Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
060429-R2 - Construction-Related - Contract - William J. Schultz, Inc. dba Circle C Construction Company
CSC No. 60429-R2 CITY OF FORT WORTH RENEWAL OF AGREEMENT WHEREAS, this Second Renewal of Agreement is between the City of Fort Worth, ("CITY"), and William J. Schultz. Inc. dba Circle C Construction Company ("CONTRACTOR"); and WHEREAS, CITY and CONTRACTOR entered into that certain Original Agreement (City Secretary #60429; M&C 23-0353) for Sewer Main Extension, Replacements & Relocations Contract 2022; and WHEREAS, M&C 23-0353 authorized up to two renewals of the Original Agreement; and WHEREAS, CITY and CONTRACTOR executed Renewal No. 1 to the Agreement on February 25, 2025 as provided for by M&C 25-0146; and therein. WHEREAS, the parties desire to renew the Original Agreement; and WHEREAS, funding for this renewal is available as appropriated by M&C 25-0900. NOW, THEREFORE, it is agreed by the CITY and CONTRACTOR as follows: Article I The Original Agreement, as amended, is hereby renewed for another term as described Article II The CONTRACTOR's compensation for this Renewal shall remain $1,000,000.00, as specified in the Original Agreement. Article III All other provisions of the Original Agreement, as amended, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Second Renewal of Agreement Sewer Main Extensions, Replacements & Relocations Contract 2022 Circle C Construction Company City Secretary No. 60429 City Project No. 104266 Page I of 2 EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of For[ Worth Jesica McEachern Assistant City Manager DATE 11/17/2025 APPROVAL RECOMMENDED: Clu`GffDD�t81' KItYdw Chris Harder, P.E. Director, Water Department William J. Schultz, Inc. dba Circle C Construction Company Teresa S. Skellyy d President DATE: //-'/-ZOZ4 APPROVED AS TO FORM AND LEGALITY: M&C: 23-0353iauthr25-0900Tundina. n� Date: 09/16/2025. Form 1295: 2025-1323578. Dougus Blase (nov 7, XM 17:0130 CST) Douglas W. Black Senior Assistant City Attorney o ortt ATTEST: b § 7$:$ —��� �V Jenrette S. Goodall City Secretary °44nMx v� Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all Performance and reporting requir fonts. A " fNrAnAtlPlhfL_ Lawrence Hamiltoh Senior Professional Engineer Semtul Retrevul Ofngrerment Newer Mein&Iowiona Rcplscemena& Mmations Contra 2a22 Circle C Construction Company City Secmtaty No. 66129 City Pmject No. IN266 Page 2 of OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY SECRETARY Cave RACT do b4a9 FORT WORTH SANITARY SEWER MAIN EXTENSIONS, REPLACEMENTS & RELCOATIONS CONTRACT 2022 City Project No. 104266 Fort Worth Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH 41,11 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 007300 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 0131 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 0132 16 Construction Schedule 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 0177 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised June 10, 2022 MOON Pate 2 or8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division U2 -Ems ing Conditions Modified 82-4-1--13 £€1€4 vsS a Pease,Niee 0241 14 Utility Removal/Abandonment 42-4-1 Aavieg-R€meval 1M-1111AMMOTTR 0 Division 26 - Electrical Division 31- Earthwork Division 32 - Exterior Improvements 320117 Permanent Asphalt PavinRepair 3201 18 Temporary Asphalt Paving Repair 32-01�N 32- H-23 32-H-24 4' 42.-4-33 32-1-1-37 32--43 16 323 Aspha# Paving 4244 -13 32--13-28 3 ,3 424446 32446-13 32 1723 Pavement Markings 4244-24 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates =OFFORTWORTH hds R 022 STAND CONSMUMONSFT=CATmNDOCIIM©J'IS City Pmje NO. N426 Revise J=10, 2022 NOON 1� a ors 1 33 31 50 1 Sanitary Sewer Service Connections and Service Lille I I Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htto://foi-twoithtexas.gov/tow/contractors/ or https://apps.foi,twoi-thtexas.gov/ProoectResources/ Division 02 - Existing Conditions Last Revised 104113 1 i 03/11/2022 024114 1 Utility Removal/Abandornamt I 17/20/2012 =OFFORTWORTH STA ARn CONSTRUMON Revise J=10, 2022 MSEBR2022 City Pmji No_10426 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 10241 15 1 Paving Removal 1 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material CLSM 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical �ti�o C, ffff ,e We f-k nes:ufts f Bie,.tfiea 03/11/2022 244)5-1-0 Demelifien fef Eleetmfieal Systems 12/20/2012 23 12/20/2012 24-05-43- 07/01 /2011 24-05-5-0 r,..... i.miiiee«ieii, r, oh D r .� 02/26/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 �i�o 01/28/2013 21�3 B-el� 01/28/2013 2 -24-W Embaftkmen+s 01/28/2013 � two Erosion and Seth,..,, Ge*tfe 04/29/2021 21 Gabiens 12/20/2012 31 37 00 Ri ra 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 3244-23 Flexible Base Geuf"e^ 12/20/2012 244,1-9 Lime Treated Base !''.,,,,- 12/20/2012 3244--3-3- Ge efft Tr-e4ed Base r,,ufses 06/10/2022 3'�T 08/21 /2015 32 12 16 Asphalt Paving 12/20/2012 "�3 Asphalt Pwving Gmek Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2021 324-73 12/20/2012 32 1416 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 06/10/2022 32 1723 Pavement Markings 06/10/2022 224 11 /04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 "3 06/05/2018 324 03/11/2022 3292 13 Sodding 05/13/2021 324 05/13/2021 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 1329343 1 Trees and Shrubs 1 12/20/2012 Division 33 - Utilities 330130 Sewer and Manhole Testing 9/07/2018 330131 Closed Circuit Television CCTV Inspection - Sanitary Sewer 03/11/2022 2 2�i 03/11/2022 3303 10 Bypass Pumpingof Existing Sewer Systems 12/20/2012 2 2�-0440 12/20/2012 �z�= r,.,...esiea CefAfel Test Stat ens 12/20/2012 2 4 44-2 12/20/2012 2 4)440 07/01/2011 2 2�-04-40 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 22z 12/20/2012 3305 13 Frame, Cover and Grade Rings 12/09/2021 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 2 2�o G, *e+e+e *iT—Ate' - v..,,4 12/20/2012 3305 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 22�T T„rnel r ine P4. 12/20/2012 33 05 22 Steel Casing Pie 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 3 3 1 1 9- �-rr-o� ��rcS�cs-ccixcr-Qa Bel+ Ntt4 ,t Gaske1a 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 3r 09/20/2017 � 2�i 11 / 16/2018 � 2�3- 12/20/2012 2 2�-'4 12/20/2012 334-2--o Watef Se f-,;ees , , + 2 ; .>, 02/14/2017 3 1r 12/20/2012 �z�o Resilient Se +ear +o Valve 05/06/2015 2 2�-'T 04/23/2019 2� 02/06/2013 2 42-34D 12/20/2012 22� 2-4o 01/03/2014 20 12/20/2012 33�- l 60A-Iff06/ 19/2013 2 2�i 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene HDPE Pipe for Sanitary Sewer 04/23/2019 33 31 20 1 Polyvinyl Chloride PVC Gravity Sanitary Sewer Pie 06/19/2013 33 3i N 12/20/2012 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised June 10, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 2 2z 12/20/2012 2 2�7Sa-aitaty12/20/2012 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 2 2�0 12/20/2012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 20 04/29/2021 23-4 0 07/01/2011 2 A444 12/20/2012 2 23-44zi 11/13/2015 323-4443- 06/ 10/2022 Pr3-4 6-00 12/20/2012 2 29-46 -0r Sleoed SteRff44mias 07/01/2011 3 4o-oi Ty -ere Dr-ai R 07/01/2011 � zoo Cast i Place Manholes and imetio n,,� 12/20/2012 20 03/11/2022 9-4; 4Q 07/01/2011 Division 34 - Transportation 2 ^�-44-0 03/11/2022 4 ^� 444-0-. -'r Attaehment .4. 12/18/2015 2 ^ ^� 02/2012 4 ^�03 01/2012 34-4444 11/22/2013 3444-4-3- 03/11/2022 2 ^0 12/20/2012 3 ^^ ^�01 06/15/2015 2 ^^ ^poi 06/15/2015 4 ^moo? Residential LED Roadway Luminaifes 06/15/2015 � ^�-r-44-3-o 11 / 12/2013 2 ^4-44-5-0 02/26/2016 3471 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised June 10, 2022 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTII *_ Create New From This M&C DATE: 9/16/2025 REFERENCE **M&C 25- LOG NAME: 60SSERRCON2022R2- NO.: 0900 CIRCLEC CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Adopt Appropriation Ordinance in the Amount of $1,300,000.00 to Fund the Second Renewal with William J. Schultz, Inc. dba Circle C Construction Company, for Sewer Main Extensions, Replacements & Relocations Contract 2022, with Two Optional Renewals, and to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Fund in the amount of $1,300,000.00, from available PayGo residuals, for the purpose of funding the Second Renewal of the Miscellaneous Sewer Main Extensions, Replacements & Relocations Contract 2022 project (City Project No. 104266) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On May 9, 2023, Mayor and Council Communication (M&C) 23-0353, the City Council authorized execution of a contract in the amount of $1,000,000.00, for the Sewer Main Extensions, Replacements & Relocations Contract 2022 (City Secretary Contract No. 60429) and provided for the option of two renewals. M&C 23-0353 also provided for an additional $300,000.00 for project management, land acquisition, material testing and inspection. Funding for the first renewal of the contract was authorized on February 25, 2025 (M&C 25-0146) in the amount of $1,000,000.00 with an additional $300,000.00 for project management, land acquisition, material testing and inspection. The City and the contractor desire to exercise the second renewal of the contract in the amount of $1,000,000.00 and an additional $300,000.00 for project management, land acquisition, material testing and inspection. The work to be performed under this contract consists of extending, repairing, replacing or relocating sewer mains and services as required to provide quality sewer service to individual customers or developers. While funding for this project comes from the Water and Sewer Capital Projects Fund, the Water Department issues work orders to the contractor after payment of applicable estimated costs by the customer and/or developer. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program. Funding is available in the Unspecified All -Funds project within the Water & Sewer Capital Projects Fund for the purpose of funding the Sewer Main Extensions, Replacements & Relocations Contract 2022. Appropriations for Sewer Main Extensions, Replacements & Relocations Contract 2022 for various locations throughout the City are depicted below: Fund Existing I Additional lProject Total* Appropriations Appropriations W&S Capital Project Fund $2,600,000.00 $1,300,000.00 $3,900,000.00 56002 (Project Total I $2,600,000.00 $1,300,000.00 $3,900,000.00 *Numbers rounded for presentation purposes. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified All -Funds project within the W&S Capital Projects Fund and upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the Misc 2022 Sewer Main Ext project. Prior to any expenditures being incurred, the Water Department has the responsibility of verifying the availability of funds. TO FuM I Department Account Project Program Activity Budget I Reference # I Amount ID I I ID 1 I I Year (Chartfield 2) FROM Fund Department Account I Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by:. Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Scott Lafferty (8213) ATTACHMENTS 1295 Form Sewer Main Extensions.pdf (CFW Internal) 60SSERRCON2022R2-CIRCLEC funds avail.docx (CFW Internal) 60SSERRRCON2022R2-CIRCLEC FID Table (WCF 08.08.25).xlsx (CFW Internal) ORD.APP 60SSERRCON2022R2-CIRCLEC 56002 A025.docx (Public) PBS CPN 104266.pdf (CFW Internal) 1■ loll OFt FORTWORTH WATER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS CONTRACT 2022 City Project Number: 104266 ADDENDUM NO. 1 Release Date: December 27, 2022 Original Bid Date: January 05, 2023 Revised Bid Opening Date: January 19, 2023 Infomlation to Bidders: 1. Replace entire "00 21 13 Invitation to Bidders" document with the attached, revised Invitation to Bidders document. a. Note corrected advertisement and bid opening dates. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. Receipt Admowledged: Chris harder Director Water DCep n By: bl J Tony S Iola, P.E. Assistant Director WATER DEPARTMENT ENammm .wD Focu Srswss THE QD or Fon Woerx . 1000 Txeacwror Smear + Faar Wmm, Tl 76102 817-392-8240 . %81M92A195 p mWw. r 00 11 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of SEWER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2022 CPN 104266 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, January 19, 2023 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (MAYBE) forms for the project to the Purchasing Office, bidders shall email the completed Business Equity forms to the City Project Manager no later than 2:00 p.m. on the third City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The maj or work will consist of the (approximate) following: Sewer Main Extensions, Replacements, Relocations and services. TIME PERIOD AND RENEWALS The time period of this Agreement will be for one calendar year or the expiration of the funding, whichever occurs last. The City reserves the right to renew the contract for up to two (2) additional one calendar year time periods or up to two (2) additional funded expenditures of $1,000,000,00 under the same terins, conditions and unit prices. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htW://www.fortworthtexas.pov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Document Package https: //docs.b360.autodesk.com/shares/67dddabe-03c9-4d39-a047-76915f74e209 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104266 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 2 of Addenda Folder https://docs.b360.autodesk.com/shares/13c4c727-iOdB-4f6a-85de-6f9efdac7770 Copies of the Bidding and Contract Documents may be purchased from: Adolfo Lopez Water Department, Design Services 927 Taylor Street Fort Worth, Texas 76102 There is no cost for Bidding and Contract Documents. PREBIDCONFERENCE A prebid conference will not be held as discussed in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS Since a prebid conference is not being held, prospective bidders can email questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the email address listed below. Emailed questions will suffice as "questions in writing" and the requirement to formally main questions is suspended. If necessary, Addenda will be issues pursuant to the Instructions to Bidders. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at.http://fortworthtexas.gov/i)urchasing/ CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Adolfo Lopez, City of Fort Worth Email: adol£o.lopez@fortworthtexas.gov Phone: (817) 392-7829 AND/OR Attn: Lawrence Hamilton,P.E., City of Fort Worth Email: Lawrence.hamilton@fortworthtexas.gov Phone: 817-392-2626 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104266 Revised 7/1W2021 ADVERTISEMENT DATES November 24, 2022 December 1, 2022 END OF SECTION 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104266 Revised 711912021 FORT WORTH SEWER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS CONTRACT 2022 City Project Number: 104266 ADDENDUM NO.2 Release Date: January 05, 2023 Original Bid Opening Date: January 05, 2023 Revised Bid Opening Date: January 19, 2023 Information to Bidders• 1. Prospective bidders are hereby informed that the heading for the project is Sewer Main Fxtensions, Replacements & Relocations Contract 2022 instead of Water Main Extensions, Replacements & Relocations Contract 2022 as listed on Addendum No. 1. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. Receipt Acknowledged: s� Chris Harder Director, Water�_Depa�ent ony By: 6nhE aoa Sholola, P.E. Assistant Director WATER DEPARTMENT ENGINMUNG AND FISCAL SERVICES THE OTv w Pan Worth + 1000 Tlap[ mTON STIQET *FORT Wms, TE.NE 76102 817392-8240 . FAr 817-3928195 a N,kd. m�udp oo FORT W�ORT�H SEWER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS CONTRACT 2022 City Projeet Number: 104266 ADDENDUM NO.3 Release Date: January 1%2023 Original Bid Opening Date: January 05, 2023 N Revised Bid Opening Date: January 19, 2023 2vd Revised Bid Opening Date: January 26, 2023 Information to Bidders: 1. Prospective bidders are hereby informed that the revised bid opening date for Sewer Main Extensions, Replacements and Relocations Contract 2022 is January 26, 2023. Please acknowledge receipt ofthe Addendum in the bid proposal and on the outside of the sealed envelope. Receipt Aclarowledged: i d'6'L.�OP Chris Harder Director =Water DeprUtpre t Tony Sholola, P.E. Assistant Director WATER DEPARTMENT ENem6FamG Hero Flscwi. Smwss Tw Crrr w Fmr Woma + 1000 TwoaN wm Srnsr . Fbar Worm, lbws 76102 917.392A240 * FM 817-392-8195 0 RUIMmrtgt PWu m 3513 CONFLICTOF RMREST AFFIDAVIT Fn I on SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, rewnunending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms; and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. httus://www.ethics.state.tx.us/data/forms/cmflict/CIQ.Pdf httus://www.ethics.state.tx.us/data/forms/conflict/CIS.ndf dCIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form does not apply Ea CIS Form is on File with City Secretary Q CIS Form is being provided to the City Secretary tB R: Anm eiev le L 4e4m$ /v4.4,7 tom 944 H By: Company / T y(Pleae: Print) SQp 4 ;;-a ins✓/f4 y! Signature: / a rS �� Address /' LL I;e/4✓)oA ZeVLS' 7G/10 Title: i/OS/F✓!nT City/State/Lip r (Please Print) END OF SECTION CITY OF FORT WORTH MSERR2022 STANDARDCOMTRUMONSPECIFICATIONUOCIIMENTS CIpP jw No. IW266 RMv FebmuY24,2020 0041 00 SID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: SEWER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS CONTRACT 2022 City Project No.: 104266 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 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 of this Paragraph: a. "corrupt practice' means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice' means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9130Y2021 00 4100 Bid Proposal Workbook.xlsx 0041 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer main replacements. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid 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, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx 0041 W BID FORM Paae3o13 S. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the to liming bid amount. In the space provided bekyw, please enter the total bid amount fur this project Only this figure will be read publicly by the City at the bid opening. 6.2. R is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by muhlplying the unit bid prices for each pay hem by the respective estimated quantities shown in this proposal and then totaling at of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this "d applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete Alternate Bid <use this if applicable, otherwise delete> Deductive Altemate<use this "d applicable, otherwise Additive Alternate <use this B applicable, otherwise Total Bid 7. Bid Submittal r rr $0.00 $0.00 $0.00 G $0.00 Gv SLZ/ This Bid is submitted on .rnuuiy 041 ZOZj by the entity named below. Respectfully submitted, (Signature) (Printed Na e) Title: Company,4ik,�4m Tc>GHufiZ .L /7C ��A C.��Se CConsfru�fion Cc+�+P4" y Addroaas00 CJTra�nme// A✓{ State of// IncorrporationrXOS Emaik T JKC/Iy ®G/rc%Z Cp aSli..e ii'n na L a m Phone: so- Z 93 -4BSi 3 END OF SECTION LIW 6 FORT WOM sTM DAM LONSMUCTpN sPELISCAVON DOLUMENM Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: TS Addendum No. 2: T Addendum No. 3: TS Addendum No. 4: Corporate Seal: 00410e Nd Prcg IWO4 Ic,W ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 1. 0170.0102 100 Ea. Work Order Mobilization 017000 $ $3,500.00 $ $350,000.00 Per Each: Three Thousand Five Hundred Dollars and No Cents 2. 0170.0103 10 Ea. Work Order Emergency Mobilization Per Each: Six Thousand Dollars and No Cents 3. 3331.5201 75 Lf. 6" PVC Sewer Pipe, 0' to 6' Per Linear Foot: Ninety Dollars and No Cents 4. 3331.5204 75 Lf. 6" PVC Sewer Pipe, 6' to 8' Per Linear Foot: Ninety Five Dollars and No Cents 5. 3331.5207 75 Lf. 6" PVC Sewer Pipe, 8' to 10' Per Linear Foot: One Hundred Dollars and No Cents 6. 3331.5210 50 Lf. 6" PVC Sewer Pipe, 10' to 12' Per Linear Foot: One Hundred Five Dollars and No Cents 7. 3331.5301 400 Lf. 8" PVC Sewer Pipe, 0' to 6' Per Linear Foot: Ninety Five Dollars and No Cents 8. 3331.5304 500 Lf. 8" PVC Sewer Pipe, 6' to 8' Per Linear Foot: One Hundred Dollars and No Cents 9. 3331.5307 500 Lf. 8" PVC Sewer Pipe, 8' to 10' Per Linear Foot: One Hundred Five Dollars and No Cents 017000 $ $6,000.00 $ $60,000.00 333120 $ $90.00 $ $6,750.00 33 31 20 $ $95.00 $ $7,125.00 33 31 20 $ $100.00 $ $7,500.00 33 31 20 $ $105.00 $ $5,250.00 33 31 20 $ $95.00 $ $38,000.00 33 31 20 $ $100.00 $ $50,000.00 33 31 20 1 $105.00 $ $52,500.00 B - 1 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 10. 3331.5310 300 Lf. 8" PVC Sewer Pipe, 10' to 12' 33 31 20 $ $110.00 $ $33,000.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 11. 3331.5313 100 Lf. 8" PVC Sewer Pipe, 12' to 14' 333120 $ $120.00 $ $12,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 12. 3331.5316 100 Lf. 8" PVC Sewer Pipe, 14' to 16' 33 31 20 $ $130.00 $ $13,000.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 13. 3331.5319 100 Lf. 8" PVC Sewer Pipe, 16' to 18' 33 31 20 $ $170.00 $ $17,000.00 Per Linear Foot: One Hundred Seventy Dollars and No Cents 14. 3331.5401 100 Lf. 10" PVC Sewer Pipe, 0' to 6' 33 31 20 $ $110.00 $ $11,000.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 15. 3331.5404 100 Lf. 10" PVC Sewer Pipe, 6' to 8' 33 31 20 $ $120.00 $ $12,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 16. 3331.5407 100 Lf. 10" PVC Sewer Pipe, 8' to 10' 33 31 20 $ $130.00 $ $13,000.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 17. 3331.5410 50 Lf. 10" PVC Sewer Pipe, 10' to 12' 33 31 20 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 18. 3331.5413 50 Lf. 10" PVC Sewer Pipe, 12' to 14' 33 31 20 $ $170.00 $ $8,500.00 Per Linear Foot: One Hundred Seventy Dollars and No Cents B - 2 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 19. 3331.5416 50 Lf. 10" PVC Sewer Pipe, 14' to 16' 33 31 20 $ $185.00 $ $9,250.00 Per Linear Foot: One Hundred Eighty Five Dollars and No Cents 20. 3331.5419 50 Lf. 10" PVC Sewer Pipe, 16' to 18' 33 31 20 $ $210.00 $ $10,500.00 Per Linear Foot: Two Hundred Ten Dollars and No Cents 21. 3331.5504 50 Lf. 12" PVC Sewer Pipe, 6' to 8' 33 31 20 $ $140.00 $ $7,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents 22. 3331.5504 50 Lf. 12" PVC Sewer Pipe, 6' to 8' 33 31 20 $ $150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 23. 3331.5507 50 Lf. 12" PVC Sewer Pipe, 8' to 10' 33 31 20 $ $160.00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No Cents 24. 3331.5510 50 Lf. 12" PVC Sewer Pipe, 10' to 12' 333120 $ $170.00 $ $8,500.00 Per Linear Foot: One Hundred Seventy Dollars and No Cents 25. 50 Lf. 12" PVC Sewer Pipe, 12' to 14' 33 31 20 $ $190.00 $ $9,500.00 Per Linear Foot: One Hundred Ninety Dollars and No Cents 26. 50 Lf. 12" PVC Sewer Pipe, 14' to 16' 33 31 20 $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 27. 50 Lf. 12" PVC Sewer Pipe, 16' to 18' 333120 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents B - 3 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 28. 3331.5601 50 Lf. 15" PVC Sewer Pipe, 0' to 6' 33 31 20 $ $250.00 $ $12,500.00 Per Linear Foot: Two Hundred Fifty Dollars and No Cents 29. 3331.5604 50 Lf. 15" PVC Sewer Pipe, 6' to 8' 333120 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 30. 3331.5607 50 Lf. 15" PVC Sewer Pipe, 8' to 10' 33 31 20 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 31. 3331.5610 50 Lf. 15" PVC Sewer Pipe, 10' to 12' 33 31 20 $ $380.00 $ $19,000.00 Per Linear Foot: Three Hundred Eighty Dollars and No Cents 32. 50 Lf. 15" PVC Sewer Pipe, 12' to 14' 33 31 20 $ $425.00 $ $21,250.00 Per Linear Foot: Four Hundred Twenty Five Dollars and No Cents 33. 50 Lf. 15" PVC Sewer Pipe, 14' to 16' 33 31 20 $ $475.00 $ $23,750.00 Per Linear Foot: Four Hundred Seventy Five Dollars and No Cents 34. 50 Lf. 15" PVC Sewer Pipe, 16' to 18' 33 31 20 $ $550.00 $ $27,500.00 Per Linear Foot: Five Hundred Fifty Dollars and No Cents 35. 3331.5231 50 Lf. 6" DIP Sewer Pipe, 0' to 6' 33 11 10 $ $180.00 $ $9,000.00 Per Linear Foot: One Hundred Eighty Dollars and No Cents 36. 3331.5234 50 Lf. 6" DIP Sewer Pipe, 6' to 8' 33 11 10 $ $190.00 $ $9,500.00 Per Linear Foot: One Hundred Ninety Dollars and No Cents B - 4 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 37. 3331.5237 50 Lf. 6" DIP Sewer Pipe, 8' to 10' 33 11 10 $ $200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 38. 3331.5240 50 Lf. 6" DIP Sewer Pipe, 10' to 12' 33 11 10 $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 39. 50 Lf. 6" DIP Sewer Pipe, 12' to 14' 33 11 10 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 40. 50 Lf. 6" DIP Sewer Pipe, 14' to 16' 33 11 10 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 41. 50 Lf. 6" DIP Sewer Pipe, 16' to 18' 33 11 10 $ $380.00 $ $19,000.00 Per Linear Foot: Three Hundred Eighty Dollars and No Cents 42. 3331.5331 50 Lf. 8" DIP Sewer Pipe, 0' to 6' 33 11 10 $ $200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 43. 3331.5334 50 Lf. 8" DIP Sewer Pipe, 6' to 8' 33 11 10 $ $210.00 $ $10,500.00 Per Linear Foot: Two Hundred Ten Dollars and No Cents 44. 3331.5337 50 Lf. 8" DIP Sewer Pipe, 8' to 10' 33 11 10 $ $220.00 $ $11,000.00 Per Linear Foot: Two Hundred Twenty Dollars and No Cents 45. 3331.5340 50 Lf. 8" DIP Sewer Pipe, 10' to 12' 33 11 10 $ $240.00 $ $12,000.00 Per Linear Foot: Two Hundred Forty Dollars and No Cents B - 5 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 46. 3331.5343 50 Lf. 8" DIP Sewer Pipe, 12' to 14' 33 11 10 $ $290.00 $ $14,500.00 Per Linear Foot: Two Hundred Ninety Dollars and No Cents 47. 3331.5346 50 Lf. 8" DIP Sewer Pipe, 14' to 16' 33 11 10 $ $340.00 $ $17,000.00 Per Linear Foot: Three Hundred Forty Dollars and No Cents 48. 3331.5349 50 Lf. 8" DIP Sewer Pipe, 16' to 18' 33 11 10 $ $390.00 $ $19,500.00 Per Linear Foot: Three Hundred Ninety Dollars and No Cents 49. 3331.5431 50 Lf. 10" DIP Sewer, 0' to 6' 33 11 10 $ $210.00 $ $10,500.00 Per Linear Foot: Two Hundred Ten Dollars and No Cents 50. 3331.5434 50 Lf. 10" DIP Sewer, 6' to 8' 33 11 10 $ $220.00 $ $11,000.00 Per Linear Foot: Two Hundred Twenty Dollars and No Cents 51. 3331.5437 50 Lf. 10" DIP Sewer, 8' to 10' 33 11 10 $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 52. 3331.5440 50 Lf. 10" DIP Sewer, 10' to 12' 33 11 10 $ $260.00 $ $13,000.00 Per Linear Foot: Two Hundred Sixty Dollars and No Cents 53. 3331.5444 50 Lf. 10" DIP Sewer, 12' to 14' 33 11 10 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 54. 3331.5446 50 Lf. 10" DIP Sewer, 14' to 16' 33 11 10 $ $310.00 $ $15,500.00 Per Linear Foot: Three Hundred Ten Dollars and No Cents m-� ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 55. 3331.5449 50 Lf. 10" DIP Sewer, 16' to 18' 33 11 10 $ $410.00 $ $20,500.00 Per Linear Foot: Four Hundred Ten Dollars and No Cents 56. 3331.5531 50 Lf. 12" DIP Sewer, 0' to 6' 33 11 10 $ $220.00 $ $11,000.00 Per Linear Foot: Two Hundred Twenty Dollars and No Cents 57. 3331.5534 50 Lf. 12" DIP Sewer, 6' to 8' 33 11 10 $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 58. 3331.5537 50 Lf. 12" DIP Sewer, 8' to 10' 33 11 10 $ $250.00 $ $12,500.00 Per Linear Foot: Two Hundred Fifty Dollars and No Cents 59. 3331.5540 50 Lf. 12" DIP Sewer, 10' to 12' 33 11 10 $ $260.00 $ $13,000.00 Per Linear Foot: Two Hundred Sixty Dollars and No Cents 60. 50 Lf. 12" DIP Sewer, 12' to 14' 33 11 10 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 61. 50 Lf. 12" DIP Sewer, 14' to 16' 33 11 10 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 62. 50 Lf. 12" DIP Sewer, 16' to 18' 33 11 10 $ $430.00 $ $21,500.00 Per Linear Foot: Four Hundred Thirty Dollars and No Cents 63. 3331.5731 50 Lf. 16" DIP Sewer, 0' to 6' 33 11 10 $ $310.00 $ $15,500.00 Per Linear Foot: Three Hundred Ten Dollars and No Cents B - 7 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 64. 3331.5734 50 Lf. 16" DIP Sewer, 6' to 8' 33 11 10 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 65. 3331.5737 50 Lf. 16" DIP Sewer, 8' to 10' 33 11 10 $ $360.00 $ $18,000.00 Per Linear Foot: Three Hundred Sixty Dollars and No Cents 66. 3331.5740 50 Lf. 16" DIP Sewer, 10' to 12' 33 11 10 $ $410.00 $ $20,500.00 Per Linear Foot: Four Hundred Ten Dollars and No Cents 67. 50 Lf. 16" DIP Sewer, 12' to 14' 33 11 10 $ $460.00 $ $23,000.00 Per Linear Foot: Four Hundred Sixty Dollars and No Cents 68. 50 Lf. 16" DIP Sewer, 14' to 16' 33 11 10 $ $510.00 $ $25,500.00 Per Linear Foot: Five Hundred Ten Dollars and No Cents 69. 50 Lf. 16" DIP Sewer, 16' to 18' 33 11 10 $ $630.00 $ $31,500.00 Per Linear Foot: Six Hundred Thirty Dollars and No Cents 6" PVC Sewer Pipe, 0' to 6', CLSM 70. 3331.5807 50 Lf. Backfill 333120 $ $200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 6" PVC Sewer Pipe, 6' to 8' , CLSM 71. 3331.5808 50 Lf. Backfill 333120 $ $220.00 $ $11,000.00 Per Linear Foot: Two Hundred Twenty Dollars and No Cents B - 8 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 6" PVC Sewer Pipe, 8' to 10' , CLSM 72. 3331.5809 50 Lf. Backfill 333120 $ $240.00 $ $12,000.00 Per Linear Foot: Two Hundred Forty Dollars and No Cents 6" PVC Sewer Pipe, 10' to 12' , CLSM 73. 3331.5810 50 Lf. Backfill 333120 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 6" PVC Sewer Pipe, 12' to 14' , CLSM 74. 50 Lf. Backfill 333120 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 6" PVC Sewer Pipe, 14' to 16' , CLSM 75. 50 Lf. Backfill 333120 $ $390.00 $ $19,500.00 Per Linear Foot: Three Hundred Ninety Dollars and No Cents 6" PVC Sewer Pipe, 16' to 18' , CLSM 76. 50 Lf. Backfill 333120 $ $440.00 $ $22,000.00 Per Linear Foot: Four Hundred Forty Dollars and No Cents 8" PVC Sewer Pipe, 0' to 6', CLSM 77. 3331.5815 50 Lf. Backfill 333120 $ $200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 8" PVC Sewer Pipe, 6' to 8', CLSM 78. 3331.5816 50 Lf. Backfill 333120 $ $220.00 $ $11,000.00 Per Linear Foot: Two Hundred Twenty Dollars and No Cents 8" PVC Sewer Pipe, 8' to 10' , CLSM 79. 3331.5817 50 Lf. Backfill 333120 $ $340.00 $ $17,000.00 Per Linear Foot: Three Hundred Forty Dollars and No Cents B - 9 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 8" PVC Sewer Pipe, 10' to 12' , CLSM 80. 3331.5818 50 Lf. Backfill 333120 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 8" PVC Sewer Pipe, 12' to 14' , CLSM 81. 3331.5819 50 Lf. Backfill 333120 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 8" PVC Sewer Pipe, 14' to 16' , CLSM 82. 3331.5820 50 Lf. Backfill 333120 $ $390.00 $ $19,500.00 Per Linear Foot: Three Hundred Ninety Dollars and No Cents 8" PVC Sewer Pipe, 16' to 18' , CLSM 83. 3331.5821 50 Lf. Backfill 333120 $ $440.00 $ $22,000.00 Per Linear Foot: Four Hundred Forty Dollars and No Cents 10" PVC Sewer Pipe, 0' to 6' , CLSM 84. 3331.5830 50 Lf. Backfill 333120 $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 10" PVC Sewer Pipe, 6' to 8', CLSM 85. 3331.5831 50 Lf. Backfill 333120 $ $240.00 $ $12,000.00 Per Linear Foot: Two Hundred Forty Dollars and No Cents 10" PVC Sewer Pipe, 8' to 10', CLSM 86. 3331.5832 50 Lf. Backfill 33 31 20 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 10" PVC Sewer Pipe, 10' to 12' , CLSM 87. 3331.5833 50 Lf. Backfill 33 31 20 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents B-10 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 10" PVC Sewer Pipe, 12' to 14' , CLSM 88. 3331.5834 50 Lf. Backfill 333120 $ $460.00 $ $23,000.00 Per Linear Foot: Four Hundred Sixty Dollars and No Cents 10" PVC Sewer Pipe, 14' to 16' , CLSM 89. 3331.5835 50 Lf. Backfill 333120 $ $530.00 $ $26,500.00 Per Linear Foot: Five Hundred Thirty Dollars and No Cents 10" PVC Sewer Pipe, 16' to 18' , CLSM 90. 3331.5836 50 Lf. Backfill 333120 $ $610.00 $ $30,500.00 Per Linear Foot: Six Hundred Ten Dollars and No Cents 12" PVC Sewer Pipe, 0' to 6' , CLSM 91. 3331.5845 50 Lf. Backfill 333120 $ $240.00 $ $12,000.00 Per Linear Foot: Two Hundred Forty Dollars and No Cents 12" PVC Sewer Pipe, 6' to 8' , CLSM 92. 3331.5846 50 Lf. Backfill 333120 $ $250.00 $ $12,500.00 Per Linear Foot: Two Hundred Fifty Dollars and No Cents 12" PVC Sewer Pipe, 8' to 10', CLSM 93. 3331.5847 50 Lf. Backfill 33 31 20 $ $270.00 $ $13,500.00 Per Linear Foot: Two Hundred Seventy Dollars and No Cents 12" PVC Sewer Pipe, 10' to 12', CLSM 94. 3331.5848 50 Lf. Backfill 33 31 20 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 12" PVC Sewer Pipe, 12' to 14' , CLSM 95. 50 Lf. Backfill 33 31 20 $ $360.00 $ $18,000.00 Per Linear Foot: Three Hundred Sixty Dollars and No Cents ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 12" PVC Sewer Pipe, 14' to 16' , CLSM 96. 50 Lf. Backfill 333120 $ $430.00 $ $21,500.00 Per Linear Foot: Four Hundred Thirty Dollars and No Cents 12" PVC Sewer Pipe, 16' to 18' , CLSM 97. 50 Lf. Backfill 333120 $ $510.00 $ $25,500.00 Per Linear Foot: Five Hundred Ten Dollars and No Cents 15" PVC Sewer Pipe, 0' to 6' , CLSM 98. 3331.5853 50 Lf. Backfill 333120 $ $270.00 $ $13,500.00 Per Linear Foot: Two Hundred Seventy Dollars and No Cents 15" PVC Sewer Pipe, 6' to 8' , CLSM 99. 3331.5854 50 Lf. Backfill 333120 $ $280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 15" PVC Sewer Pipe, 8' to 10' , CLSM 100. 3331.5855 50 Lf. Backfill 333120 $ $300.00 $ $15,000.00 Per Linear Foot: Three Hundred Dollars and No Cents 15" PVC Sewer Pipe, 10' to 12', CLSM 101. 3331.5856 50 Lf. Backfill 333120 $ $330.00 $ $16,500.00 Per Linear Foot: Three Hundred Thirty Dollars and No Cents 15" PVC Sewer Pipe, 12' to 14' , CLSM 102. 50 Lf. Backfill 333120 $ $360.00 $ $18,000.00 Per Linear Foot: Three Hundred Sixty Dollars and No Cents 15" PVC Sewer Pipe, 14' to 16' , CLSM 103. 50 Lf. Backfill 33 31 20 $ $430.00 $ $21,500.00 Per Linear Foot: Four Hundred Thirty Dollars and No Cents B-12 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 15" PVC Sewer Pipe, 16' to 18' , CLSM 104. 50 Lf. Backfill 333120 $ $530.00 $ $26,500.00 Per Linear Foot: Five Hundred Thirty Dollars and No Cents 6" DIP Sewer Pipe, 0' to 6', CLSM 105. 3331.5811 50 Lf. Backfill Per Linear Foot: Two Hundred Twenty Dollars and No Cents 6" DIP Sewer Pipe, 6' to 8' , CLSM 106. 3331.5812 50 Lf. Backfill Per Linear Foot: Two Hundred Thirty Dollars and No Cents 6" DIP Sewer Pipe, 8' to 10' , CLSM 107. 3331.5813 50 Lf. Backfill Per Linear Foot: Two Hundred Forty Dollars and No Cents 6" DIP Sewer Pipe, 10' to 12' , CLSM 108. 3331.5814 50 Lf. Backfill Per Linear Foot: Two Hundred Eighty Dollars and No Cents 6" DIP Sewer Pipe, 12' to 14' , CLSM 109. 50 Lf. Backfill Per Linear Foot: Three Hundred Thirty Dollars and No Cents 6" DIP Sewer Pipe, 14' to 16' , CLSM 110. 50 Lf. Backfill Per Linear Foot: Three Hundred Ninety Dollars and No Cents 6" DIP Sewer Pipe, 16' to 18' , CLSM 111. 50 Lf. Backfill Per Linear Foot: Four Hundred Sixty Dollars and No Cents $ $220.00 $ $11,000.00 $ $230.00 $ $11,500.00 $ $240.00 $ $12,000.00 $ $280.00 $ $14,000.00 $ $330.00 $ $16,500.00 $ $390.00 $ $19,500.00 $ $460.00 $ $23,000.00 B-13 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 8" DIP Sewer Pipe, 0' to 6' , CLSM 112. 3331.5822 50 Lf. Backfill $ $230.00 $ $11,500.00 Per Linear Foot: Two Hundred Thirty Dollars and No Cents 8" DIP Sewer Pipe, 6' to 8', CLSM 113. 3331.5823 50 Lf. Backfill Per Linear Foot: Two Hundred Forty Dollars and No Cents 8" DIP Sewer Pipe, 8' to 10' , CLSM 114. 3331.5824 50 Lf. Backfill Per Linear Foot: Two Hundred Fifty Dollars and No Cents 8" DIP Sewer Pipe, 10' to 12' , CLSM 115. 3331.5825 50 Lf. Backfill Per Linear Foot: Three Hundred Dollars and No Cents 8" DIP Sewer Pipe, 12' to 14' , CLSM 116. 3331.5826 50 Lf. Backfill Per Linear Foot: Three Hundred Thirty Dollars and No Cents 8" DIP Sewer Pipe, 14' to 16' , CLSM 117. 3331.5827 50 Lf. Backfill Per Linear Foot: Three Hundred Ninety Dollars and No Cents 8" DIP Sewer Pipe, 16' to 18' , CLSM 118. 3331.5828 50 Lf. Backfill Per Linear Foot: Four Hundred Sixty Dollars and No Cents 119. 3331.5837 50 Lf. 10" DIP Sewer, 0' to 6' , CLSM Backfill Per Linear Foot: Two Hundred Sixty Dollars and No Cents $ $240.00 $ $12,000.00 $ $250.00 $ $12,500.00 $ $300.00 $ $15,000.00 $ $330.00 $ $16,500.00 $ $390.00 $ $19,500.00 $ $460.00 $ $23,000.00 $ $260.00 $ $13,000.00 B-14 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 120. 3331.5838 50 Lf. 10" DIP Sewer, 6' to 8' , CLSM Backfill $ $270.00 $ $13,500.00 Per Linear Foot: Two Hundred Seventy Dollars and No Cents 121. 3331.5839 50 Lf. 10" DIP Sewer, 8' to 10', CLSM Backfill Per Linear Foot: Two Hundred Ninety Dollars and No Cents 122. 3331.5840 50 Lf. 10" DIP Sewer, 10' to 12', CLSM Backfill Per Linear Foot: Three Hundred Thirty Dollars and No Cents 123. 3331.5841 50 Lf. 10" DIP Sewer, 12' to 14' , CLSM Backfill Per Linear Foot: Four Hundred Ten Dollars and No Cents 124. 3331.5842 50 Lf. 10" DIP Sewer, 14' to 16' , CLSM Backfill Per Linear Foot: Four Hundred Eighty Dollars and No Cents 125. 3331.5843 50 Lf. 10" DIP Sewer, 16' to 18' , CLSM Backfill Per Linear Foot: Six Hundred Dollars and No Cents 126. 3331.5849 50 Lf. 12" DIP Sewer, 0' to 6' , CLSM Backfill Per Linear Foot: Two Hundred Seventy Dollars and No Cents 127. 3331.5850 50 Lf. 12" DIP Sewer, 6' to 8' , CLSM Backfill Per Linear Foot: Three Hundred Dollars and No Cents $ $290.00 $ $14,500.00 $ $330.00 $ $16,500.00 $ $410.00 $ $20,500.00 $ $480.00 $ $24,000.00 $ $600.00 $ $30,000.00 $ $270.00 $ $13,500.00 $ $300.00 $ $15,000.00 B-15 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 128. 3331.5851 50 Lf. 12" DIP Sewer, 8' to 10' , CLSM Backfill $ $300.00 $ $15,000.00 Per Linear Foot: Three Hundred Dollars and No Cents 129. 3331.5852 50 Lf. 12" DIP Sewer, 10' to 12', CLSM Backfill Per Linear Foot: Three Hundred Fifty Dollars and No Cents 130. 50 Lf. 12" DIP Sewer, 12' to 14' , CLSM Backfill Per Linear Foot: Four Hundred Ten Dollars and No Cents 131. 50 Lf. 12" DIP Sewer, 14' to 16', CLSM Backfill Per Linear Foot: Four Hundred Eighty Dollars and No Cents 132. 50 Lf. 12" DIP Sewer, 16' to 18' , CLSM Backfill Per Linear Foot: Five Hundred Sixty Dollars and No Cents 133. 3331.5857 50 Lf. 16" DIP Sewer, 0' to 6' , CLSM Backfill Per Linear Foot: Three Hundred Ten Dollars and No Cents 134. 3331.5858 50 Lf. 16" DIP Sewer, 6' to 8' , CLSM Backfill Per Linear Foot: Three Hundred Twenty Dollars and No Cents 135. 3331.5859 50 Lf. 16" DIP Sewer, 8' to 10' , CLSM Backfill Per Linear Foot: Three Hundred Forty Dollars and No Cents $ $350.00 $ $17,500.00 $ $410.00 $ $20,500.00 $ $480.00 $ $24,000.00 $ $560.00 $ $28,000.00 $ $310.00 $ $15,500.00 $ $320.00 $ $16,000.00 $ $340.00 $ $17,000.00 B-16 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 136. 3331.5860 50 Lf. 16" DIP Sewer, 10' to 12' , CLSM Backfill $ $370.00 $ $18,500.00 Per Linear Foot: Three Hundred Seventy Dollars and No Cents 137. 50 Lf. 16" DIP Sewer, 12' to 14' , CLSM Backfill Per Linear Foot: Four Hundred Ten Dollars and No Cents 138. 50 Lf. 16" DIP Sewer, 14' to 16', CLSM Backfill Per Linear Foot: Five Hundred Thirty Dollars and No Cents 139. 50 Lf. 16" DIP Sewer, 16' to 18' , CLSM Backfill Per Linear Foot: Six Hundred Sixty Dollars and No Cents 140. 3305.3001 50 Lf. 6" D.I. Sewer Carrier Pipe Per Linear Foot: Two Hundred Twenty Dollars and No Cents 141. 3305.3002 50 Lf. 8" D.I. Sewer Carrier Pipe Per Linear Foot: Two Hundred Thirty Dollars and No Cents 142. 3305.3003 50 Lf. 10" D.I. Sewer Carrier Pipe Per Linear Foot: Two Hundred Seventy Dollars and No Cents 143. 3305.3004 50 Lf. 12" D.I. Sewer Carrier Pipe Per Linear Foot: Three Hundred Twenty Dollars and No Cents $ $410.00 $ $20,500.00 $ $530.00 $ $26,500.00 $ $660.00 $ $33,000.00 33 05 24 $ $220.00 $ $11,000.00 33 05 24 $ $230.00 $ $11,500.00 33 05 24 $ $270.00 $ $13,500.00 33 05 24 1 $320.00 $ $16,000.00 B-17 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 144. 3305.3006 50 Lf. 16" D.I. Sewer Carrier Pipe 33 05 24 $ $400.00 $ $20,000.00 Per Linear Foot: Four Hundred Dollars and No Cents 145. 3305.1001 50 Lf. 12" Casing By Open Cut 33 05 22 $ $400.00 $ $20,000.00 Per Linear Foot: Four Hundred Dollars and No Cents 146. 3305.1002 50 Lf. 16" Casing By Open Cut 33 05 22 $ $450.00 $ $22,500.00 Per Linear Foot: Four Hundred Fifty Dollars and No Cents 147. 3305.1003 50 Lf. 20" Casing By Open Cut 33 05 22 $ $500.00 $ $25,000.00 Per Linear Foot: Five Hundred Dollars and No Cents 148. 3305.1004 50 Lf. 24" Casing By Open Cut 33 05 22 $ $550.00 $ $27,500.00 Per Linear Foot: Five Hundred Fifty Dollars and No Cents 149. 3305.1005 50 Lf. 30" Casing By Open Cut 33 05 22 $ $650.00 $ $32,500.00 Per Linear Foot: Six Hundred Fifty Dollars and No Cents 150. 3305.1101 50 Lf. 12" Casing By Other Than Open Cut 33 05 22 $ $800.00 $ $40,000.00 Per Linear Foot: Eight Hundred Dollars and No Cents 151. 3305.1102 50 Lf. 16" Casing By Other Than Open Cut 33 05 22 $ $900.00 $ $45,000.00 Per Linear Foot: Nine Hundred Dollars and No Cents 152. 3305.1003 50 Lf. 20" Casing By Other Than Open Cut 33 05 22 $ $1,000.00 $ $50,000.00 Per Linear Foot: One Thousand Dollars and No Cents B-18 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 153. 3305.1104 50 Lf. 24" Casing By Other Than Open Cut 33 05 22 $ $1,100.00 $ $55,000.00 Per Linear Foot: One Thousand One Hundred Dollars and No Cents 154. 3305.1105 50 Lf. 30" Casing By Other Than Open Cut 33 05 22 $ $1,200.00 $ $60,000.00 Per Linear Foot: One Thousand Two Hundred Dollars and No Cents 155. 50 Lf. Bore & Jack 8" D.I. Sewer Pipe $ $800.00 $ $40,000.00 Per Linear Foot: Eight Hundred Dollars and No Cents 156. 50 Lf. Bore & Jack 10" D.I. Sewer Pipe $ $900.00 $ $45,000.00 Per Linear Foot: Nine Hundred Dollars and No Cents 157. 50 Lf. Bore & Jack 12" D.I. Sewer Pipe $ $1,000.00 $ $50,000.00 Per Linear Foot: One Thousand Dollars and No Cents 158. 50 Lf. Bore & Jack 16" D.I. Sewer Pipe $ $1,200.00 $ $60,000.00 Per Linear Foot: One Thousand Two Hundred Dollars and No Cents 159. 0330.0001 50 Lf. Concrete Encase Sewer Pipe 03 30 00 $ $200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 160. 3301.0001 1000 Lf. Pre -CCTV Inspection 330131 $ $10.00 $ $10,000.00 Per Linear Foot: Ten Dollars and No Cents 161. 3301.0002 1000 Lf. Post -CCTV Inspection 330131 $ $10.00 $ $10,000.00 Per Linear Foot: Ten Dollars and No Cents B-19 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 162. 3305.0109 200 Lf. Trench Safety 33 05 10 $ $10.00 $ $2,000.00 Per Linear Foot: Ten Dollars and No Cents Exploratory Excavation of Existing 163. 3305.0103 5 Ea. Utilities (0'-5') 33 05 30 $ $2,000.00 $ $10,000.00 Per Each: Two Thousand Dollars and No Cents Exploratory Excavation of Existing 164. 3305.0103 5 Ea. Utilities (5'-10') 33 05 30 $ $2,500.00 $ $12,500.00 Per Each: Two Thousand Five Hundred Dollars and No Cents Exploratory Excavation of Existing 165. 3305.0103 5 Ea. Utilities (10'-20') 33 05 30 $ $3,500.00 $ $17,500.00 Per Each: Three Thousand Five Hundred Dollars and No Cents 166. 3339.1001 30 Ea. 4' Dia. Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ $8,000.00 $ $240,000.00 Per Each: Eight Thousand Dollars and No Cents 167. 3339.1003 10 Vf. 4' Dia. Manhole Extra Depth 33 39 10, 33 39 20 $ $350.00 $ $3,500.00 Per Vertical Foot: Three Hundred Fifty Dollars and No Cents 168. 3339.1002 20 Ea. 4' Dia. Drop Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ $10,000.00 $ $200,000.00 Per Each: Ten Thousand Dollars and No Cents 169. 10 Vf. 4' Dia. Drop Manhole Extra Depth 33 39 10, 33 39 20 $ $400.00 $ $4,000.00 Per Vertical Foot: Four Hundred Dollars and No Cents B-20 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 170. 3339.1004 20 Ea. 4' Dia. Shallow Cone Section Manhole 33 39 10, 33 39 20 $8,000.00 $ $160,000.00 Per Each: -$ Eight Thousand Dollars and No Cents 171. 3339.1005 5 Ea. 4' Dia. Type A Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ $12,000.00 $ $60,000.00 Per Each: Twelve Thousand Dollars and No Cents 172. 5 Vf. 4' Dia. Type A Manhole Extra Depth $ $400.00 $ $2,000.00 Per Vertical Foot: Four Hundred Dollars and No Cents 173. 3339.1006 5 Ea. 4' Dia. Fiberglass Manhole (0'-6' Depth) 33 39 30 $ $8,000.00 $ $40,000.00 Per Each: Eight Thousand Dollars and No Cents 174. 5 Vf. 4' Dia. Fiberglass Manhole Extra Depth $ $350.00 $ $1,750.00 Per Vertical Foot: Three Hundred Fifty Dollars and No Cents 4' Dia. Fiberglass Drop Manhole (0'-6' 175. 3339.1007 5 Ea. Depth) 33 39 30 $ $10,000.00 $ $50,000.00 Per Each: Ten Thousand Dollars and No Cents 4' Dia. Fiberglass Drop Manhole Extra 176. 5 Vf. Depth $ $400.00 $ $2,000.00 Per Vertical Foot: Four Hundred Dollars and No Cents 4' Dia. Fiberglass Type A Manhole (0'- 177. 3339.1010 5 Ea. 6' Depth) 33 39 30 $ $1,200.00 $ $6,000.00 Per Each: One Thousand Two Hundred Dollars and No Cents B-21 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 4' Dia. Fiberglass Type A Manhole Extra 178. 5 Vf. Depth $ $400.00 $ $2,000.00 Per Vertical Foot: Four Hundred Dollars and No Cents External Drop Into Existing Manhole 179. 10 Ea. (Up to 6' of Drop) Per Each: Ten Thousand Dollars and No Cents External Drop Extra Depth (Over 6' of 180. 5 Vf. Depth) Per Vertical Foot: Four Hundred Fifty Dollars and No Cents Internal Drop into Existing M.H. 181. 5 Vf. (Up to 6' of Drop) Per Vertical Foot: Nine Thousand Dollars and No Cents Internal Drop Extra Depth 182. 10 Ea. (Over 6' of Drop) Per Each: Four Hundred Fifty Dollars and No Cents 183. 3339.1101 5 Ea. 5' Dia. Manhole (0'-6' Depth) Per Each: Nine Thousand Five Hundred Dollars and No Cents 184. 3339.1103 5 Vf. 5' Dia. Manhole Extra Depth Per Vertical Foot: Four Hundred Dollars and No Cents $ $10,000.00 $ $100,000.00 $ $450.00 $ $2,250.00 $ 9,000.00 $ $45,000.00 $ 450.00 $ $4,500.00 33 39 10, 33 39 20 $ 9,500.00 $ $47,500.00 33 39 10, 33 39 20 $ 400.00 $ $2,000.00 185. 3339.1102 5 Ea. 5' Dia. Drop Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ 11,000.00 $ $55,000.00 Per Each: Eleven Thousand Dollars and No Cents B-22 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 186. 10 Vf. 5' Dia. Drop Manhole Extra Depth $ 450.00 $ $4,500.00 Per Vertical Foot: Four Hundred Fifty Dollars and No Cents 187. 3339.1104 10 Ea. 5' Dia. Shallow Manhole 33 39 10, 33 39 20 $ 8,000.00 $ $80,000.00 Per Each: Eight Thousand Dollars and No Cents 188. 3339.1105 5 Ea. 5' Dia. Type A Manhole (0'-6' Depth) 33 39 10, 33 39 20 $ 1,300.00 $ $6,500.00 Per Each: One Thousand Three Hundred Dollars and No Cents 189. 5 Vf. 5' Dia. Type A Manhole Extra Depth $ 450.00 $ $2,250.00 Per Vertical Foot: Four Hundred Fifty Dollars and No Cents 190. 3339.1106 10 Ea. 5' Dia. Fiberglass Manhole (0'-6' Depth) Per Each: Ten Thousand Dollars and No Cents 191. 5 Vf. 5' Dia. Fiberglass Manhole Extra Depth Per Vertical Foot: Four Hundred Dollars and No Cents 5' Dia. Fiberglass Drop Manhole 192. 3339.1107 5 Ea. (0'-6' Depth) Per Each: Eleven Thousand Dollars and No Cents 5' Dia. Fiberglass Drop Manhole Extra 193. 5 Vf. Depth Per Vertical Foot: Four Hundred Fifty Dollars and No Cents 33 39 30 $ 10,000.00 $ $100,000.00 $ 400.00 $ $2,000.00 33 39 30 $ 11,000.00 $ $55,000.00 $ 450.00 $ $2,250.00 B-23 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 5' Dia. Fiberglass Type A Manhole 194. 3339.1110 5 Ea. (0'-6' Depth) 33 39 30 $ 13,000.00 $ $65,000.00 Per Each: Thirteen Thousand Dollars and No Cents 5' Dia. Fiberglass Type A Manhole Extra 195. 5 Vf. Depth $ 500.00 $ $2,500.00 Per Vertical Foot: Five Hundred Dollars and No Cents Wastewater Access Chamber 196. 3339.0003 5 Ea. (Any Depth) 33 39 40 $ 10,000.00 $ $50,000.00 Per Each: Ten Thousand Dollars and No Cents 197. 3305.0112 30 Ea. Concrete Collar 33 05 17 $ 650.00 $ $19,500.00 Per Each: Six Hundred Fifty Dollars and No Cents 198. 3301.0101 30 Ea. Manhole Vacuum Testing 330130 $ 250.00 $ $7,500.00 Per Each: Two Hundred Fifty Dollars and No Cents Manhole Adjustment, Minor 199. 3305.0107 10 Ea. (Grade Ring Adjustment) 33 05 14 $ 3,000.00 $ $30,000.00 Per Each: Three Thousand Dollars and No Cents Manhole Adjustment, Major (Structural 200. 3305.0106 10 Ea. Modification) 33 05 14 $ 5,000.00 $ $50,000.00 Per Each: Five Thousand Dollars and No Cents 201. 3305.0114 10 Ea. Manhole Adjustment, Major w/ Cover 33 05 14 $ 5,000.00 $ $50,000.00 Per Each: Five Thousand Dollars and No Cents B-24 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 202. 60 Sf. Interior Coat Manhole $ 45.00 $ $2,700.00 Per Each: Forty Five Dollars and No Cents 203. 0241.5001 10 Ea. Abandon Manhole 02 41 14 $ 1,200.00 $ $12,000.00 Per Each: One Thousand Two Hundred Dollars and No Cents 204. 0241.2201 10 Ea. Remove 4' Dia. Sewer Manhole 02 41 14 $ 1,500.00 $ $15,000.00 Per Each: One Thousand Five Hundred Dollars and No Cents 205. 0241.2202 10 Ea. Remove 5' Dia. Sewer Manhole 02 41 14 $ 2,000.00 $ $20,000.00 Per Each: Two Thousand Dollars and No Cents 206. 0241.2001 20 Cy. Sanitary Line Grouting 02 41 14 $ 250.00 $ $5,000.00 Per Cubic Yard: Two Hundred Fifty Dollars and No Cents 207. 0241.2101 10 Ea. 4" Sewer Abandonment Plug 02 41 14 $ 1,500.00 $ $15,000.00 Per Each: One Thousand Five Hundred Dollars and No Cents 208. 0241.2102 10 Ea. 6" Sewer Abandonment Plug 02 41 14 $ 2,000.00 $ $20,000.00 Per Each: Two Thousand Dollars and No Cents 209. 0241.2103 10 Ea. 8" Sewer Abandonment Plug 02 41 14 $ 2,000.00 $ $20,000.00 Per Each: Two Thousand Dollars and No Cents 210. 0241.2104 5 Ea. 10" Sewer Abandonment Plug 02 41 14 $ 2,500.00 $ $12,500.00 Per Each: Two Thousand Five Hundred Dollars and No Cents B-25 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 211. 0241.2105 5 Ea. 12" Sewer Abandonment Plug 02 41 14 $ 3,000.00 $ $15,000.00 Per Each: Three Thousand Dollars and No Cents 212. 0241.2106 5 Ea. 15" Sewer Abandonment Plug 02 41 14 $ 3,500.00 $ $17,500.00 Per Each: Three Thousand Five Hundred Dollars and No Cents 213. 0241.2107 5 Ea. 16" Sewer Abandonment Plug 02 41 14 $ 4,000.00 $ $20,000.00 Per Each: Four Thousand Dollars and No Cents 214. 20 Ea. 4" Sewer Service Tap $ 1,800.00 $ $36,000.00 Per Each: One Thousand Eight Hundred Dollars and No Cents 215. 3331.3101 50 Lf. 4" PVC Sewer Service Line 33 31 50 $ 55.00 $ $2,750.00 Per Linear Foot: Fifty Five Dollars and No Cents 216. 3331.3103 50 Lf. 4" Bored Sewer Service Line 333150 $ 150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 217. 3331.3106 50 Lf. 4" DIP Sewer Service Line 333150 $ 120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 218. 3331.3107 50 Lf. 4" DIP Bored Sewer Service Line 333150 $ 200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 219. 3331.3105 50 Lf. 4" Private Sewer Service Line 33 31 50 $ 90.00 $ $4,500.00 Per Linear Foot: Ninety Dollars and No Cents B-26 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 220. 3331.3109 50 Lf. 4" DIP Private Sewer Service ine 33 31 50 $ 150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 221. 3331.3102 20 Ea. 4" 2-Way PVC Cleanout 333150 $ 800.00 $ $16,000.00 Per Each: Eight Hundred Dollars and No Cents 222. 10 Ea. 4" 2-Way Cast Iron Cleanout 33 31 50 $ 1,250.00 $ $12,500.00 Per Each: One Thousand Two Hundred Fifty Dollars and No Cents 223. 20 Ea. 4" Private Service Line PVC Cleanout $ 550.00 $ $11,000.00 Per Each: Five Hundred Fifty Dollars and No Cents 224. 50 Ea. 6" Sewer Service Tap $ 2,000.00 $ $100,000.00 Per Each: Two Thousand Dollars and No Cents 225. 3331.3201 50 Lf. 6" PVC Sewer Service Line 333150 $ 65.00 $ $3,250.00 Per Linear Foot: Sixty Five Dollars and No Cents 226. 3331.3203 50 Lf. 6" Bored Sewer Service Line 333150 $ 200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 227. 3331.3206 50 Lf. 6" DIP Sewer Service Line 333150 $ 150.00 $ $7,500.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 228. 3331.3207 50 Lf. 6" DIP Bored Sewer Service Line 333150 $ 220.00 $ $11,000.00 Per Linear Foot: Two Hundred Twenty Dollars and No Cents B-27 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 229. 3331.3205 50 Lf. 6" Private Sewer Service Line 333150 $ 100.00 $ $5,000.00 Per Linear Foot: One Hundred Dollars and No Cents 230. 3331.3209 50 Lf. 6" DIP Private Sewer Service Line 333150 $ 200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents 231. 3331.3202 50 Ea. 6" 2-way PVC Cleanout 333150 $ 800.00 $ $40,000.00 Per Each: Eight Hundred Dollars and No Cents 232. 10 Ea. 6" 2-way Cast Iron Cleanout 333150 $ 1,500.00 $ $15,000.00 Per Each: One Thousand Five Hundred Dollars and No Cents 233. 20 Ea. 6" Private Service Line PVC Cleanout $ 800.00 $ $16,000.00 Per Each: Eight Hundred Dollars and No Cents 234. 20 Ea. 8" Sewer Service Tap $ 2,000.00 $ $40,000.00 Per Each: Two Thousand Dollars and No Cents 235. 3331.3301 50 Lf. 8" PVC Sewer Service Line 333150 $ 120.00 $ $6,000.00 Per Linear Foot: One Hundred Twenty Dollars and No Cents 236. 3331.3303 50 Lf. 8" Bored Sewer Service Line 333150 $ 250.00 $ $12,500.00 Per Linear Foot: Two Hundred Fifty Dollars and No Cents 237. 3331.3306 50 Lf. 8" DIP Sewer Service Line 333150 $ 200.00 $ $10,000.00 Per Linear Foot: Two Hundred Dollars and No Cents B-28 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 238. 3331.3308 50 Lf. 8" DIP Bored Sewer Service Line 333150 $ 280.00 $ $14,000.00 Per Linear Foot: Two Hundred Eighty Dollars and No Cents 239. 3331.3305 50 Lf. 8" Private Sewer Service Line 333150 $ 110.00 $ $5,500.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 240. 3331.3310 50 Lf. 8" DIP Private Sewer Service Line 333150 $ 160.00 $ $8,000.00 Per Linear Foot: One Hundred Sixty Dollars and No Cents 241. 3331.3302 20 Ea. 8" 2-way PVC Cleanout 333150 $ 900.00 $ $18,000.00 Per Each: Nine Hundred Dollars and No Cents 242. 20 Ea. 8" 2-way Cast Iron Cleanout 333150 $ 1,500.00 $ $30,000.00 Per Each: One Thousand Five Hundred Dollars and No Cents 243. 20 Ea. 8" Private Service Line PVC Cleanout $ 1,200.00 $ $24,000.00 Per Each: One Thousand Two Hundred Dollars and No Cents Plumbing Permit for Sewer Service 244. 1 Ea. Inspection $ $32.82 $ 32.82 Per Each: Thirty Two Dollars and Eighty Two Cents 245. 3137.0101 20 Sy. Concrete Riprap 313700 $ 250.00 $ $5,000.00 Per Square Yard: Two Hundred Fifty Dollars and No Cents 246. 3137.0102 20 Cy. Large Stone Riprap, dry 313700 $ 250.00 $ $5,000.00 Per Cubic Yard: Two Hundred Fifty Dollars and No Cents B-29 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 247. 3137.0103 20 Cy. Large Stone Riprap, grouted 313700 $ 300.00 $ $6,000.00 Per Cubic Yard: Three Hundred Dollars and No Cents 248. 3305.0203 100 Cy. Imported Embedment/Backfill, CLSM Per Cubic Yard: Two Hundred Eighty Dollars and No Cents Imported Embedment/Backfill, Crushed 249. 3305.0204 50 Cy. Rock Per Cubic Yard: Sixty Five Dollars and No Cents 250. 3305.0204 50 Cy. Imported Embedment/Backfill, Type B Per Cubic Yard: Forty Dollars and No Cents 251. 50 Sy. Type B Concrete (#2500) Per Square Yard: Two Hundred Fifty Dollars and No Cents 252. 50 Sy. Type E Concrete (#1500) Per Square Yard: Two Hundred Fifty Dollars and No Cents 253. 3292.0100 20 Sy. Block Sod Placement Per Square Yard: Twenty Dollars and No Cents 254. 3292.0200 20 Sy. Seeding, Broadcast Per Square Yard: Ten Dollars and No Cents 33 05 10 $ 280.00 $ $28,000.00 33 05 10 1 65.00 $ $3,250.00 33 05 10 $ 40.00 $ $2,000.00 $ 250.00 $ $12,500.00 $ 250.00 $ $12,500.00 32 92 13 $ 20.00 $ $400.00 32 92 13 1 10.00 $ $200.00 B-30 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 255. 3292.0400 20 Sy. Seeding, Hydromulch 32 92 13 $ 15.00 $ $300.00 Per Square Yard: Fifteen Dollars and No Cents 256. 3292.0500 20 Sy. Seeding, Soil Retention Blanket 32 92 13 $ 30.00 $ $600.00 Per Square Yard: Thirty Dollars and No Cents 257. 3213.0301 40 Sy. 4" Conc Sidewalk 32 13 20 $ 130.00 $ $5,200.00 Per Square Yard: One Hundred Thirty Dollars and No Cents 258. 3213.0351 20 Sy. 4" Conc Sidewalk, Exposed Aggregate 32 13 20 $ 160.00 $ $3,200.00 Per Square Yard: One Hundred Sixty Dollars and No Cents 259. 3213.0401 50 Sy. 6" Concrete Driveway 32 13 20 $ 150.00 $ $7,500.00 Per Square Yard: One Hundred Fifty Dollars and No Cents 6" Concrete Driveway, Exposed 260. 3213.0451 20 Sy. Aggregate 32 13 20 $ 180.00 $ $3,600.00 Per Square Yard: One Hundred Eighty Dollars and No Cents 261. 3216.0101 60 Lf. 6" Conc Curb and Gutter 32 16 13 $ 65.00 $ $3,900.00 Per Linear Foot: Sixty Five Dollars and No Cents 6" Conc Curb & Gutter Attached to 262. 60 Lf. Conc Pvmt. 321613 $ 65.00 $ $3,900.00 Per Linear Foot: Sixty Five Dollars and No Cents B-31 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 263. 3216.0301 20 Sy. 9" Conc Valley Gutter, Residential 32 16 13 $ 150.00 $ $3,000.00 Per Square Yard: One Hundred Fifty Dollars and No Cents 11" Conc Valley Gutter, 264. 3216.0302 20 Sy. Arterial/Industrial 321613 $ 250.00 $ $5,000.00 Per Square Yard: Two Hundred Fifty Dollars and No Cents 265. 3201.0150 100 Lf. Asphalt Pvmt Repair, Sewer Service 32 01 17 $ 65.00 $ $6,500.00 Per Linear Foot: Sixty Five Dollars and No Cents 4' Wide Asphalt Pvmt Repair, 266. 3201.0111 100 Lf. Residential 32 01 17 $ 85.00 $ $8,500.00 Per Linear Foot: Eighty Five Dollars and No Cents 5' Wide Asphalt Pvmt Repair, 267. 3201.0112 300 Lf. Residential 32 01 17 $ 95.00 $ $28,500.00 Per Linear Foot: Ninety Five Dollars and No Cents 6' Wide Asphalt Pvmt Repair, 268. 3201.0113 300 Lf. Residential 32 01 17 $ 110.00 $ $33,000.00 Per Linear Foot: One Hundred Ten Dollars and No Cents 269. 3201.0121 300 Lf. 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ 130.00 $ $39,000.00 Per Linear Foot: One Hundred Thirty Dollars and No Cents 270. 3201.0122 300 Lf. 5' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ 140.00 $ $42,000.00 Per Linear Foot: One Hundred Forty Dollars and No Cents B-32 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 271. 3201.0123 300 Lf. 6' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ 150.00 $ $45,000.00 Per Linear Foot: One Hundred Fifty Dollars and No Cents 272. 3201.0131 300 Lf. 273. 3201.0132 300 Lf. 274. 3201.0133 300 Lf. 275. 3201.0201 300 Sy. 276. 3201.0202 300 Sy. 277. 3201.0203 300 Sy. 278. 3201.0301 100 Sy. 4' Wide Asphalt Pvmt Repair, Industrial Per Linear Foot: One Hundred Twenty Dollars and No Cents 5' Wide Asphalt Pvmt Repair, Industrial Per Linear Foot: One Hundred Thirty Dollars and No Cents 6' Wide Asphalt Pvmt Repair, Industrial Per Linear Foot: One Hundred Fifty Dollars and No Cents Asphalt Pvmt Repair Beyond Defined Width, Residential Per Square Yard: Fifty Dollars and No Cents Asphalt Pvmt Repair Beyond Defined Width, Arterial Per Square Yard: Sixty Dollars and No Cents Asphalt Pvmt Repair Beyond Defined Width, Industrial Per Square Yard: Seventy Dollars and No Cents 2" Thick Extra Width Asphalt Pavment Repair Per Square Yard: Fifty Dollars and No Cents 32 01 17 $ 120.00 $ $36,000.00 32 01 17 $ 130.00 $ $39,000.00 32 01 17 $ 150.00 $ $45,000.00 32 01 17 $ 50.00 $ $15,000.00 32 01 17 $ 60.00 $ $18,000.00 32 01 17 $ 70.00 $ $21,000.00 32 01 17 $ 50.00 $ $5,000.00 B-33 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 3" Thick Extra Width Asphalt Pavment 279. 3201.0302 100 Sy. Repair 32 01 17 $ 60.00 $ $6,000.00 Per Square Yard: Sixty Dollars and No Cents 4" Thick Extra Width Asphalt Pavment 280. 3201.0303 100 Sy. Repair 32 01 17 $ 70.00 $ $7,000.00 Per Square Yard: Seventy Dollars and No Cents 281. 3201.0303 75 Lf. Temporary Asphalt Paving Repair 32 01 17 $ 50.00 $ $3,750.00 Per Linear Foot: Fifty Dollars and No Cents 282. 3211.0112 40 Sy. 6" Flexible Base, Type B, GR-1 321123 $ 50.00 $ $2,000.00 Per Square Yard: Fifty Dollars and No Cents 283. 3211.0122 40 Sy. 6" Flexible Base, Type B, GR-2 32 11 23 $ 50.00 $ $2,000.00 Per Square Yard: Fifty Dollars and No Cents 284. 200 Sy. High Early Strengh Conc. $ 250.00 $ $50,000.00 Per Square Yard: Two Hundred Fifty Dollars and No Cents 285. 3201.0614 300 Sy. Conc Pvmt Repair, Residential Per Square Yard: One Hundred Forty Dollars and No Cents 286. 3201.0616 300 Sy. Conc Pvmt Repair, Arterial/Industrial Per Square Yard: One Hundred Fifty Dollars and No Cents 32 01 29 1 140.00 $ $42,000.00 320129 1 150.00 $ $45,000.00 B-34 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT Conc. Pvmt. Repair Beyond Defined 287. 300 Sy. Width, Residential $ 160.00 $ $48,000.00 Per Square Yard: One Hundred Sixty Dollars and No Cents Conc. Pvmt. Repair Beyond Defined 288. 100 Sy. Width, Arterial/Industrial $ 170.00 $ $17,000.00 Per Square Yard: One Hundred Seventy Dollars and No Cents 289. 3214.0100 50 Sy. Brick Pvmt Repair 32 14 16 $ 2,250.00 $ $112,500.00 Per Square Yard: Two Thousand Two Hundred Fifty Dollars and No Cents 290. 3214.0400 50 Sy. Brick Pvmt Repair (City Supplied) 32 14 16 $ 200.00 $ $10,000.00 Per Square Yard: Two Hundred Dollars and No Cents 291. 3305.0001 5 Ea. 4" Waterline Lowering 33 05 12 $ 6,500.00 $ $32,500.00 Per Each: Six Thousand Five Hundred Dollars and No Cents 292. 3305.0002 5 Ea. 6" Waterline Lowering 33 05 12 $ 7,500.00 $ $37,500.00 Per Each: Seven Thousand Five Hundred Dollars and No Cents 293. 3305.0003 5 Ea. 8" Waterline Lowering 33 05 12 $ 8,500.00 $ $42,500.00 Per Each: Eight Thousand Five Hundred Dollars and No Cents 294. 3305.0004 5 Ea. 10" Waterline Lowering 33 05 12 $ 12,500.00 $ $62,500.00 Per Each: Twelve Thousand Five Hundred Dollars and No Cents 295. 3305.0005 5 Ea. 12" Waterline Lowering 33 05 12 $ 14,500.00 $ $72,500.00 Per Each: Fourteen Thousand Five Hundred Dollars and No Cents B-35 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 296. 3471.0003 25 Ea. Traffic Control 34 71 13 $ 2,500.00 $ $62,500.00 Per Each: Two Thousand Five Hundred Dollars and No Cents 297. 25 Ea. Street Use Permit $ 100.00 $ $2,500.00 Per Each: One Hundred Dollars and No Cents TOTAL AMOUNT BID $ $6,773,907.82 B-36 MERCHANTS BONDING COMPANY MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: Bond No. WA That William J. Schultz Inc. dba Circle C Construction Company, P. O. Box 40328, Fort Worth, TX 76140 (hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual) (herenafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street, (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 trulyto 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 26th day of January 2023 THE CONDITION OF THIS OBUGATION IS SUCH, that, If the Obligee shall make any award to the Principal for Construction of Sewer Main atensions, Replacements & Relocations Contract 2022 City Project No. 104266 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 Banding Company (Mutuall , as Surety, or with other Surety or Sureties approved by the Obligee; or 9 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. Wtness: Witness urety: Afros John A. Miller William J. Schultz, Inc. Elba Circle C Construction Company CON 0333 (2115) MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Kom All Persona By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, ithra Merchants National Indemnity Company (in Caafania any) (herein collectively called the 'Companies") do thereby make, cons lute OM appoint, iMNidualy, John A Miller, John R Stockton; Sheryl A Khios their true and lawful Atlomey(s)-inFaq, to sign Its name as sureWies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other remain Instruments In the nature thereof, on behalf of the Companies In their business of guaranteeing the ficelily of persons, guar'enteeint; the performance of mMracla and exacufirg or guaranteeing bonds and undertakings required or pernated in any actions or proceedings allowe l by law. The Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following Bylaws a cabled by the Board of Directors of Merchants Bolling Company (Mutual) on April 23. 2M1 end amended August 14. 21115 and adopted by the Boats of Directors Of MeranantsNational Bmtling, Inc., on October 16, 2015. "Tins President, Secretary, Trease e0 or any Assistant Treasurer or any Assistant Secretary a aay Vice President shall have power and authority to appoint Altorneys-in-Fact, and W authorize Mem to execute on behalf of the Company, and abash the seal of the Company Iherele, bands and undertakings, racmgnizacces, contracts of indemnity and other writings obligatory in the nature thereof. 'Tine signature of any authorized officer and the seal of the Company may the affixed by facsimye or ebctranic transmission to any Power of Attorney or Certification Mereof authorizing the execution and delivery of and bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used anal haw the same tone and effect as though manually fixed' In connection with obligations in favor of the Floods Deparlmenl of Transportation only, it is agreed that the power and aut honty hereby given to the Anomey-in-ract includes any and all consents for the release of retained percentages another final estimates on engineering and construction contracts required by the Stale of Florida Department of Transportation. It is fully understood that consenting to the State ofFlonda Department of Transportation making payment of the final estimate to the Contractor andror its assignee, shall not states the surety cemeaay of any of its obligations under ills bond. In connection with obligations s favor of the Kentucky Department of Hgbway$ only, it is agreed that the power and Minority hereby given W the Allomey-tn-Fact cannot he modified or revoked unless prior written personal nofice of such intent has bean given to the Commissioner - Department of HU mays of the Commonwealth of Kentucky at least tarty (W) days poor to the modification or revocation. In Wlness Wnereoi the Compares have caused "a Instrument to be signed and sealed the 81h day of December . 2022 +,�;ON'••,•• MERCHANTS BONDING COMPANY (MUTUAL) :A��BONDING, INC. G pPOI Bpy: Ow`PPO.y9 MERCHANTSr091` d/b2 MERCHANTIS NATIONAL INDEMNITY COMPANY 2: STATE OF IOWA Pas •••••� � .7',v •• � � � \ • COUNTY OF DALLAS as. •' '• On this 8th day of December 2022 before me appeared Larry Taylar, to me personally known, who being by me Wly mom tlb say Mat he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.) and that the teak affixed in the foregong instrument we he Corporate Seale of the Companies; and that the said instrument "a signed and sealed in behalf of the Companies by acthartty of their respective Boards M Directors. &tfvto Koh Fx pp' (A Cmrvnsu i MrrSe )1Y737 1) \ J`y-+L` 2.� My(bn RSon EiPR6'Y1Ulll/f�'rY'h, v.w� ApdIl4,2024 Abbry Pu01ic (ExpirotlOn of nOtaryE commission tloe$ not involMate this instrument) I, values Warner. Jr.. Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do thereby bality Mat the above and foregoing s a true and comed copy of the POWER -OF -ATTORNEY executed by add Companies, which Is $fill in full force and effect and has not been amended orievoked. In Witness Whereof, I have hereunto setmy hand and affixed the seal of the Companies on this 26th d3i January ,2023 - y�'p0P HyBo :, ;•aPNOPPO%jq•'9y' ♦'. LIB assi 2003 c=i i 1933 C: Secretary .:a..: : �. ......`ire: POA 0018 (10/22) "" "•' " : W�v v DOR COMPLI CE TO STATE uw Pa lorl SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts b nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contactors 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 b meet specilications. The failure of nonresident bidders to do so willautomaticallydisqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of Sur company or our parentcompany or majority owner is in the State of Texas. E-7 BIDDER: / ,�' 4, lelllam ..T�rha%�r .fnc/ ��4 By: /P/OSO `icl 5OO /' /J (Signature) �6 1L)o/fw/ Texar 7Gis/a Title. 4�/As/C4/n-r Date'. A ZO/ • Z END OF SECTION CRY OF FORT WORTH OCCUMEMS Rnue0913M121 0041 W 1316 Proposal WcrM aAM m4526-1 C0NTRACf0RCOMPL1ANCE W 1'1'H WORK WS COMPENSATION LAW Pop of SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSA770N LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 104266. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CO T CTOR: /vffn. 7 Se/. le rn� ram. 12 C L j p4wxlir tleOA CO/lfOOn N 13 Company 1A 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 LE /� A urf�0 �� //'091i11I - Adddress" fen%/✓u � %X %G /fl0 City,5tateJZip .I'1 . MICHELES LANKFOKti' THE STATE OF TEXAS § 5 Notary Nblic 1l' )1 STAMOFTMS COUNTY OF TARRANT § ',?„eltto^^^illlt~'� wr.ba t'•pxc BEFORE ME, the undersigned authority, on this day personally appeared so .ice/9 , known to me to be the person whose name is subscribed to the for6gaing instrument, and acknowledged to me that he/she executed the same as the act and deed of d& Px '.,4w t for the purposes and considerationtherein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2Xday of owlydi .2023 m Notary Public in and for the State OF exas END OFSECTION CRY OF FORT WORTH MSFRMn STANDARD CONSTRUCTION SPHC'IF[42A11oN 000L'ML'M's City najeet No. IN266 Revne4 July ]ADD I 006113-1 PERFORMANCE BOND Page 1 of 2 BOND NO.101165242 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz, Inc. dba Circle C Construction Company known as 8 "Principal" herein and Merchants Bonding Company (Mutual) a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sum of, __ One Million Dollars ($ 1,000,000.00. _), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 14 well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded , 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 19 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 20 said Contract designated as Sewer Main Extension, Replacements & Relocations Contract 21 2022, Second Renewal; City Project No. 104266. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised December 8, 2023 Second Renewal 006113-2 PERFORMANa wm FW202 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities an this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorised agents and officers on this the 2%h day of 6 _October ,2025 . 7 8 9 10 1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 ATTEST: l pal) Secretary Michele S. L kfo Witness as to Pdncipal Winless as to Surety John er PRINCIPAL William J. Schultz Inc. dba -Ciale.�.ii5 CIFM CAmpa�v BY: � O c.i�c s.l Signature Teresa S. Skelly President Name and Title Address: 500 W. Trammell P. O Box 40328 Fort Worth TX 76140 SURETY: Merchant d- m M ual BY: Signature Sheryl A. Mulls, Attorney -in -Fact Name and Tide Address: 6700 Westown Parkway West Des Moines. IA 50266-7754 Telephone Number: 800.( ) 678-8171 Email Address: sheryi9johnamillerassocine.com 'Note: If signed by an officer of the Surety Company, there must be on fide a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both mast be provided. The date of the bond shall not be prior to the date the Contract is awarded C OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECPICATION EMUMEN13 City Pmje Na 104266 Revi D berk2m3 SemM Rmew MERCHAN 7 BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Pmsads, Mat MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATKNAL BONDING, INC.. both being corporations of the State of Iowa, dtVa Merchants National Indemnity Company (in California only) (herein colemvely caged the "Comparies'tlo hereby make, amounts and appded, Individually, Jahn A Miler, Sheryl A KUM Mew true and lawful Afaney(sytr Fact, In sign its name as suretyhes) and to execute, seal and arknawtedge any and al bares, undertakings, contracts and other written instruments in the nature thereof, on behalf d the Companies in Meir business of guaranteeing the reedy of persons, guaranteeing Me performance of contracts and executing or guaranteeing bonds and undertakings required or permkled in any actions or proceedings slowed by Ian. This Power-of-Atiomey is granted and is signed and waled by f nnamle eider and by authority of Me folowkg By-laws adopted by Me Board of Directors of Merchants Bonding Compat t (Mutual) on Apr123. 2011 and amended AugJst 14, 2015 and April 27, 2024 and ac opted by Me Board of Directors of Mermarts National Sending, Me, on October 16, 2015 ore amended on Aak 27, 2024. 'rhe President. Secretary, Treasures, or any Assistant Treasurer a any Assistant Secretary or any Vim President soak have power and authority to apposed Atlomeys-M-Fact, and to authorize Mein to execute on behalf of the Company, and agadn the seal of the Company thereto. bonds and undertakings, remmizenms, contracts of indemnity and obmrwrrings obfigatory in the nature thereof.' 'The signature of any authorized oficer and Me seal of the Company may be affixed by famimile a electronic transmission to arty Powa of Atiomey or Certification thereof authorizing the exeartion and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and suM signature and seal when so used shal have Me same farm and effect as though manualy fixed.' In connection MM obkg alions M favor of the Florida Department of Transportation only, rt is agreed Mat the paver and ad henry hereby given M the Afomeyn-Fad inckees awry and all consents for the release of retained pacentages and/or final estimates on engineakg and construction winds required by the Slate of Florida Department of Transportation. it is Ny understood Mat consenting to the State of Home Dep ri nent d Transportation making payment of the final estimate to the Contractor andfor its assignee, shall not releve Mis surety company of any of its obligations under itshood. M connection with obligations in favor of the Kentucky Department d Highways only, it is agreed Mat the power and au0wdy hereby given to Me Attorney- ad cannot be modified or revoked unless prior written personal entice of such intent has been given to Me Commissioner - Department of Highways of the Commonwealth of Kentudky at least Minty (30) days priorto the modification orrevomioo. In V eas Whereof, Me Canpar s have mused this kbW meed to be sgmd ore waled tW 29th Mayor July • 2024 NERCHANM BONDING COMPANY (MUTUAL) q`o"yIAMCRANTS NATIONAL BONDING, INC. ?Oa0?Gpqai.?ys . tla NERCH MT®NAL INOEMI CO MY 54 sa- 2003 e5 :y'•. 1033 ry: By gib••. .`.: •'�y Vie: • STATE OF IOWA ••••�k'••.{7.•:e�d: ''d�.'.\�: President CCU NTY OF DALLAS as. "" On this Mday of •• July 20N before me eased Lary Taylor, to me personally known, wfio berg by me duly swan de say Mat he is President ofMERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that Me smile affixed to the foregoing Instrument are the Corporate Scots of Me Compares; and Mat the said instrument was signed and sealed in behalf of the Companies by authority of their respective Beads of Directors. s PBnni Miller . i Commbsion Number ]8]952 ' My Commission Expires kNYA January 20,2W] •�],f��A I No ery Pubse (Explreion of notary's commission aloes not invalidate the instrunenf 1, Elisabeth SandersfoN, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify Mat the above and foregoing is a true and correct copy ofthe POWER -OF -ATTORNEY axecNed by said CompanM%vmch is AN in full fame and elect and has not been amended or revered. In Wrbim Whereof, I have hereunto Balmy hand and sffaedtheseal df Me Companies m Mis 20th day of Octctobbeer,�2025. ••?PaP A�Bc o`BPOy''Oy �W��/�✓✓ —L 2+240 _o_'P.ln• oar *r° i2003 _ ice; ��i1933 3: Secretary POA 0018(6/24) "'•"' ••• 0061 14 - 1 PAYMENTBOND Page] of 2 BOND NO.101165242 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz, Inc, dba Circle C Construction Company known as 8 "Principal' herein, and Merchants Bonding Company (Mutual) _, a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of One Million Dollars ($__1 000,000.00 ), lawful 13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 14 which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, 15 successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded 17 09/16/2025, which Contract is hereby referred to and made a part hereof for all purposes as if 18 fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined 19 by law, in the prosecution of the Work as provided for in said Contract and designated as Sewer 20 Main Extension, Replacements & Relocations Contract 2022, Second Renewal; City Project 21 No.104266. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised December 8, 2023 Second Renewal W6114-2 PAYMENT BOND Pw2of2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 20th day of 3 October .2025 . 4 5 6 7 8 9 10 12 ATTEST: m - (Principal) Secretary Michele(Principal) Secretnry Michele SIord Witness as to Principal PRINCIPAL: William J. Schultz Inc. dba Circle C Con%tMtion Company BY: Signature Teresa S. Skelly, President �1 Name and Title Address: 500 W. Trammell P. O. Box 40329 Fort Worth, TX 76140 SURETY: Merchants Com an Itn 1 ATTEST: BY: VAA��- sitnatme Sheryl A. Klutts, Attorney -in -Fact_ (Surety, Name and Title Address: 6700 Wesown Parkway �� West Des Moines, IA 50266-7754 Witness as to Surety John . Miller Telephone Number: (800) 678-8171 Email Address: sherylMohnamillerassocinc.com Note: If signed by an officer of the Surely, there most be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH MSFRR2022 STANDARD CONSMUC ION SPECIFCATION DOCUMOTrS CityRgst Ne 1042" RneW 0.-mnber 8, 2023 SsoMRe "l M ERCHAN;7 BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, Met MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC., both being corporations of the State of Iowa, dlWa Merchants National Womanly Company On California only) (herein collectively called the °Comyanlas') do hereby make, mastlMe and appoint, iindividually, John Mier; Sheryl A Kk¢ts Weir true and lawful Alameyls)in•Fact, to sign its name as sureNOes) and to execute, seal and arlaawledge arty antl all bands, undertakings, widows and other when instruments an Me nature thereof, on behalf of We Companies an thek business of guaranteeing the fidelty of Persons, guaranteeing the performance of contracts and executing or guaranteeing baps and undertamiga required a permAted in any actions or proceedings allowed by law. The Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-laws adapted by We Board of Directors of Merchants Bonding Conparry, (Mutual) on April 23. 2W 1 and amended Augu t 1e, W15 and April 27, 2026 and adopted by We Board of Directors of Merchants Nalonal Banding, the an October 16, 2015 and amended on April27, 202a. 'The PreStlant Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any nice President shall hale power and auWarly to appoint Alomeye-InFact, and to Miranda them to execute an behalf a the Company, and atlech the seal of the Company thereto, bonds andnrndensiongs, recegroances, conbacs of indemnity and other writings oliigatoryin the nature thereof.' 'The signature N any authorized officerand We seal of the Canpanny maybe affixed by facsimile orotectrenic trensmtssian to army Powerof Attorney or CertMcalion thereat authorizing the exec lion and! delivery N any band, undertaking, recaplimce, or other suretyship obligations a the Company, and such signahre and sealwhen so use] shallhave the sane face and elect as though mancaly fixed.° In ceanemon with obligations an Nwr of the Florida Department of Transportation only, it is agreed that the power and aut horsy hereby than to the Atlomey-irrFact includes any and all consents for the release M retained percentages matter final estimates an engineering and construction contacts required by the State of Florida Department of Transportation. It is fully understood thin earned N to the State a Florida Department of Transportation making Payment of the final estimate m the Contractor and/or its assignee, shall not releve this Many company of any of its ati gallons under an bond. In caanection with obligation in favor of the Kentucky Department of Highways only, it is agreedthat the power antl authority hereby gown to the Alone ikFact cannot be modified or revkked unless prior willen personal miles of such intent has been given to the Commissioner- DepaNnent of Highways of the Commonwealth of Kentucky at least thirty (30) days plorto the modification orrewcatlon. In Winess Whereof, the Companies have caused this instrument to be signed and sealed its Nth day of July . W24 a• Slu Nq' �(1G C MERCHANTS BONDING COMPANY (MUTUAL) gip........... • •�0...... �yp•• MERCHANTS NATIONAL BONDING, WC. y;pPPOq;.,,o• ,0o,-�PPOq';qm, m1ua MERCH NC/YMGL INDEMMTCOIPNIY z:2 _o_ Presidentb�: pi 2003 .kla s 103 fC: By STATE OF IOWA * , COUNTYOFOALIASss. •• * On thus M day of July •• 2024 . before me appeared Larry Taylor, to me personally Mown, who being by me duty swam did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC; and that the seats affixed to the fa"ong manument are the Corporate Seals of We Companies: and Mat the Said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ' aA<s Perini Miller i �� Commission Number 787952 My Commission Expires CR MIN January 20, 2027 Natarit Pint (Etpliation anotary's commission tices not Im bdate this Inelmmenng I, Eksabeth Senders/dtl, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby badly that the above and foregoing is a true and connect copy of the POWER-OF-ATTORN EY canceled by said Companies, which Is all in full force and effect and has not been amended a revoked. In V✓Mess Vkhered, I have hereunto setmy ha id and afraid We seal dthe Companies an this 20M day/off Octctobbeer,22025. 311014A "I, P •,�PaB(apda •• ••oo�o,QP q�aq• LW��Y�r —L :9? `z: :a'• 1933 ic: Secretary O 2003 .:A)- ..': d•. N ' d• arc. POA 0018(6124) •""""•"'� •• 0061 19- 1 MAINTENANCE BOND Page 1 of 3 BOND NO.101165242 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we William J. Schultz, Inc. dba Circle C Construction Company , known as 8 "Principal' herein and Merchants Bonding Company (Mutual , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the sum of One Million _ Dollars ($_1.000,000.00 ), lawful money of 13 the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum 14 well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, 15 administrators, successors and assigns, jointly and severally, firmly by these presents. 16 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 09/16/2025, which Contract is hereby referred to and a made part hereof for all purposes as if 19 fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by 20 law, in the prosecution of the Work, including any Work resulting from a duly authorized Change 21 Order (collectively herein, the "Work") as provided for in said contract and designated as Sewer 22 Main Extension, Replacements & Relocations Contract 2022, Second Renewal; City Project 23 No. 104266; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two (2) years 28 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH MSERR2022 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104266 Revised September 19, 2025 Second Renewal 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 MSERR2022 City Project No. 104266 Second Renewal 006119-3 MADruit4 NCE Boom PW3of3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 20th day of 3 OcWher . 20 25 . 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: mo (Principa0 Secretary Michele S. L ford Witness as to Principal ATTEST: (S ty) Secretary Witness as to Swety John A.01ifler PRINCIPAL: William I. Schuh& Inc. dba Circle C CM% Ic6mI Company BY: Signature Teresa S Skelly. President Name and Title Address: 500 W. Trammell P.O Box 40328 Fort Wor01, TX 76140 Sheryl A. Muffs, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, lA 50266-7754 Telephone Number: (8001678-8171_ Email Address: sheryl�jobnamilkrassocinc.com "Note: If signed by an officer of the Surety Company, there must be mt file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. COT OF FORT WORTH MSERR2m2 STANDARD CONSTRUCTION SPECIFICATION WCUMENTS Cityftra Na 1a4266 Revved September 19,2025 wend Renewal MERCHANTS BONDING COMPANY-, POWER OF ATTORNEY Most Al Persons By Mass Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the Sate of Iowa, der/a Merchants National Indemnity Company in California only) (herein collatlhey called Me 'Compantesl do hareby male, MMMlde and appoint, individually, John A Miller; Sheryl A Klutls then true and lawful Adomey(s)-M- act, to sign its name as sureypas) and to execute, seal and aIXnewledga any ad all bonds, ondertaldrgs, contracts ant other written Inshumeak in Me nature thereof, on behalf of the Companies in their business of guaranteeing the Welty a persons, grarenteeing the pertormonce of contracts and exewlYg or guaraMeeiig bonds and undertakings required or penameci In any actions on m eedings allowed by law. This Power-of-Aftomey is granted and is signed ant sealed by auknile under ant by sweetly of Me feilowng Bylaws adopted by the Board N Directors M Merchants Barking Company (MuMal) on Apol 23, 2011 ant amended Augi at 14. 2015 and April 27, 2024 ant adopted by the Board of DireMrs of Merchants National Sondng, Inc., on October 16, M15 and amended on April 27. 2024. -The President, Secretly, Treasuer, or any Assistant Treasurer or any Assistant Secmy, or al Vbe President shall have power and aulherdy to appoint Attorneys-inFaa and to authorize them to errecum on behalf of Me Company, and attach Me seal of the Company thereto, bonds and unde tekings, recogn'aarrow, contracts of Indemnity and otherwrilirgs obligatoryin the nature thereof - 'The signature of any authorized officer and Me seal Mthe Company may be affixed by facsimile or emehonic traasmission to any Power of Ahemey or Certification thereof aMMAg Me execution aid delivery of any bond, underakirg, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have Me same force and ¢gets as though monuallyfixed' In connection with obfig Mans M favor of Me Fbdda Department of Transportation only, It is agreed that the power and ad henry hereby glen to the AhemeyinFaer includes any and all consents for Me release of reared percana0es and/or final esiknams on efgneedrg and construction contracts re°ulred by the State of Fbnda Department of Transportation. It is MIN undersfond Mat commons to Me Sam of Florida Departrnent of TrampMation making payment of the Mal estimate to the Contractor andfor Its assignee, shall not sides this surety company of any of its obligations under Its bond. In connection with obBgagons in favor ofhe Kerduriy DeparMerd of Mghways only, It Is agreed that Me power and authority herebygi ren to Me Afimney-n-Fact cannot be modified or revoked unless prior written personal notice of such Meth has been given to the Commissioner - Department of Highways of the Commonwealth of Kentutlry M math army (30) days priorfo the modMraOan orrevocation. In We aV•hemM,Me CompaNshmv mMMkim mentabesgmdandseakd Mis 29M Wild Juy .2D24 • �10Nq" ERG CO• MERCHANTS BONDING COMPANY (MUTUAL) ••a'ppPOR�BO' •��`RPO •'>•• Mdlba MERCH MTNATIONAL yyATIONAL NOEMNRY COMPANY `A°j: 44 •Pj•'iy.p :9e4.V0 a•?in:•ys: C/ 2003 1999 •c: By °d :. :u•. cti. t President STATE OA •:� {T �•• • • ALLAS Ohms OF OF D ss. On this et h daesi M Jury •• BM24ONDING , before me appeased tarry Taylor, a me NATION known whe being by me that swam did say Met he k President M MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.: and that the seek aimed to the ficaregoing Instrument ore the Corporate Serfs of the Companies; and Mat the said instrument was signed Mad sealed in behalf ctMe Compareauthority s by authody off their respective Boards of Directors. 4Yp'nIs Penni Miller ' z -A� cmmission Number]S)952 'dOLIDI' My Commission Expires )f^ • m'wP January 20, 2027 Nafary Pubfic (Expiration of roay's commission does cot nwMMe the Instrument) I, Element Sandarsted, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby rally Mat the above and foregoing is a true anal career copy of Me POVVEReDF-ATTORNEY execoted by said Companies, which Is atil In full force and egatl and has net been amended a rem ed. In Witness Whereof, I have hereunto set my hand and afrbred the seal of the Companies on this 20thdayof 0 .'"POq 4.•rk B4Octctobeber,22025. •D9• •O��\P 0 9'Pi:y<: 3ay:cr4R %- Z's ;F 04 2 •�. 1933 ;'c; Secretary :.Was �. ui �*...`:a:• POA 0018(6/24) ""' ••• MERCHANTS BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL.) • MERCHANTS NATIONAL. 60NDING, 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) POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS (TEXAS LIMITED SOLE NEGLIGENCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE iOPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) F- Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. "Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 2 Copyright 2020 FCC] Insurance Group. QUOTE POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance. - The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 2 Copyright 2020 FCCI Insurance Group. QUOTE Policy #CPP100051064 FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage.. .................................................................................................................................... 9 BailBonds................................................................................................................................................................... 9 Blanket Waiver of Subrogation................................................................................................................................. 14 Bodily Injury and Property Damage........................................................................................................................... 1 Care, Custody or Control............................................................................................................................................ 3 Contractors Errors and Omissions............................................................................................................................. 6 Contractual Liability (Personal & Advertising Injury).................................................................................................. 2 ElectronicData Liability.............................................................................................................................................. 1 GeneralLiability Conditions...................................................................................................................................... 13 IncidentalMalpractice.................................................................................................................................................9 .............................. Insured.................................................................................................................................... ...... 9 Limited Product Withdrawal Expense........................................................................................................................ 3 Limitsof Insurance ......................... .......................................................................................................................... 11 Lossof Earnings......................................................................................................................................................... 9 LostKey Coverage.............................................................................................................................. ........... 8 Newly Formed or Acquired Organizations............................................................................................................... 11 Non -Owned Watercraft............................................................................................................................................... 1 Property Damage Liability — Borrowed Equipment.................................................................................................... 1 Tenant's Property and Premises Rented To You...................................................................................................... 8 VoluntaryProperty Damage....................................................................................................................................... 2 QUOTE Policy #CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2020 FCC] Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the 'occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an `occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one `occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an 'occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; e. Motor vehicles; f. "Your product' arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one 'occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with 'your product' incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal' is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect' will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to.- (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product'. b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit' against you for "product withdrawal expenses". CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product', or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller' means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product', "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury'. b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) in advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CG L 088 (02 21) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit', including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision —Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury`, "property damage", or "personal and advertising injury' arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any 'occurrence" which takes place after the equipment lease expires. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to liability for "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury' or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in 'your product' made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: The exceptions contained in Subparagraphs d, or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3, is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury' or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an 'occurrence' or an offense which may result in a claim. This requirement applies only when the 'occurrence' or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee') or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence' or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence' or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the 'occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee') or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an `occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence' to us at the time of the "occurrence' shall not be deemed a violation of paragraphs a., b., and G. above. However, you shall give written notice of this "occurrence' to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2020 FCCI Insurance Group QUOTE Policy #CPP100051064 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured, © Insurance Services Office, Inc., 2018 Page 1 of 1 Insured Copy POLICY NUMBER: CA100051065 AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage........................................................................................................................................................3 Auto Loan/Lease Gap Coverage...............................................................................................................................3 BroadForm Insured...................................................................................................................................................1 Concealment, Misrepresentation or Fraud................................................................................................................4 Deductible..................................................................................................................................................................3 Duties in the Event of Accident, Claim, Suit or Loss.................................................................................................4 FellowEmployee.......................................................................................................................................................2 FireDepartment Service Charge...............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage...................................................................................4 Lossof Earnings........................................................................................................................................................2 Lossof Use Expenses...............................................................................................................................................2 SupplementaryPayments.........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us...............................................................................................4 TransportationExpenses..........................................................................................................................................2 Policy #CA100051065 COMMERCIAL AUTO CAU 058 (10 22) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section Il. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2021 FCCI Insurance Group COMMERCIAL AUTO CAU 058 (10 22) B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your `employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a total maximum of $1,500 fortemporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specked Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $1,500. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2021 FCC] Insurance Group COMMERCIAL AUTO CAU 058 (10 22) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto' is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto' is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto'. However, this exclusion does not include the discharge of an airbag in a covered "auto' you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto' for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations prior to the application of the Limit of Insurance provided that: 1. The Comprehensive or Specified Causes of Loss Coverage deductible applies only to "loss" caused by: a. Theft or mischief or vandalism; or b. All perils. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2021 FCCI Insurance Group COMMERCIAL AUTO CAU 058 (10 22) 2. Regardless of the number of covered "autos" damaged or stolen, the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or mischief or vandalism; or b. All perils; will be equal to five times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive or Specified Causes of Loss Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". 3. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: a. "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. b. Glass damage if repaired rather than replaced. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2021 FCCI Insurance Group COMMERCIAL AUTOMOBILE Policy #CA100051065 CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. Tensmutuar WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies onlywith respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly a indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. O Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above pason(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes Me policy to which it is a0achetl ¢Rave on Me inception date of the policy uN¢ss a different date a ire icaME below. The following -atlachiig cause- need be completed only when M's endorsement is issued subsequent to prepere0m of the policy.) This endorsement, eOecum on 8112125 at 12:01 a.m. standard time, fortes a part of: Policy no.0002051085 of Texas Mutual Insurance Company effective on 8/12/25 Issued to: WILLIAM J SCHULTZ INC DBA: CIRCLE C CONSTRUCTION COMPANY This is not a bill NCCI Carrier Code: 29939 Authorized representative M25 PO Box 12058, Austin, TX 78711-2058 1 of 1 taxasmutual.com 1 (800) 859-59951 Fax (800) 359-0650 WC 42 03 04 B FORTWORTH To: Doug Black Legal Department From: Tony Sholola, P.E. Water Department, Engineering Subject: Cover Letter for attached documents Date: October 31, 2025 Project Name: Sanitary Sewer Main Extensions, Replacements & Relocations Contract 2022 City Project Number: 104266 (Second Renewal) Contractor: William J. Schultz, Inc. dba Circle C Construction Companv Attached Document: Verification of Bonds Date: 10/29/2025 The verification was given By: Sheryl Klutts with John Miller Assoc. Inc. Telephone: (800)678-8171 (conf. via email sheryl@johnamillerassocinc.com) M&C for this project was approved on September 16, 2025 Included: Email Confirmation of Insurance Book Cover Table of Contents M&C Addendums Conflict of Interest Bid Form Bid Proposal Bid Bond Power Attorney for Bid Bond Vendor Compliance Worker's Comp Agreement Payment Bond (Seal Confirmed) Performance Bond (Seal Confirmed) Maintenance Bond (Seal Confirmed) Power of Attorney (Seal Confirmed) Certificate of Insurance If you require any information please call me at 817-392-6055. WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTor4 STREET * FORT WORTH, Texas 76102 817-392-8240 * Fax 817-392-8195 ,M Panted on recycled paper From: Murphy, Donnette J To: Lafferty, Scott Subject: RE: CPN 104266, Second Renewal Date: Friday, October 31, 2025 10:34:15 AM Attachments: imaae001.Dno innaae002.pn image003.p innaae004.pn Hello, this is approved. FORT WORTH Donnette Murphy, JD Property & Casualty Manager Financial Management Services Office 817-392-7784 Cell 682- 760-6749 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. 4 0 0 O From: Lafferty, Scott <Scott.Lafferty@fortworthtexas.gov> Sent: Monday, October 27, 2025 10:06 AM To: Murphy, Donnette J <Donnette.Murphy@fortworthtexas.gov> Subject: CPN 104266, Second Renewal Good Morning Ms. Murphy, Please see the attached pdf containing the insurance acord form for Miscellaneous Contract 104266. (pages 14 & 15) Please review at your earliest convenience. Thank you, Scott Foer WanrHp Scott Lafferty Engineer Project Coordinator Water Department Office (817)392-8213 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. 0 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: William J. Schultz, Inc. dba Circle C Construction Company Subject of the Agreement: Second Renewal for Sanitary Sewer Main Extensions, Replacements & Relocations Contract 2022 M&C Approved by the Council? * Yes ® No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ® No ❑ 60429-R2 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ® No ❑ If unsure, see backpage for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ® Ifonly speck information is Confidential, please list what information is Confidential and the page it is located. Page 78 and page 79 C01 Effective Date: September 16, 2025 Expiration Date: If diereni from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 104266 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ® No ❑ Contracts need to be routed for CSO processing in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.