing of the Work. 50 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 002113-3 INSTRUCTIONS TO BIDDERS Paee 3 of 9 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No infonnation given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion,and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Sanitan Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,201 0021 li-4 INSTRUCTIONS TO BIDDERS Paee 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction (if any)that may be shown or indicated or expressly required 18 by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls(PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Paee 5 of 9 l 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 1 l considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: Roberto C. Sauceda, P.E., Water Department 22 Fax: 817-392-2559 23 Email: robert.saucedaaFortWorthTexas.gov 24 Phone: 817-392-2387 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3.Addenda or clarifications may be posted via Buzzsaw at 31 https://projectpoint.buzzsaw.com/fortworthgov/Infrastructure/01929 W and SS Rep] 32 Contract 2011 WSM-DBid Documents Package/Addenda 33 34 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 35 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 36 Project. Bidders are encouraged to attend and participate in the conference. City will 37 transmit to all prospective Bidders of record such Addenda as City considers necessary 38 in response to questions arising at the conference. Oral statements may not be relied 39 upon and will not be binding or legally effective. 40 41 7. Bid Security 42 ✓ 43 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 44 (5) percent of Bidder's maximum Bid price on form attached. issued by a surety meeting 45 the requirements of Paragraphs 5.01 of the General Conditions. 46 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 0021 li-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M.CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Pave 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices. 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title,the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers. and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the I i evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors. Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35%of the value embraced on the Contract, unless otherwise approved by the City. is 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised August 21,2015 003513- 1 CONFLICT OF INTEREST AFFIDAVIT Pase 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")to a City of Fort Worth 5 (also referred to as "City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 -City Work. The referenced forms may be downloaded from the website links provided below. 10 l l l,ttp;;%�;««.ethics.state.tY.t€s%'i-or17-.�/C1 t�.i��If 12 13 htur,:/;`ww«.et,�ics.state.t� 14 15 CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 0 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 6 �✓,//,a,r► T�S'��a Ids S� � a, 26 27 G /,c/t L Co/�tr�i�coir G O/�f�bi��/ By:_ /rte/rf a f.��i/may 28 Company T (Please Print) 29 30Signature: 31 Address 32 33 140 l/o f�, �,ras 7G/f�0 Title: 34 City;State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit-Project No.01929 Revised March 27,2012 00 4100 &D FORM, paqo1 o!r SECTION 00 4100 BID FORM TO: The Purchasing Manager cio: The Purchasing Division 1OOOThmckmortonStreet City ufFort Worth,Texas 78102 FOR: Sanitary Sewer Replacement Contract 2011 VVSW\4]Part\ City Project Nn,: 1929 Unite/8echons� Unit 1BSanitary Sewer Line improvements 1. Enter Into Agreement The undersigned Bidder proposes and ugrees, if this Bid in aooepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish oU 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 ofthe 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 o/ all costs to provide the required inou:ance, will do so pending contract ewund, 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 oforon behalf ufany undisclosed individual or entity and is not submitted in conformity with any collusive agreement or ru|oaoil any group, association, organization, orcorporation. 2A� 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 ofthis Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action ofapublic official inthe 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(o)todeprive City of the benefits mffree and open competition. c� "collusive practice"means a sc-heme 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, -­/T,oproerWORTH ar^wuARoCONSTRUCTION SPECIFICATION DOCUMENTS mm`Re..oedzo1nuuz1 004`00_004313_004243_004337_004*1z_000s,a_a.oProposal wo*u°m. 00 4i 5"; B,D FOR Page 2 of 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer CIPP, 24-inches and smaller b. Sewer Pipe Enlargement 12-inches and smaller c. Sewer Collection System, Urban/Renewal, 12-inches and smaller d. CCTV, 18-inches and smaller e Auger Boring-24-inch diameter casing and less 4.. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 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{andlor achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bic! The following documents are attached to and made a part,of this Bid: a. This Bid Form, Section 00 41 00 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, CIO 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 6A. 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. 82,058,889.00 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 andior 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. CITY OF FORT WORTH STANDARD CONSTRUCTION ION SPECIFICATION DOCUMENTS Fo-i Revised 20150921 00 41 00_00 43 13_00=42 43..105 43 3705,145 12_00 35 13__B;d Pronsat VVorKboak 00 41 00 BID FORM Page 3 of 7 7. Bid Submittal This Bid is submitted on December 7, 2017 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: � .,� ,- Addendum No. 1: TSS (Signature) Addendum No.2: Addendum No.3: Teresa S Sk611e Addendum No. 4: (Printed Name) Title: President Company: William J Schultz Inc dba Circle C Construction Comp2 Corporate Seal: Address: PO Box 40328 Fort Worth, Texas 76140 State of Incorporation: Texas Email: 1.skellyi&-;rcleccoris ruction.com Phone: 817-293-1863 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook SECTION 00 42 43 PROPOSAL,FORM UNIT PRICE BID Bidder's Application lzIi1nf bid Bi'dint)(WTI Vo scclon\i, nit Bid Quawit, 024 1.0500 Remove Fence 102 41 13 LF 50 S-,Ool S250,00I 0241,11100 Remove Asphalt Pvmt 102 41 15 y SY 342 $5.05; $1,740.00 0241.1300 IRemoveConcCure&Gutter '0241 15 SY 5 S510.001 0241,2001 Sanitary Line Grouting `024114 CY 1 2 S3511.005700.001 1 0241,2012 JJ#Remove 6'Sewe!Line 102 41 14 LF: 411 $15.00; ic,165,001 0241-2013 Remove S"sewer Line 102 41 14 LP 114 W1GGpi $1.710,001 (1241-2 102 6`Sewer Abandonment Plug 102 41 =4 0242103 8"Sewer Abandonment Plug 102 41 14 1 EA 4 $1 003.001 $4.C-00,00 1 0241,2201 1Remove 4'Sewer Manhole 402 411 1,425211000,00 3125.0101 1SWPPP a 1 acre 3"2500 S 1 $10,000.00( 3201 n117 114'Wide Asphalt Pvmt Repair,Residerba; 132 C?1 1,7 SY 242 $65.001 S15,730.= I 3201,0201 jAsphalt Pvmt Repair.Residential fJ2 01 17 LF 1,254 i $55,0C) 1,68.970,'X l SY 171, S $15875.0^,(16, OC)i 3201,0614 1 Coric F1vmf Repair,Residential 132011,29 i 3211.0112 W'Flexible Base,Type A,GR-1 K J32 11 23 Sy S9711.0.3 i 3216.0-101 16'Coric Curb and Gutter 32 1,6 > LF 5 S i c,Ori $750.00I 3231.0111 14'Cham Link Steel 132 31 1,3 LF 50 $75.0 00 3291.0100 [Topsoil 132 c,, 19 CY 111 5,000 $1.69,5.001 3292.0100 Block Sod Placement 132 92 13 SY 892 $i G r" 58.920.00 32Q101 Utility Services Surface Restoration Sodding 13292 13 Sy 200 S 10 0 $2.000,00ji 3301.0001 (Pre-CCN Inspection 133 01 31 LF # 7.661 55.00 S3E,305,001 3301,0002 !PcSf-CCTV Inspection 133 0 LF 12.353 $3,00 $37,074 001 3301,0101 Warihole Vacuum Testing 13"04 30 EA j 40 i $150.00 56.00000! 3305,010a JExplorallory Excavation of Existing Utilities 133 025 30 EA 3 51,002,0011 S3 C.)O 0.001 3305,01,09 lTrench Safety '330510 LF 1 4,787 1 $1,Orj, $4,787.00 3305,0112 !Concrete Collar 330517 EA 39 $450.00{ 517,550.00 3305,0'16 91Concrete Encasement for Utility Papas 133 05 10 Y $350,00 s1,C,50,001 1 3 30-5.110,4 124"Casing By Other Than.Open Cu: 33 09 22 1 LP mo $4.50,00: S76,500.00: i 3331.0102 i6,Sewer Pipe,Point Reoas- 33 3' K,33 31 23 LF 10 $1,o p3S10 000.00 i 3331,0103 16"Sewer Pipe,Point Repair 33 31 22,33 31 23 LF 5 1 51,1 (to $5co,001 1 331,1102 18"Pipe Enlargement i 3_3 3i 23 LF 4,6911 $58,001l $272,078,001 i 3331,1103 0"Pipe Enlargement 33 31 23 LP 72e $75,001 554,600,00 1 3331,2102 18'CIPP :33 31 '2 LF 1 791 ! S75.00j $59,32500 3331,2104 12"CIPP P3 31 12 Lr i 1,212 i $85,0011 51103,020,0DI 3331-2105 15'CIPP 133 31 ,2 LF 1 69 $95.005 S6.555.001 3331,3102 4'2-Way Cleanout 13-31 50 EA 296 4 S350.00, $103.600,00! 3331.3201 6"Sewer Service.Reconnectior 3331 5,j 1 EA $1.200,00� $3,600I-001 `;0�31 3202 6"2-Way Cleanout 33'151 50 EA "35ll.0011 $1.050 CIO i 4"Sewer Service,Reconn",ion 3-1 31 50 EA $141,9C)D,OO� EA 167 T,600�00 $1,00,200,00,1 3331,3314 4"Sewer Service Reinstaterrien'. 33 31 50 1 3331.4108 16"Sewer Pipe 133 1 1, 10,33 1,11 12_33 3'20 LF ?5 $45.00 S1.575.0C 01i 3331.4115 IS'Sewer Pipe 13 3 11 1 10,33 1 12.33 31 20 LF I8? ' $6G 00 5107,220 00! i 3331,4119 18"DIP Sewer Pipe i33 11 ill, LF 2t389 $80,00i $191,120.001 .Z331,42 10"Sewer Pipe 123 it 1,0.33 311 2, 3 1 20 LP 232 $n,00� $15,560,0�,d -^331.4203 112-Sewer Pipe 113 11 3"I i2:313' 20 i LF 64f- $85,00 3239-0001 i Epoxy Manhole Unei a3 39 61) VF 312 i 5195,00 $70,590.00j 3339.0003 ;Wastewater Access Gnamber '33 39 40 EA 3 $3.500,UM SIQ,500,00; 3339,1 DO I A'h1anholle !333910 EA 54,500.00# $'i 39.50O.-Jol 3339,1002 4'Drop Manhole 133 391 10.33 39 20 EA s5"500.00 $33,000.00; 3::39.10'013 Extra Depth Depth Manhole 6133 39 10 VF 93 f 5150,00 $i515.950.00 3339,1004 14'Shailow Manhole 139 110,K`39 K, EA, S4,000,00 f 3471.0001 M ITraffic Coriffoi 134 71 13 Q $2.500.00, 000 9993 0003 !Remove&Replace Exist Cone,R]fro&Cover on 4'MH )313 D5 13 EA 17 51 500.001 S25.500 00, 0999,0004 lRemove Exist Cleanoui 100 00 00 EA 2 $500,00 s1,000�011 9999.0004 Remove Exist Sewer Vault 00 0EA 4 s1,000,00 54,()00,00,1 9999.0005 1 Gravel Alley Repair oc or)00 LF 1.75, 6 1,210 00 i 9999,0006 lCons1tr0ction Staking,15anitari,Se-we' !Cjot tI �3 L 5)10 0", 9999.0orl Construction As-Built{Sanitary Sewer it 7' 23 LS, $6,500.Dcll 3999,0008 Construction Allowance Too oo 00 LS $75.00 001 575,000.00 Intal Bid; $2;058,889,00i . ......... EN 1)0f SECT JON i",..c€0167 I(1ill I "INDAR-111(ONS lifICTION SPECAWGA'W,1' NY,UMFIr", 004313 BID BOND Page 4 of 7 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) William J Schultz Inc dba Circle C Construction Company hereinafter called the Principal,and(Surety Name) a corporation or firm duty authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firrni bound unto the Crty- hereinafter called the Obligee, in the sum of and No/100 Dollars ($ _ - .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firm by these presents. WHEREAS. the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Sanitary Sewer Replacement Contract 2011 WSM-D Part I 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2017, By: William J Schultz Inc dba Circle C Construction Company (Signature and Title of Principal) (Signature of Attorney-of-Fact) 'Attach Power of Attorney(Surety)for Attomey-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20110627 00 410000 43 1300 42 41300 43 3700 4512_00 3513_Bld Proposal Workbook 7SN-k BONDING COMPANY,- MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498. DES MOINES, IOWA 50306-3498 PHONE: (800) 678-5171 FAX: (515) 243-3854 BID BOND PUBLIC WORK Bond No. N/A KNOW ALL PERSONS BY THESE PRESENTS.- That RESENTS:That William J. Schultz, Inc. dba Circle C Construction Companv, P. O. Box 40328, Fort Worth. TX 76140 (hereinafter called the Principal)as Principal, and the Merchants Bonding Company(Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street. Fort Worth, Texas 76102 (hereinafter called the Obligee) in the full and just sum of( 5%of Greatest Amount Bid ) Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 7th day of December 2017 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Sanitary Sewer Replacement Contract 2011 WSM-D Part 1, Sewer Project No. 59607-0700430-CO1929-CO1783. City Project No. 01929 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Company(Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J. Schultz, Inc. dba Circle C Construction Company Principal By ze y, Teresa S. Sk4,y, Pres nt Witness a Suretti: r ktttesA , Merchants B n�Compargy(1\J,utual) X � By_ mob, John A. MillerSheryl"A.%Klutts",Attorney-in-Fact CON 0333(2/15) '7!k MERCHANT T BONDING COMPANY-.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and ff€ERCHANTS NATIONA'_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 sign its name as surety0es; and to execute, seat and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 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 amended August 14. 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.;on October 16.2015. "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 seat 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 seat 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 aut hority hereby given to the Attorney-tri-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 6th day of April 2017 4�fI�a MERCHANTMERCHANTS NATIONA BONDING BONDING COMPANY(MUTUAL) sa -o- 0- ®: 2003 ;, :y;s 1933 :c: By :d•' .34•....•.... `. �..•-..•.'\",�: Presiden! STATE OF IOWA ``..... ...... COUNTY OF DALLAS ss, On this this 6th day of April 2017 before me appeared Larry Taylor,to me personally known who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC.: and that the seats 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. AUCIA K.GRAPE Commission Number 767431 Z My Commission Expires Apd l 1,2420 Notary Public (Expiration of notary's commission does not invalidate this instrument, €1 1.10liam Warner,Jr.,Secretary of 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 7th day of December ; 2017 y pRQQR4' .O •�4 4�t QgQ.9g` _. -0- ot—: ;�''� 1933 .` Secretary 203 .:.�: •g'•, •��: N POA 0018 (3117) ff""'°"' ®•••• MERCHANT7 s�k BONDING COMPANY, MFRC HAKTI IiC NDING COMPANY(MILITUAL.) • M[RCIIAN;S N,,ATIC),NAL. RO^,'I]IN(i, i\C- 11.0. Box i449,S r)L:S MOINES. IOWA 5030Y�-3496 1800)676-81'1 • (515)243 .'3fs>4 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 Parkwav, West Des Moines, Iowa 50266 SUP 0073 TX(2/15) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 6 of 7 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 «;% b3ar or&an , our principal place of business, are required to be `/P 1-iirsre percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of S11a = re n,,,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: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company PO Box 40328 (Signatur Fort Worth, Texas 76140 Title: President Date: 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 00411- 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 l 3, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and I l financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter, Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpennit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun &Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised July 1.2011 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital =current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequal f cation Application. A Bidder Preq ualifi cation Application must be 33 submitted along with audited or reviewed financial statements by frons wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 `'None" or"N/A" should be inserted. 38 (2) A minimum of five(5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor-s prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised July 1,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised July 1.2011 00 45 12 BID FORM Page 7 of 7 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer CIPP,24-inches and Circle C Construction 4/30/2018 smaller Sewer Pipe Enlargement 12- Circle C Construction 4/30/2018 inches and smaller Sewer Collection System, Urban/ Renewal, 12-inches Circle C Construction 4/30/2018 and smaller Auger Boring-24-inch diameter Circle C Construction 4/30/2018 casing and less The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company PO Box 40328 (Signature)}- Fort Worth, Texas 76140 Title: President Date; � � ? ?1017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_BYd Proposal Workbook FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION' 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring- Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling- 36-Inches—60—inches, and greater than 350 LF Tunneling—66" and greater. 350 LF and greater Tunneling—66" and greater, 3 50 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV,42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Paee 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal. 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 20,2012 0045 1,-4 BIDDER PREQUALIFfCATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 20,2012 004 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse. child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 20,2012 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATIONN DOCUMENTS City Project No.01929 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH Sanitary Seller Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Paee 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Sanitan,Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised December 20,2012 00 45 26- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Paee I of I I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01929. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 COT-;TR—ACT O—R: 10 II Gird G'Lon �.c�i®n `per By: 11.0,fa S JW-e �0, 12 Company (Please Print) 13 14 ��, 490.V 410J200 Signature: 15 Andress 16 17 d fi ,;`f f O Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS o P Y„Poa-,;MICHELE S.LANK.FORD Notaty Public 22 ''*� += STATE OF TEXAS 23 COUNTY OF TARRANT Notary tD 9»7s946-6 W Comm exp.October 7,2019 24 25 EE FORE ME,the undersigned authority,on this day personally appeared 26 �P�-e�j GJ GJ Ic,< <U known to me to be the person whose name is 27 subscribed to the for=1,dgAaJ6 trul ent, and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 J '_ 31 Gi<EN UNDER IVII I HAND AND SEAL OF OFFICE this T"r\ day of 32 20 33 34 ' 35 36 Notary Public in and for the State o exas 37 38 END OF SECTION 39 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,01929 Revised July I,2011 00 45 40-I Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 11% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 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 $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise 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. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The:Offeror.shall 30 del<to the:NlB cumentation rn p son to;the appropriate emplz yep;-of the,purchasing d� sxan -and 31 obtain apt; Snclecelpt shall-be ex� nce-t#ilt theity recevl:the„dor: Ieita#ac�n, n;the s 32 urrlallpgatei �� atrcl:adluir emaIe3; py: 1 gotbe accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised June 9,2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT,authorized on czt,��/jg is made by and between the City of Fort Worth, a 4 Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and 5 William J. Schultz, Inc. dba Circle C Construction Company, authorized to do business in Texas, acting 6 by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1.WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 10 identified herein. 11 Article 2.PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Sanitary Sewer Replacement Contract 2011 WSM-D Part I 15 Sewer Project No. 59607-0700430-C01929-C01783, Ci1Y Project No. 01929 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any,and Final Acceptance as stated in the Contract Documents are 19 of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 180 days after the date when the Contract 22 Time commences to run as provided in Paragraph 2.03 of the General Conditions. 23 3.3 Liquidated damages 24 Contractor recognizes that time is of the essence of this Agreement and that City will suffer 25 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above,plus 26 any extension thereof allowed in accordance with Article 12 of the General Conditions. The 27 Contractor also recognizes the delays, expense and difficulties involved in proving in a legal 28 proceeding the actual loss suffered by the City if the Work is not completed on time. 29 Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages 30 for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for 31 each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City 32 issues the Final Letter of Acceptance. 33 34 35 36 37 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 005243-2 Agreement Page 2 of 5 38 Article 4. CONTRACT PRICE 39 City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an 40 amount in current funds of Two Million, Fifty-Eight Thousand, Eight Hundred Eighty-Nine Dollars 41 ($2,058,889.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between City and Contractor 45 concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form 49 1) Proposal Form 50 2) Vendor Compliance to State Law Non-Resident Bidder 51 3) Prequalification Statement 52 4) State and Federal documents (project specific) 53 b. Current Prevailing Wage Rate Table 54 c. Insurance ACORD Form(s) 55 d. Payment Bond 56 e. Performance Bond 57 f. Maintenance Bond 58 g. Power of Attorney for the Bonds 59 h. Worker's Compensation Affidavit 60 i. MBE and/or SBE Commitment Form 61 j. Form 1295 Certification No. 2.0%'1—2934-3p 62 3. General Conditions. 63 4. Supplementary Conditions. 64 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 65 attached, as incorporated by reference and described in the Table of Contents of the 66 Project's Contract Documents. 67 6. Drawings. 68 7. Addenda. 69 8. Documentation submitted by Contractor prior to Notice of Award. 70 9. The following which may be delivered or issued after the Effective Date of the Agreement 71 and, if issued,become an incorporated part of the Contract Documents: 72 a. Notice to Proceed. 73 b. Field Orders. 74 c. Change Orders. 75 d. Letter of Final Acceptance. 76 77 78 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 005243-3 Agreement Page 3 of 5 79 Article 6.INDEMNIFICATION 80 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, 81 the city, its officers, servants and employees, from and against any and all claims arising out 82 of, or alleged to arise out of, the work and services to be performed by the.contractor, its 83 officers, agents, employees, subcontractors, licenses or invitees under this contract. This 84 indemnification provision is specifically intended to operate and be effective even if it is 85 alleged or proven that all or some of the damages being sought were caused, in whole or in 86 part, by any act, omission or negligence of the city. This indemnity provision is intended to 87 include,without limitation, indemnity for costs, expenses and legal fees incurred by the city in 88 defending against such claims and causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify.and hold harmless, at its own expense, the city, 91 its officers, servants and employees, from and against any and all loss, damage or destruction 92 of property of the city, arising out of, or alleged to arise out of, the work and services to be 93 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 94 invitees under this contract. This indemnification provision is specifically intended to operate 95 and be effective even if it is alleged or proven that all or some of the damages being sought 96 were caused,in whole or in part,by any act,omission or negligence of the city. 97 98 Article 7.MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have 101 the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 104 without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal representatives to 107 the other party hereto, in respect to all covenants, agreements and obligations contained in the 108 Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional,void or unenforceable 111 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 112 continue to be valid and binding upon CITY and CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of Texas. 115 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District 116 of Texas,Fort Worth Division. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 005243-4 Agreement Page 4 of 5 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified,- 119 lassified;119 promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the 120 same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 123 signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties("Effective Date'). 128 Contractor: City of Fort Worth William J. Schultz,Inc. dba Circle C Construction Company By: � Jesus J. Chapa By: /���, �f'�fi Assistant City Manager (Signature) l ,b—, Date: p�F O R T GLO Teresa S. Skelly Attest: (Printed Name) City Secretary C3 (Seal) Title: President Address: P. 0.Box 40328 M&C 500 W.Trammell Date: ^ t - ��- 18 City/State/Zip: Contract Compliance Manager: By signing, I acknowledge that I am the person Fort Worth,Texas 76140 responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Date requirements. o erto ceda,P.E. Se rofessional Engineer CITY OF FORT WORTH Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOC ENTS City Project No.01929 Revised January 6,2017 OFFICIAL RECORD CITY SECRETARY FT, WORTH TX 005243-5 Agreement Page 5 of 5 Approved as to Form and Legality: OLQ��> Douglas W.Black Assistant City Attorney 129 130 131 132 133 APPROVAL RECOMMENDED: 134 /n• / 135 136 137 Chris Harder,P.E. 138 Assistant Director, 139 Water Department 140 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 0061 13-1 PERFORMANCE BOND Page 1 of 2 1 BOND NO.TXC608553 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal"herein 10 and Merchants Bonding Company(MgIMU, a corporate surety(sureties,if more than one)duly authorized 11 to do business in the State of Texas, known as"Surety"herein(whether one or more), are held and firmly 12 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known 13 as "City" herein, in the penal sum of Two Million, Fifty-Eight Thousand, Eight Hundred Eighty-Nine 14 Dollars ($2,058,889.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18 day of 3.2% "a" , 2018, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said 21 Contract designated as SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-D PART 1, 22 City Project No. 01929. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 25 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 26 contract documents therein referred to, and as well during any period of extension of the Contract that 27 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 28 to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 30 County,Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 2 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 3 provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the day of 12018. 6 PRINCIPAL: 7 8 William J. Schultz, Inc. dba 9 Circle C Construction Company 10 11 BY: o S� 12 Signature 13 ATTEST:' 14 _ �j Teresa S. Skelly,President 15 (Principal)Secretary,Michele S. ankford Name and Title 16 17 Address: P. O. Box 40328 18 19 Fort Worth,TX 76140 20 21 22 Witness as to Principal 23 SURETY: 24 25 Merchants din Company Mutual 26 27 BY: 28 Signature 29 30 Sheryl A. Klutts,Attorney-in-Fact 31 Name and Title 32 33 Address: 6700 Westown Parkway 34 35 West Des Moines,IA 50266 36 37 Witness as to Surety, John A. Miller Telephone Number: 1-800-678-8171 38 39 40 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 41 by-laws showing that this person has authority to sign such obligation. If Surety's physical 42 address is different from its mailing address, both must be provided. The date of the bond shall 43 not be prior to the date the Contract is awarded. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 0061 14-1 PAYMENTBOND Page 1 of 2 1 BOND NO. TXC608553 2 SECTION 00 6114 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 11 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as "City" herein, in the penal sum of Two Million, Fifty-Eight Thousand, Eight Hundred 13 Eighty-Nine Dollars ($2,058,889.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our 15 heirs,executors,administrators, successors and 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 %k -it Lr-4y-%,k , 2018 which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 19 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 20 SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-D PART 1, City Project No. 01929. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all 22 monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas 23 Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation 24 shall be and become null and void; otherwise to remain in full force and effect. 25 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 26 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 27 provisions of said statute. 28 29 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by 2 duly authorized agents and officers on this day of , 2018. PRINCIPAL: William J. Schultz,Inc. dba Circle C Construction.Company ATTEST: BY: 1e�e S'c�l+ Signature Teresa S. Skelly—Presiden (Principal) Secretary, Michele S Tankford Name and Title Address: P. O. Box 40328 Fort Worth,TX 76140 Witness as to Principal SURETY: Merchants Bon inom an (Mutual) ATTEST: BY: Si at re Sheryl A.Klutts,Attorney-in-Fact (Surety) Secret Name and Title Address: 6700 Westown Parkway • West Des Moines, IA 50266-7754 Witness as.to Surety, John . Miller Telephone Number: 1-800-678-8171 3 4 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 5 showing that this person has authority to sign such obligation. If Surety's physical address is different 6 from its mailing address,both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. 9 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 006119-1 MAINTENANCE BOND Pagel of 3 1 2 BOND NO. TXC608553 3 SECTION 00 6119 4 MAINTENANCE BOND 5 6 THE STATE OF TEXAS § 7 § KNOW ALL BY THESE PRESENTS: 8 COUNTY OF TARRANT § 9 10 That we,William J. Schultz, Inc. dba Circle C Construction Companv, known as "Principal"herein 11 and Merchants Bonding Companv (Mutual), a corporate surety (sureties, if more than one) duly 12 authorized to do business in the State of Texas,known as"Surety"herein(whether one or more);are held 13 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 14 State of Texas,known as "City"herein, in the sum of Two Million, Fifty-Eight Thousand, Eight Hundred 15 Eighty-Nine Dollars ($2,058,889.00), lawful money of the United States, to be paid in Fort Worth, 16 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 17 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 18 severally, firmly by these presents. 19 20 WHEREAS, the Principal has entered into a certain written contract with the City awarded 21 the Io day of_ � u�c�► , 2018, which Contract is hereby referred to and 22 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories as defined by law, in the prosecution of the Work, including any Work resulting 24 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 25 and designated as SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-D PART I, City 26 Project No. 01929; and 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance 28 with the plans, specifications and Contract Documents that the Work is and will remain free from defects 29 in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance 30 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. CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 3 defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, 4 then this obligation shall become null and void;otherwise to remain in full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 7 defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or 8 reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 9 Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 12 County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division; 13 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 Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument 2 by duly authorized agents and officers on this the day of J ,2018. 3 PRINCIPAL: 4 5 William J. Schultz,Inc. dba 6 Circle C Construction Co���—an 7 8 BY: moo 9 Signature 10 ATTEST: \' 11 _ '(�(�1,C �_,� wry Teresa S. Skelly,President 12 (Principal)Secretary,Michele S. Lcford Name and Title 13 14 Address:P. O.Box 40328 15 16 Fort Worth,TX 76140 17 18 19 Witness as to Principal 20 SURETY: 21 22 MerchantsIB ding Company Mutual 23 24 BY: C§� 25 Signature 26 27 Sheryl A.Klutts,Attorney-in-Fact 28 Name and Title 29 30 Address: 6700 Westown Parkway 31 32 West Des Moines,IA 50266 33 34 Witness as to Surety,John A. Miller Telephone Number: 1-800-678-8171 35 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 38 by-laws showing that this person has authority to sign such obligation. If Surety's physical 39 address is different from its mailing address,both must be provided. The date of the bond shall 40 not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Sanitary Sewer Replacement Contract 2011 WSM-D Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01929 Revised January 6,2017 MERCHA.NT� 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 sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 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 amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16.2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-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 aut hority hereby given to the Attomey-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 Attomey-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 6th day of April 2017 Z10NA qe*013 Ne. •'•�P ........... R ;• •Da'�P09 .!�y•� MERCHANTS BONDING COMPANY(MUTUAL) l�y:'V� 9J'':�: . .O 9 y MERCHANTS NATIONAL BONDING,INC. Qr 2003 :y: 1933 c: By .......... .•• +•��'^ \'�.• President STATE OF IOWA •••e''�"""''�''' ••ej•••••• COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personalty known, who being by me duly sworn did say that he is President of 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. IZOP�ta<s AUCIA K.GRAM Commission Number 767430 My Commission Expires r e April 1,2020 ' Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of 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 riot been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 3p day of 2018. .•`�Z10N4 .••ANO CQ.. V `.h RP Oil . -o- ptOC :z � _o_ v 2003 y_ 1933 ;c• Secretary :d' �: •�6% 'O•• kN POA 0018 (3/17) "' ••••'• MERCHANTS 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)