Loading...
HomeMy WebLinkAboutC2008-490 - 10/21/2008 - Approved2008-490 10/21/08 M2008-275 H&G Contractors S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T RAC T S A N D B O N D S F O R LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PREPARED BY RVE, INC. 820 BUFFALO STREET CORPUS CHRISTI, TEXAS 78401 Phone: 361/887-8851 Fax: 361/887-8855 FOR STREET DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-1881 Fax: 361/826-1887 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Fhone: 361/880-3500 Fax: 361/880-3501 PROJECT N0: 6278 DRAWING NO: STR 790 36347 „~,y~, .- - (Revised 7/5/00) LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE Table of Contents NOTICE TO BIDDERS (Revised ~/5/00) NOTICE TO CONTRACTORS - A (Revised May, 2006) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised ~/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traf £ic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds NOT 03SD (6/11/98) A-26 Supplemental Insurance Requirements NOT IISSD A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents "~ - '^1 --- NOT OSED A-36 Other Submittals (Revised 9/18/00)+V .. ... .'.:: :d --a nt. _.,..... a..... r ..i...a u.._ «t.,. NOT QSBD A-38 Worker's Compensation Coverage for Building- or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory Rev. 12/2/99 Page 1 of 4 A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-46 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Geotechnical Report A-51 Mobilization and Demobilization Bid Items A-52 Electronic Proposal Forms A-53 Work Hours 8-54 Staging Area and Work Corridor A-55 Bio-Monitoring of Shorebirds A-56 Bid Extension A-57 Amended Prosecution and Progress Attachment No. 1 Attachment No. 2 PART 8 - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing & Stripping SS 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022020 Excavation & Backfill for Utilities & Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation S10 022060 Channel Excavation S11 022080 Embankment S13 022100 Select Material S15 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 025205 Pvmt. Repair, Curb, Gutter, Sdwk. Dwy. Replacement 025222 Flexible Base High Strength S24A 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils, & Emulsions 529 025412 Prime Coat S30 025424 Hot Mix Asphalt Concrete Pavement S34 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings 5101 025807 Pavement Markings (Painted or Thermoplastic) S45 025816 Raised Pavement Markers & Traffic Buttons 025818 Reference - Pvmt Markers (Tx DOT D-9-4200) 025820 Reference - Traffic Buttons (Tx DOT D-9-4300) 025828 Bituminous Adhesive for Pvmt Marker (Tx DOT D-9-6130) Rev. 12/2/99 Page 2 of 4 026 UTILITIES 0262 GENERAL 026201 Waterline Riser Assembly S79 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Iron Pipe & Fittings S81 026210 PVC Pipe for Waterlines & San FM's AWWA C900/C905 0264 WATERLINES 026402 Waterlines S88 0265 SANITARY FORCE MAINS 026602 Sanitary Sewer Force Mains 569 026604 Air Release Valves for Wastewater S96 027 SEWERS & DRAINAGE 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 027610 Televised Inspection of Conduits 5125 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding S14 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 (Includes Diagram) 037040 Epoxy Compounds 544 038000 Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings, & Covers S57 PART T - TECHNICAL SPECIFICATIONS 31 35 19 Erosion Control Turf Reinforcement Matting 35 31 19 Articulated Concrete Block GEOTECHNICAL INVESTIGATION REPORT 1. Subsurface Exploration and Pavement Recommendations for the Proposed Laguna Shores Road Improvements from Graham Road to Hustlin' Hornet Drive, Corpus Christ, TX. City of Corpus Christi Project No. 6278 dated August 24, 2005 by Rock Engineering and Testing Laboratory Inc. 2. Subsurface Investigation, Laboratory Testing Program and Geotechnical Recommendations for the Proposed Laguna Shores Bridge Replacement Project, Corpus Christi, TX. City of Corpus Christi Project No. 6276 dated July 28, 2009 by Rock Engineering and Testing Laboratory Inc. LIST OF DRAWINGS 1. Title Sheet 2. General Notes 3. Legend and Testing Schedule 4. Estimated Summary Table of Quantities Rev. 12/2/99 Page 3 of 4 5. 6. 7. 8. 9. 10 it 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 45 46 47 48 49 50 51 52 53 Benchmark Control & Construction Sequence Construction Phasing Plan AdvanceWarning Traffic Control Devices Traffic Control & Typical Lane Closure Plan Traffic Control & Typical Lane Closure Plan Existing Roadway Plan & Profile - Sheet 1 of Existing Roadway Plan & Profile - Sheet 2 of Existing Roadway Plan ~ Profile - Sheet 3 of Existing Roadway Plan & Profile - Sheet 4 of Existing Roadway Plan & Profile - Sheet 5 of Existing Roadway Sections & Bridge Section Demolition Plan & Profile - Sheet 1 of 5 Demolition Plan & Profile - Sheet 2 of 5 Demolition Plan & Profile - Sheet 3 of 5 Demolition Plan & Profile - Sheet 4 of 5 Demolition Plan & Profile - Sheet 5 of 5 Proposed Roadway Plan & Profile - Sheet 1 of Proposed Roadway Plan & Profile - Sheet 2 of Proposed Roadway Plan & Profile - Sheet 3 of Proposed Roadway Plan & Profile - Sheet 4 of Proposed Roadway Plan & Profile - Sheet 5 of Proposed Roadway Sections Roadway Details - Sheet 1 of 2 Roadway Details - Sheet 2 of 2 Sheet 1 of 2 Sheet 2 of 2 5 5 5 5 5 Bridge Layout & Utility Adjustment Plan Prestressed Concrete Box Beam Span - Type B20 Prestressed Concrete Box Beam Details - Type B20 (1 of 2) Prestressed Concrete Box Beam Details - Type B20 (2 of 2) Hox Seam Standard Details Abutment Details Abutment Backfill Details & Armor Joint Details Interior Bent Details Prestressed Concrete Piling & Elastomeric Bearing Details Box Beam Rail Anchoring Details Bridge Rail Details (T101) Guardrail Details - Sheet 1 of 3 Guardrail Details - Sheet 2 of 3 Guardrail Details - Sheet 3 of 3 Striping & Marking Plan - Sheet 1 of 2 Striping & Marking Plan - Sheet 2 of 2 Traffic Control Details & General Notes - Sheet 1 of 4 Traffic Control Details & General Notes - Sheet 2 of 4 Traffic Control Details & General Notes - Sheet 3 of 4 Traffic Control Details & General Notes - Sheet 4 of 4 Standard Sign Details - Sheet 1 of 2 Standard Sign Details - Sheet 2 of 2 Standard Sign Mounting Details Pavement Marking Details Storm Water Beat Management Practices NOTICB AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCB.BOND PAYMENT BOND Rev. 12/2/99 Page 4 of 4 NOTICE TO BIDDERS NOTICS TO BIDDBRS Sealed proposals, addressed to the City of Corpus Christi, Texas for: LAGUNA SHORES ROAD REHABILITATION - GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0. 6278 which consists of; demolishing and reconstructing approximately 5,700 LF of a 2 lane roadway; installing approximately 5,050 SY of articulated concrete matting; installing approximately 5,125 SY of erosion control matting; demolishing of existing bridge structure over channel; excavating approximately 805 CY for channel widening; new box beam bridge structure; installing new metal beam guard rail; replacing approximately 140 LF of each 12" waterline, 16" Force Main, & 10" Force Main at channel; new air release valves at channel crossing; reconstructing new driveways with 18" RCP culverts and safety end treatments; installing new sign structures along roadway; and new pavement striping and traffic buttons; all in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, September 03, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Wednesday, August 27, 2008 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5'k of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture o£ the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services / s / Armando Chaps City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANC8 MINIMUM INSURANCB COVERAGB 30-Day Notice o£ Caacellatioa required on Bodily Injury sad Property Damage all certificates PSR OCCURR8NC8 / AGGR8GAT8 Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations. 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILfi LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term X NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED Page 1 of 2 ^ The City of Corpus Christi and RVB, Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage. ^ The same of the Project must be listed under "description of operations" on each certificate of insurance. ^ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 40G, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. ~~ (7) Persons providing services on the project (subcontractor m §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity famishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this mle is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or constmction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on £le for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standazds of documentation: Attached Graphic . Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they aze required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor. prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it conhacts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (e) A person providing services on a project, other than a contractor, shall (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification Codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the conmussion's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of covemge, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all requved certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (IT) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this mle that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required.by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who aze explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 _ TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of I 1 T28S110.110(d)(7) "REQUIRED WORKERS' COMPENSATIONCOVERAGE" "The law requires that each person working on this site or providing services related !o this construction project must be covered by workers' compensation insurance. This includes persons providing hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " ~ Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning ojthe work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ,§406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees: This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, oJjice supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate ojcoverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F The contractor shall retain aU required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person wish whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS LAGDNA 3HOR8S ROAD RBHABILITATION GRARAffi ROAD TO HI7STLIN' HORNET DRIVH PROJBCT NO. 6278 SECTION A - SPBCIAL PROVI320NS A-1 Time and Place of Receiviag Proposals/Pre-Sid Meetiag Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 PN oa Wednesday, September 3, 2008. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN:BID PROPOSAL- LAGONA 3HORHS ROAD RSRABILITATION GRAHAM ROAD TO HDSTLIN' HORNET DRIVE PROJECT NO. 6278 A pre-bid meeting will be held on Wedaesday, August 27, 2008, beginning at 10:00 AM. The meeting will convene at the Engineering Services Main _ _ Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 De£initioas aad Abbreviations Section B-1 of the General Provisions will govern. A-3 Descriptioa of Project LAGDNA SHORBS ROAD RHHAHILITATZON - GRAHAM ROAD TO HDSTLIN' HORNET DRIVH 1 PROJHCT No. 6278 which consists of; demolishing and reconstructing approximately 5,700 LF of a 2 lane roadway; installing approximately 5,050 SY of articulated concrete matting; installing approximately 5,125 SY of erosion control matting; demolishing of existing bridge structure over channel; excavating approximately BOS CY for channel widening; new box beam bridge structure; installing new metal beam guard rail; replacing approximately 140 LF of each 12" waterline, 16" Force Main, & 10" Force Main at. channel; new air release valves at channel crossing; reconstructing new driveways with 16" RCP culverts and safety end treatments; installing new sign structures along roadway; and new pavement striping and traffic buttons; in accordance with plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated upon the following order of priority, subject to availability of funds: 1. Total Base Sid (Part A + Part B), or 2. Total Base eid + Additive Alternate No. 1 The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public, subject to the availability of funding. Section A - SP (Revised 12/15/04) Page 1 of 24 A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Hid Boad (Must reference: LAGIINA SHORES ROAD REHABILITATION - GRAHAM ROAD TO HIISTLIN' HORNET DRZVE; PROJHCT NO. 6276) (A Cashier's Check, certified check, money order or bank draft from any State or National Sank will also be acceptable.) 2. Disclosure of Interests Statement 3. Documents Re quested in Special Provisions Items A-28, A-29 and A-30. A-6 Time o£ Comp letion/Lio uidated Damages The working time for completion of the Project will be: Base Hid Part A: Base Sid Part e: 120 Calendar Daye 360 Calendar Daya * Part A will be completed concurrently with Part B. Part A sad H may be initiated by a single or aeparata Notices to Proceed as indicated is A-56. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, 500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Daya Allocation for Raia: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule sad for each stage of the contract. A rain day is defined ae nay day in which the amount of rain measured by the National Weather Services at the Power Street Storm Nater Pump Station is 0.50 inch or greater. No extension of time will be coaeidered until the expected number of rain days has been exceeded sad the Hagineer has agreed that the statue of construction was such that there was as impact detrimental to the eoastructioa schedule. January 3 Days May 4 Days September 7 Days February 3 Daya June 4 Daya October 4 Daya March 2 Daya July 3 Days November 3 Daya April 3 Daya Auguet4 Daya December 3 Daya Section A - SP (Revised 12/15/04) Page 2 of 24 A-7 Workers Compensation Insurance Coverage If the Contractor's Workera' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation -- insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section &-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy, and Heavy and Highway. In case of conflict, Contractor shall use higher wage rate. Minitman Prevailirx3 Wage Scales The Corpus Christi City Council has deternu.ned the general prevailing minilmm knurly gage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must mt pay less than the specified cage rates to all laborers, workmen, and mechanics Toyed by them in the execution of the Contrnct. The Ca'ttxactor or subcontractor shall forfeit sixty dollars ($60.00) per calen9ar day, or portion thereof, for each laborer, wor)anan, or mechanic ecployed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record shaKiaxJ the names and classifications of all laborers, workmen, aryl mechanics aiployed by then in mrmection with the Project and shoring the actual wages paid to eadl worker. Section A - SP (Revised 12/15/04) Page 3 of 24 The ~tmctor will make bi-wEe)cly certified payroll subnitmis to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors a~ others warkilxJ on the Project. These doc~m~ents will also be sukmitted to the City EngineeY bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additimral , ',,,;rements concerning the proper form and content of the payroll sukxnittals.) One and one-half (1~) times the specified hourly wage rtwst be paid for all halls worked in excess of 40 hours in any one week and for all hours worked on Slux9ays or holidays. (See Section B-1-1, Definition O£ Teens, and Section B-7-6, Working Hours.) A-11 Caopesation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public alrl private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when ~wrk is anticipated to piroceed in the vicinity of any facility by using the DIG TESS 1-800-344-6377, the Lone Star Notification Cq;paily at 1-800- 669-8344, and the Veriz~ Dig Alert at 1-800-483-6279. For the Contractor's corrvenience, the follrn~iruJ telephone nsmibers are listed. City D~inees 826-3500 Project Engineer Patrick Veteto; RVE, Inc. 887-8851 Traffic Engineer 826-,3540 Police Department 882-1911 Water Department 826-1880 Wastewater Department 826-1818 Gas Department 885-6900 Storm Water Department 626-1881 Parks & Recreation Department 626-3461 Streets & Solid Waste Services 626-1970 AEP 299-4833 SBC / A T & T 681-2511 Signal/Fiber Optic Locate 857-1946 Cablevision 657-5000 ACSI (Fiber Optic) 687-9200 CenturyTel 225/214-1169 ChoiceCom (Fiber Optic) 881-5767 CAPROCK (Fiber Optic) 512/935-0958 Brooks Fiber Optic (MAN) 972/753-4355 A-iZ Maintenance of Services (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) (826-3140 after hours) (361/693-9444 after hours) (800-824-4424, after hours) 857-1960 (857-5060 after hours) (Pager 800-724-3624 (225/229-3202 (M) (Pager 850-2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage drawings, the Contracto utilities back in service the Contract price. All company or agency that o to underground r shall make the to construct the such repairs must wns the utilities. utilities, whether shown in the necessary repairs to place-.the work as intended at no increase in conform to the requirements of the Section A - SP (Revised 12/15/04) Page 9 of 24 Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Ares Acce6a sad Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this --- document are available through the City's Traffic Hngineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control will be paid per Sid Item in the Proposal. A-14 Conatructioa Squipmeat Spillage sad Trackiag The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Sccavatioa sad Removals She excavated areas behind curbs andadjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12/15/04) Page 5 of 24 A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field 0£fice The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Secueace of Construction The Contractor shall submit to the City Engineer a work plan based only on CALRNDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identify the First work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Project Layout sad Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The~Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of Section A - 9Y (Revised 12/15/04) Yage 6 of 24 the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. - The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verificationof compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets• 7til t _c ____ i Y~ y IIY • p b a g.. .-^Cl _.. Leah s#fles e€ et~eet en-a 280~~ ems ~; • Street crowns^on a 200'^interval and at all intersections; • Street edge of pavement on a 200' interval and at all intersections; • Ditch line grades on a 200' interval. Wastewater: l,, _ii_ T,l ,J___ ..L .., ...._ ' • Casing~elevations (top of pipe and flow line) (TXDOT and RR permits). • Pipe depths and elevations under channel. Water ~- Tll _C - .. L... .l. _.. ..l V ' • Casing elevations (top of pipeand flow line) (TXDOT and ER permits). • Pipe depths and elevations under channel. Stormwater• wll 1. .. L..l_ ' .i, F'1 .... 1. ..\ /mvr,lm -..l • All flow lines at culverts and safety end treatments.' A-20 Teetiag anfl Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. section A - SP (Revised 12/15/04) Page 7 of 24 A-21 Project Signs The Contractor must furnish and install 2 Project signs as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Buaiaesa Saterpriae Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal. Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). section A - SP (Revised 12/15/04) Page 8 of 24 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0& or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limitedin scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in thework to be performed by the joint venture. For example, a joint venture which is to perform SO.Og of the contract work itself and inwhich a minority joint venture partner has a SO.OR interest, shall be deemed equivalent to having minority participation in 25.0 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Susiaess Enterprise (Percent) Participation (Percent) 45 ~ 15 $ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. Section A - SP (Revised 12/15/04) Page 9 of 24 b. The Contractor shall make bi-weekly payroll submittals to the City -- Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/oa) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety sonde Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "NO surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texaa. If performance and payment bonds are in an amount in excess of ten percent (l0ic) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10&) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10~) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales 'Tax Bxemptioa (NOT IISED) - ~ - at B 6 2g, Ta3e E~empb4en Previs$en, a^, e,.va _e.,,_ ..:._ Section A - SP (Revised 12/15/04) Page 10 of 24 v -. .. ___~ ..F .l. .nA _ .nl .. SeeEsea 3 293 e€ Ehagte3. 3, T "+-«.-_«+__ ..F m j - _ F.n «L _..l l.. _t ^ _, _ _a 9tHe~ C-ha-ages -- r «L.. ..«_ _F _,.. ..L....j....,,. .-a .nM° il... ..F .., _, _l.._ ..F ... eln _a C l ° aibz~traete~e sae e3€Q#b#e --,-^ - -- :F « .... .........._«_-- _ resale ee~t#€ieate to Ehe "'' `L°- Lj.. ..,: A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-il of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. Section A - SP (Revised 12/15/04) Page 11 of 24 For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City and RVE, Inc. is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, whichmay arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Reapoasibility for Damage Claims NOT IISBD „c _l..a,.. A-28 Coasiderationa for Coatract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date~of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Section A - SP (Revised 12/15/09) Page 12 of 24 A.. a....,-i hl ..l J A-29 Contractor's Pield Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. -- The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration atafE is a prerequisite to the City IDagiaeer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract!! Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: C..l l ....J ~~ vi... ..... L.l ~ .n .l .-J' :.n.- ~F 41n .. , ~4.. F..l li. -. F.. 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not Section A - 9P (Revised 12/15/04) Page 13 of 24 clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of .the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not dpprove all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations fox Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. W~6h3n €3-ve s_„_.., .... L: ,~ _..,....:« ,..«~__ c_...... ~s€ a:xi ' eat--ids€Y~x~i`pe e€ entiE' ^znd Ttate i:-e -- ,__ „«ti__ sate) Ee~e~atieat e~ ^'-' ^'' A-31 Amended Policy on 8xtra Work and Change Orders LYtder "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for arty extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not eeceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: 6ection A - SP (Revised 12/15/04) Page 14 of 24 The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions o£ Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Pmject. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Sid Meeting referred to fa Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, Pifth precedence will be given to the Technical Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT IISED) r)e aE ax P 'i ' € € ' ' water€ae~}-i~ ~;e 6it ~ sg ~ve ~ :et e~er e~ m .L......«__,.«_~.. __a E ~ S y ~ y ....L ..F «L,.:v _.., ,...,_..... oFF rae e~, «L..: .- ..l:a v.i ^ r~«_i_F.e «L..: ... .. a......_ t .-/n.....« -c..« n ~ .. a....«..a L.. «L Pe~senne' - - - - ^t Is V'site~/Eentrael;e~ r' f^` ~ F i}} L.. _F F... ra x- 9 ' i F y -,.a t-.. «1.,..- e.i r:« i ii ~ x~,ac 6R rag ..l F_.... «L _...~. -. L L ..d -...l. ea- l.. _ _ __ _ _ .. C...n -L.... ,. • a Section A - SP (Revised 12/15/04) Yage 15 of 24 ni}~a€e~ia}s-~' ega~i~l„ex~ need iat~he - °^'' ,.. ~ €rax~~EaEiea, ~ez~tsba}~a6ien, __., ,__..,...« ,,... ..f _ ~..,.., r~ ~~ . ~L_~ ..1., _L ..l .i •••-_'illv`~E6 •••-FifnP~# anV v44aE3ena} __BEanda~'d 41 ..4 ~.L1 9_ ____-_ .. /e lY .. .-_l e a.......-, L_a tel. n l l _L ...i L.. ML.. _ l+, .nl n ~ e eenEaine d aE a}} €'nsee a€ f;4:e F L_ll L__. .-L _l .. . ~u _l _ll _L .ll f g __ __ _ ,., _ .,,,~ va_ _ ; f_ _l l.. 41.. €hanYe~anr~e, H}aesAe~ wh}€e Y L _~,_..__ ._r f.. ••. _ _ _ _..,.,_ 6 ben4srae6e~ eha>rF~evide ,., ,._,.,.....,. f_.. ........._,.~,... Y__ _,., i=l~sQ k3erlt'9 ri€}} ke 7 0B 34 49 Qe 5 8B P 49 __.l _.. LL.B., v..:.a _.. f. :l, c ~,. .~- reae€ 93e~a~3eed a4: des#~nat:ed s~ke~a '~na~ d--~~C-i€y SVaF;e~ Began€men4; ef;a€€ "ll -^ ~^`'''l" ..l J G, ~ _ one /Of~r\n.n t1TTT • TTSGgO~-SCa,T ..l: f: ... ] ....L..i e.~l-~a~L¢v.~.. ~..., ~ .mil C l ~ ~ e€ } msd#€#ea€~ene ^ #m#€ed F;e "~" ~~ s Section A - SP (Revised 12/15/04) Page 16 0£ 24 ~...~ aL... enrnA W - _ _a «t, _ ... L___a _ _ i. ~ ..F°v l • ..a 41n: Y ~ a 3 ' --, «,•: _ L__._ ,.F.n ,.. roc ~ 5 and 4mg~ementin ..F_..a g the---s~" ~ - -- ,..r . --moo. -Ye A~ < '-_FI _.. eJ .ns H° ~ s "'a : ,e mai~~}n-~~ega _ ..1 FJ _a L...._J .. r, ea'}bate ..L i..L 44..~. .^_a. ...a ..F FIe plan w#}} be ' -- --,. reduee h }} ._«:.... _ ...L:..L - F:,,,,a _ - <.,$ fhe E nt~a~et~s~~ 9 a ~ -s L _.• aL_ ^a ~ a SEAB sl stem- - ~e-g~eQ~amm#nQ- ~7'taeheA 's - __ _ g~haee vTL..~.. . l« - °- r ---- ,°,, a _L,.,.a _ ..F aL.. v.°a _ i ... _a_ a.._: _.. _..,,. __a L ...-.a_ TL_ ..a A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. Sectlort A - SP (Revised 12/15/04) Page 17 of 29 c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options,' and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 2 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection.- 3. Test and Repair Report When specified in the Standard and Technical Specifications Sections, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge Eor Water Furniahad by the City" NOT IISED 6 SJ P~~angPmPr~~a~~"' ..L-J'' L. ~-L.. -.ice ,-L- F..l l.-. - ~ ,... L'1 ! ..L...] ..L.. ~.w. ~~ Section A - SP (aevieed 12/15/84) Yage 18 of 24 t§e-p~e eenst~vetisa meeting 'Ale Eea~ra- - ---;, ,-eep --a„Fy -~ .L_ .,, -- - A-38 P7orker's Compensation Coverage for Building or Construction Projects for Government Sntitiea The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Piaal Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision 8-8- 9. A-40 Amendment to Section 8-8-6: Partial 8atimatea General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory , Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will sot be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA Rules & Regulations it is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Iademnificatioa & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly Section A - 8P (Revised 12/15/04) Page 19 of 24 causes injury to an employee of the contractor, or any subcontractor, -- supplier or materialman. A-44 Chaa4e Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Hi4hly Chlorinated water (~/s/0o) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. it will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Sxvloratoxy Sxcavatioaa (x/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. Section A - SP (Revised 12/15/09) Page 20 of 24 Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform ao construction work oa the project until all exploratory excavatioae have bees made is their entirety, the results thereof reported to the 8agiaeer sad until Contractor receives 8ngiaeer'e approval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-49 Overhead Slectrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", 8-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee ,period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Geoteehaical Report Two geotechnical reports entitled; -"Subsurface Exploration and Pavement Recommendations for the Proposed Laguna Shores Road Improvements from Graham Road to Hustlin' Hornet Drive, Corpus Christ, TX. City of Corpus Christi Project No. 6278 dated August 24, 2005 by Rock Engineering and Testing Laboratory Inc." -"Subsurface Investigation, Laboratory Testing Program and Geotechnical Recommendations for the Proposed Laguna Shores Bridge Replacement Project, Corpus Christi, TX. City of Corpus Christi Project No. 6278 dated July 25, 2008 by Rock Engineering and Testing Laboratory Inc." ...are included as an Appendix to the Technical Specifications. The reports are for Contractor's information only. Section A - SP (Revised 12/15/04) Page 21 of 24 A-51 Mobilizatioa sad Demobilization Sid Items Mobilization and Demobilization bid Items shall not be greater than 8% of the total bid cost for each PART (Street). 60% of the bid item will be paid upon mobilization and 40% will be paid upon completion of the street section. A-52 8lectronic Proposal Forme SASS BID The bidder has the option of submitting a computer-generated print-out, in lieu of, the Proposal (SHEETS: 1-14 OF 14), INCLUSIVE. The print-out will list all bid items (including any additive or deductive alternates) contained on Proposal (SHEETS: 3-li OF 14). The print-out will be substantially in the form attached as Attachment No. 2. If the Contractor chooses to submit a print-out, the print-out shall be accompanied by properly completed proposal pages (2,12 and 13). In addition, the print-out will contain the following statement and signature, after the last bid item: ` (Contractor) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print-out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date)" A-53 Work Hours Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-7-6 Working Hours, add the following text: Work at night, on weekends, and on holidays will be allowed on this project, provided the general work restrictions shown on the plans are followed. A-54 Staging Area and Work Corridor The contractor is required to define an appropriate "Staging Area" for construction equipment and obtain approval from the Project Engineer prior to occupying said area with equipment. The "Staging Area" must be located on an Upland site that is not inhabited by wetlands. _ The contractor is required to place a construction barrier fence along the right-of-way line of the road which will define the "Work Corridor" before any work may begin. No work or equipment will be allowed outside of the 60' right-o£-way. Section A - 8P (Revised 12/15/04) Page 22 oY 24 The contractor is required to place a construction barrier fence along the right-of-way line of the road which will define the "Work Corridor" before any work may begin. No work or equipment will be allowed outside of the 60' right-of-way. A-55 Bio-MOnitoring of Shorebirds The contractor is required to perform "Bio-Monitoring" of the project area, on a weekly basis, to deter shorebirds from entering the project site and prevent them from nesting in the project area. A-56 Bid Hxteasioa Allowaace This project i9 still pending a U.S. Army Corps of. Engineers Permit that may impact the start of construction. Therefore, the proposal includes bid items A1.6 & B1.6 (*), to extend the bid prices beyond the time frame typically experienced with City projects for the award and notice to begin construction. General Provision B-3-2 describes the City award process. Bid items A1.6 and B1.6 will only apply after the reasonable time is exceeded and will extend bid prices in 14 day increments pending the Notice to Proceed. The bid items will only be authorized if required and approved in writing from the City engineer. * Bid item A1.6 pertains to the Notice to Proceed for the Bridge -- Bid item B1.6 pertains to the Notice to Proceed for the Roadway. A-57 Ameaded Prosecutioa aad Progresa Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. if the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. Seotioa A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM LAGIINA SHORSS ROAD RSHABILITATION GRAHAM ROAD TO HIISTLIN' HORNBT DRIVE PROJECT No. 6278 OWNHR: CITY OF CORPUS CHRISTI SNGINHHR: RVE, IriC. CONTRACTOR: SUBMITTAL DATB: APPLICABLB SP8CI'. OR DRA-72NG SUBMITTAL NOMBSR: SDBMITTAL Section A - 9P (Revlaed 12/15/04) Page 24 of 24 x= 3/8„ 7 I~ N t~ b V ~ N~ 3/a,. rn ~ I /t _ __ ® i ~ ~ ---- ---~ C~ ~ ~- - U o % ~ (~ Wo 1D ~ ~~ ~ ~ (fl N °z m ~ F- O h o U O W y U WOj I ~ ~` ~Y =~ ~ ~\ O 2 U ~ Y ~ W Q V O^ ~ ~ O Um m V ~~ mV i ~ ~ ~ I i-Z o ~ a3 O' '~ m ~\ x ~O j q 2 m ~~ ~ d" \a ~ ® 6d a n _ /~ x O Y 4 ~' \ ~\ ~ 2 U ~ ~t N 3 ~ : . v~ ~, \: ~ ~Qj ,: .?i3'xsr ,. a ~ Z ~ z W N h s~ M ~-_- __.-J W N y ~ ~\ t ~` \ _ I n ~ ~ ~~~ U^V V^~} in ~ co ~ OJ ~ oNi 4•-O., a~ a^ w: - w; ow ow z~ z~ ATTACHMENT 1 Qu ac' d+G'ZWN~SYWL~N.MS~YC02 Vvu9~1J3roxd11~3MN~'x ~~ CO1lffUTER PRINf•OUT f n tB rv v Bid hem Qty. Udta Ilem OcsaipUon Umt Psis in Fiptva _ Bid Ean Exit. Oty. X Unit P{ioe_ _ _ Ai 77,A755Y Sttccl C•acavsGon 00.00 00.00 AL 5,073 5Y 6'C~mt STBLSaivego Baua 00.00 00.00 - Fac. F.oc. Eto. D21 37 GA MgOtole lnwts 00.00 00.00 Sub-Taal Hasa Bid "A" itgns (!tans D LD21) Sub-Taal B"'Bid "A^ Iteoss: S 5ub"Toul Base Bid "B" Icon: S Sub-Taal Base IIid "C" Ittmc S Sub-Toot Base Bid "D" Itaos: S ToW Base Bid flans: S ATTACHMENT N0.2 PAGE 1 OF 1 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 21ST day of OCTOBER, 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and H b G Contractors, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $2,919,681.16 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT NO. 6278 (TOTAL BASE BID + ADD.ALT.NO.1: $2,919,681.16) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.62'78 rt A -Bridge Construction Bid Item Unit Price in Eateasian (Qty. a Bid Item Quantity Uoit Description Figures Uoit Price in Figures) General GeneralBonds/Mobilization in accordance with the AI.1 I LS specificazions, (complete in place, per Lump Sum) $ 35,000.00 $ 35,000.00 Temporary Traffic control in accordance with the A1.2 - 1 LS specifications, (complete in place, per Lump Sum) $ 17,650.00 $ 17,650.00 Owne Advisory Day in accordance with the A 1.3 I DAY specifications, (complete in place, per Day) $ 100.00 $ 100.00 Storm Water Pollution Prevention Plan and Implementation in accordance with [he specifications, AI.4 1 LS (complete in place, per Lump Sum) $ 2,365.00 $ 2,365.00 Exploratory Excavation in acwrdance with the A1.5 1 LS specifications, (complete in place, per Lump Sum) $ 6,210.00 $ 6,210.00 Allowance for Construction Start Extension in accordance with Special Provisions A-56, in 14 day A1.6 6 EA increments as needed $ 100.00 $ 600.00 Bridge Improvements Remove Bridge Structure in accordance with the A2.1 1 LS specifications, (complete in place, per Lump Sum) $ 38,400.00 $ 38,400.00 Remove Guard Rails in accordance with the A2.2 330 LF specifications, (complete in place, per Linear Foot) $ 9.40 $ 3,102.00 Excavation -Widen Channel in accordance with the A2.3 805 CY specifications, (complete in place, per Cubic Yard) $ 25.00 $ 20,125.00 5' Concrete Deck Slab in acwrdance with the A2.4 3,233 SF specifications, (wmplete in place, per Square Foot) $ 15.75 $ 50,919.75 Prestressed Concrete Box Beam (Type 4B20) in acwrdance with the specifications, (complete in place, A2.5 300 LF per Linear Foot) $ 220.00 $ 66,000.00 2nd Revision Proposal Form Page 3 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 t A -Bridge Construction continued... Bid Item Bid Item Quantity Uuit Description Unit Price in Extension (Qty. x Figures Unit Price in Figures) Bridge Improvements continued... Prestressed Concrete Box Beam (Type SB20) in accordance with the specifications, (complete in place, A2.6 400 LF per Linear Foot) $ 220.00 $ 88,000.00 Armor Joint at Abutment in accordance with the A2.7 65.33 LF specifications, (cemplete in place, per Linear Foot) $ 115.00 $ 7,512.95 Concrete Abutment (Type B20 Beam) (CL C) in accordance with the specifications, (complete I place, A2.8 31.4 CY per Cubic Yard) $ 1,800.00 $ 56,520.00 Abutment Backtill (Cement Stabilized) in accordance with the specifications, (complete in place, per Cubic A2.9 28 CY Yard) $ 75.00 $ 2,100.00 Interior Bent (5 Pile) (CL C) in accordance with [he A2.10 10.7 CY specifications, (complete in place, per Cubic Yard) $ 2,000.00 $ 21,400.00 Prestressed Concrete Piling (18 in sq) in accordance with the specifications, (complete in place, per Linear A2.11 812 LF Foot) $ 115.00 $ 93,380.00 Elastomeric Beazing (B20-N) in accordance with the A2.12 42 EA specifications, (complete in place, per Each) $ 180.00 $ 7,560.00 Class II Concrete Surface Treatment in accordance with the specifiations, (complete in place, per Square A2.13 1,275 SY Yard) $ 6.80 $ 8,670.00 Concrete Riprap (CL A) (6 in) in accordance with the A2.14 10 CY specifications, (complete in place, per Cubic Yard) $ 1,125.00 $ 11,250.00 Bridge Rail (TIO]) in accordance with the A2.15 232 LF specifications, (complete in place, per Linear Foot) $ 80.00 $ 18,560.00 2nd Revision Proposal Form Page 4 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 Bid Item Uuit Price in Extension (Qty. x aid Item Qusotity Uoit Description Figures Unit Price in Figures) Rater Improvements Remove 12" Waterline at Channel Corssing in accordance with the specifications, (complete in place, A3.1 150 LF per Linear Foot) $ 41.00 $ 6,150.00 12" PVC Waterline Under Channel in accordance with A3.2 140 LF the specifications, (complete in place, per Linear Foot) $ 350.00 $ 49,000.00 Trench Safety in accordance with the specifications, A3.3 140 LF (complete in place, per Linear Foot) $ 18.75 $ 2,625.00 Wastewater Improvements Remove 10" Force Main at Channel Crossing in accordance with the specifications, (complete in place, A4.1 150 LF per Linear Foot) $ 56.00 $ 8,400.00 Remove 16" Force Main at Channel Corssing in accordance with the specifications, (complete in place, A4.2 200 LF per Linear Foot) $ 56.00 $ 11,200.00 10" PVC Force Main Under Channel in accordance with the specifications, (complete in place, per Linear A4.3 145 LF Foot) $ 303.00 $ 43,935.00 Air Release Valve Assembly - 10" Force Main in aceordance with the specifiations, (complete in place, A4.4 1 EA per Each) $ 4,615.00 $ 4,615.00 16" PVC Force Main Under Channel in accordance with the specifications, (complete in place, per Linear A4.5 140 LF Foot) $ 450.00 $ 63,000.00 Air Release Valve Assembly - 16" Force Main in accordance with the specifications, (complete in place, A4.6 1 EA per Each) $ 4,615.00 $ 4,615.00 2nd Revision Proposal Form Page 5 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 e Bid Part B -Street Construction $ Bid Item Bid Item Quantity Unit Description Unit Price in Extension (Qty. x Figures Unit Price in Figures) Televised Inspectin of Conduits in accordance with the A4.7 285 LF specifications, (complete in place, per Linear Foot) $ 10.50 $ 2,992.50 Trench Safety in accordance with the specifications, A4.8 285 LF (complete in place, per Linear Foot) $ 9.50 $ 2,707.50 Connect to Existing 10" Force Main in accordance with A4.9 1 LS the specifications, (complete in place, per Lump Sum) $ 5,150.00 $ 5,150.00 Connect [o Existing 16" Force Main in accordance with A4.10 1 LS the specifications, (complete in place, per Lump Sum) $ 6,600.00 $ 6,600.00 Total Base Bid Part A :.............................................................................................. $ 766,414.70 d Items Al.l-A1.6, A2.1-A2.15, A3.1-A3.3, and A4.1-A4.10) 2nd Revision Proposal Form Page 6 of I S LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 se Bid Part B -Street Construcctioo $ Bid Item Uoit Price in Extension (Qty. x Bid Item Quantity Unit Description Figures Unit Price in Figures) General GeneralBonds/Mobitization in accordance with the B 1.1 1 LS specifications, (complete in place, per Lump Sum) $107,700.00 $ 107,700.00 Temporary Traffic control in accordance with the B1.2 1 LS specifications, (complete in place, per Lump Sum) $ 34,000.00 $ 34,000.00 Ozone Advisory Day in accordance with the B 1.3 3 DAY specifications, (complete in place, per Day) $ 100.00 $ 300.00 Storm Water Pollution Prevention Plan and Implementation in accordance with [he specifications, B1.4 1 LS (complete in place, per Lump Sum) $ 2,100.00 $ 2,100.00 Exploratory Excavation in accordance with the B1.5 1 LS specifications, (complete in place, per Lump Sum) $ 12,415.00 $ 12,415.00 Allowance for Construction Start Extension in accordance with Special Provisions A-56, in 14 day B1.6 6 EA increments as needed $ 100.00 $ 600.00 '. Street Improvements Remove Existing 4"-5" I-IMAC Pavement in accordance with the specifications, (complete in place B2.1 13,145 SY per Square Yard) $ 2.45 $ 32,205.25 r Remove Existing Roadway Sign in accordance with the B2.2 11 EA specifications, (complete in place, per Each) $ 245.00 $ 2,695.00 Remove Existing Driveways in accordance with the B2.3 8,085 SF specifications, (complete in place, per Square Foot) $ 1.65 $ 13,340.25 4' Orange Construction Barrier Fence in accordance with the spsecifications, (complete in place, per Linear B2.4 10,740 LF Foot) $ 3.30 $ 35,442.00 2nd Revision Proposal Fonn Page 7 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 rt B -Street Construction continued... Bid Item Bid Item Quantity Unit Description Unit Price in Eatension (Qty. x Figures Unit Price in Figures) Street Improvements continued... Select Fill Embankment in accordance with the B2.5 7,550 CY specifications, (complete in place, per Cubic Yard) $ 24.70 $ 186,485.00 Geogrid BX 1100 in accordance with [he B2.6 21,700 SY specifications, (complete in place, per Square Yard) $ 3.30 $ 71,610.00 14" Type A Grade 1 Base (Flexible Base -High Strength) in accordance with the specifications, 62.7 21,700 SY (complete in place, Per Square Yard) $ 20.10 $ 436,170.00 Prime Coa[ in accordance with [he specifications, B2.8 3,063 GAL (complete in place, per Gallon) $ 4.75 $ 14,549.25 2" HMAC Type D in accordance with the 82.9 20,420 SY specifications, (complete in place, per Square Yard) $ 12.95 $ 264,439.00 Driveway Reconstruction in accordance with the B2.10 3,740 SF specifications, (complete in place, per Square Foot) $ 6.75 $ 25,245.00 Articulated Concrete Block Matting in accordance with B2.11 5,050 SY [he specifications, (wmplete in place, per Square Yard) $ 77.35 $ 390,617.50 Erosion Control Matting (TRM) in acwrdance with the B2.12 5,125 SY specifications, (complete in place, per Square Yard) $ 10.70 $ 54,837.50 a Reflective Pavement Markings TY.I (Y) (4") (SLD) (100 mil) in accordance with the specifications, B2.13 1,120 SF (complete in place, per Square Foot) $ 1.60 $ 1,792.00 Reflective Pavement Markings TY.I (W) (4") (SLD) (100 mil) in accordance with the specifications, B2.14 3,770 SF (complete in place, per Square Foot) $ 1.60 $ 6,032.00 2nd Revision Proposal Form Page 8 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 in B -Street Coustructiou coutiuued... Bid Item Uuit Price iu Exteosiou (Qty. x Bid Item Qusutity Uoit Description Figures Unit Price in Figures) Street Improvements continued... - Reflective Pavement Markings TY.1 (W) (8") (SLD) (100 mil) in accordance with the specifications, B2.15 75 SF (complete in place, per Square Foot) $ 2.60 $ 195.00 Reflective Pavement Markings TY.1 (W) (24") (SLD) (100 mil) in accordance with [he specifications, B2.16 96 SF (complete in place, per Square Foot) $ 9.45 $ 907.20 Reflective Pavement Markings TY.1 (Y) (4") (BRK) (100 mil) in accordance with the specifications, 62.17 326 SF (complete in place, per Square Foot) $ 2.10 $ 684.60 Reflective Pavement Markings Reflector TY.II-A-A in accordance with the specifications, (complete in place, B2.18 86 EA per Square Foot) $ 9.45 $ 812.70 Metal Beam Guard Rail in accordance with the B2.19 350 LF specifications, (complete in place, per Linear Foot) $ 34.80 $ 12,180.00 50 LF Standard Guardrail Terminal (SGT) in accordance with the specifications, (complete in place, B2.20 4 EA per Each) $ 645.00 $ 2,580.00 Guard Rail End Treatments in accordance with the B2.21 4 EA specifications, (complete in place, per Each) $ 2,675.00 $ 10,700.00 New Roadway Sign in accordance with the B2.22 15 EA specifications, (wmplete in place, per Each) $ 785.00 $ 11,775.00 Roadway/Rightrof--Way excavation (complete in place B2.23 5,000 CY per Square Yard) $ 7.70 $ 38,500.00 3 Storm Water Improvements Remove Drainage Culverts in accordance with the B3.1 100 LF specifications, (complete in place, per Linear Foot) $ 6.40 $ 640.00 2nd Revision Proposal Forth Page 9 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 t B -Street Coustructlou coutioued... Bid Item Bid Item Quantity Uuit Description Uuit Price in Extension (Qty. x Figures Unit Price in Figures) Storm Water Improvemeuts continued... RC Pipe (CL III) (18") -Driveways in accordance with B3.2 748 LF the specifications, (complete in place, per Linear Foot) $ 32.65 $ 24,422.20 Safe End Trt. (TY [I) RC Pipe (18") (6:1) in accordance with[ the specifications, (complete in place, B3.3 16 EA per Each) $ 1,138.00 $ 18,208.00 RC Pipe (CL III) (24") -Cross Drainage in accordance with [he specifications, (complete in place, per Linear B3.4 76 LF Foot) $ 43.25 $ 3,287.00 Safe End Trt. (TY II) RC Pipe (24") (3:1) in accordance with [he specifications, (complete in place, B3.5 2 EA per Each) $ 1,215.00 $ 2,430.00 Re-Grade Ditch in accordance with the specifications, B3.6 6,212 LF (complete in place, per Linear Foot) $ 4.40 $ 27,332.80 Water Improvemeuts Grade Adjustment for 12" Waterline Valve Riser in accordance with the specifications, (complete in place, B4.1 6 EA per Each) $ 450.00 $ 2,700.00 Wastewater Improvemeuts Grade Adjustment for 10" Force Main Valve Riser in accordance with [he specifications, (complete in place, B5.1 2 EA per Each) $ 450.00 $ 900.00 Grade Adjustment for 16" Force Main Valve Riser in accordance with the specifications, (complete in place, B5.2 4 EA per Each) $ 450.00 $ 1,800.00 Total Base Bid Part B :.............................................................................................. $ 1,852>629.25 d Itema Bl.l-B1.6, B2.1-B2.23, B3.1-B3.6, B4.1, and B5.1-B5.2) iTAL BASE BID (PART A + PART B) $ 2,619,043.95 2nd Revision Proposal Form Page 10 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 litive Altercate No. 1 $ Bid Item Uoit Price is Eatensioc (Qty. x Bid Item Quactity Ucit Description Figures Ucit Price is Figures) l Street Improvements Coctiogeccy Items Remove Existing HMAC Pavement in accordance with AAI.I 4,325 SY the specifications, (complete in place, per Square Yard) $ 2.50 $ ]0,812.50 Select Fill Embankment in accordance with the AA1.2 1,250 CY specifications, (complete in place, per Cubic Yard) $ 24.70 $ 30,875.00 Geogrid BX 1100 in accordance with the AA 1.3 5;765 SY specifications, (complete in place, per Square Yard) $ 3.30 $ 19,024.50 14" Type A Grade 1 Base (Flexible Base -High SUeng[h) in accordance with the specifications, AA1.4 5,765 SY (complete in place, Per Square Yard) $ 20.10 $ 115,876.50 Prime Coat in accordance with [he specifications, AAI.S 785 GAL (complete in place, per Gallon) $ 4.75 $ 3,728.75 2" HMAC Type D in accordance with the AA1.6 5,240 SY specifications, (complete in place, per Square Yard) $ 12.95 $ 67,858.00 Reflective Pavement Markings TY. 1 (Y) (4") (SLD) (100 mil) in accordance with the specifications, AA1.7 775 SF (complete in place, per Square Foot) $ 1.84 $ 1,426.00 Reflective Pavement Markings TY. 1 (W) (4") (SLD) (100 mil) in accordance with the specifications, AA1.8 875 SF (complete in place, per Square Foot) $ 1.84 $ 1,610.00 Reflective Pavement Markings TY. 1 (W) (8") (SLD) (100 mil) in accordance with the specifications, AA1.9 35 SF (complete in place, per Square Foot) $ 2.89 $ 101.15 Reflective Pavement Markings TY. 1 (Y) (4") (BRK) (100 mil) in accordance with the specifications, AA1.10 17 SF (complete in place, per Square Foot) $ 3.68 $ 62.56 2nd Revision Proposal Form Page 1l of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 $ Bid Item Bid Item Quantity Umit Description Unit Price in Extension (Qty. x Figures Uoit Price in Figures) L Street Improvements Contingency Items continued... Reflective Pavement Markings Reflector TY. II-A-A in accordance with the specifications, (complete in place, AAI.11 30 EA per Each) $ 9.45 $ 283.50 Driveway Reconstruction in accordance with the AA1.12 1,365 SF specifications, (complete in place, per Square Foot) $ 5.00 $ 6,825.00 RC Pipe (CL III) (IS") -Driveways in accordance with AA1.13 175 LF the specifications, (complete in place, per Linear Foot) $ 32.65 $ 5,713.75 Safe End Trt. (TY II) RC Pipe (18") (6:1) in acwrdance witht the specifications, (complete in place, AA1.14 8 EA per Each) $ (,140.00 $ 9,120.00 Re-Grade Ditch in accordance with [he specifications, AA1.15 2,800 LF (complete in place, per Linear Foot) $ 4.40 $ 12,320.00 Traffic Control Allowance in accordance with /5000 AA1.16 1 LS specifications, (complete in place, per Lump Sum) $ 2,835.00 $ ~283`rOlf al Additive Alteroate No. 1: (Bid Items AAl.l-AA1.16) $ 288,472.21 Bid Totals Summary al Base Bid (Part A + Part B) ................................................................................... $ 2,619,043.95 al Bases Bid + Additive Alteroate No. i ...................................................................... $ 2 . 6 -~2~919,G8/. ~G : G Contractors, Inc. herewith certifies that [he prices shown on this print-out for bid items (including any additive or deductive mates) contained in this proposal are the unit prices and no other Information from this price-out. G Contractors, Inc. acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print-out by the iective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. :•~ ~fi-~ - 6Z4+ to e:"Gary Garnett e: Vice President e: September 24. 2008 2nd Revision Proposal Fonn Page 12 of 15 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 120 CALENDAR DAYS (PART A); 360 CALENDAR DAYS (PART 8) after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST• i p / m-- City Secretary APPROVED' AS TO LLGAL FO/RM: By: {~I ~L/ Asst. .ity Attorney ATTES (If Corpo n) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY /OF~~CyOJRP~'U}~S /CHRISTI-' Oscar Martinez, Asst. City Mgr. of Public Works and Utilities gy: ~ / tj ~ D Kevin Stower Interim irector of Engineering Services CONTRACTOR H & G Contractors Inc. sy: ~- ~® Title: V•i', P.O. BOX 10706 (Address) CORPU3 CHRISTI, TX 78460-0706 (City) (State)(ZIP) 361/289-2556 * 961/289-2757 (Phone) (Fax) .. ~~-'2~5 AUT OR12EA b4 GOURCIL.....~~.~~.I,.~Q~„~, Agreement ""^'°••••••~~••:~ Page 2 of 2 SECWfTARV ~• P R O P O S A L F O R F O R Id LAGDNA SNORES ROAD *'~*~*;zLITATION C,iRAI3A~S ROAD '.L'O RQSTLIN' ~IORN,ST DRIVE PROJECT NO. 6278 DEPAR'.('[~NT OF ENGIN.EEAINO SERVICES CITY OF CORPUS CHRISTI, TEXAS ~aaanaun;ra.2 9°6 RKSaiooa proposal FO~c'n Ariachn+ent Ha 2 PaQa A o! 17 PROPOSAx~ Place: City Hall bate: September ~9, JnnR 2:00 p.m. Proposal of_ H & G Contractors, Inc. , a Corporation organized and existing under the laws of the State of Texas . OA a Partnership or Individual doing business as TOs The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary ecxuipment, azxd to perform the work required for: F.i1GQNiA 3~lU2iSS itoAD RBAABILTTA~'ION CsR8A7174 1tO71D TO 8[JS'PLIAi` 8ORN$T . DRtVA PROJECT NO. 6278 at the locations set out by tlae plans and specifications and in strict accordance .with the contract documents for the following prices, to-wit: Aaoenaum tap. z 7ae1 Ravieioat Asapo~wl Form pMachtnaM ~, p LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 rt A -Bridge Construction Bid item Bid Item Quantity Unit Description Unit Price in Extension (Qty. x Figures Unit Price in Figures) General General/Bonds/Mobilization in accordance with the Al.l 1 LS specifications, (complete in place, per Lump Sum) $ 35,000.00 $ 35,000.00 Temporary Traffic control in accordance with the A1.2 1 LS specifications, (complete in place, per Lump Sum) $ 17,650.00 $ 17,650.00 Owne Advisory Day in accordance with the A 1.3 1 DAY specifications, (complete in place, per Day) $ 100.00 $ 100.00 Storm Water Pollution Prevention Plan and Implementation in accordance with the specifications, A1.4 1 LS (complete in place, per Lump Sum) $ 2,365.00 $ 2,365.00 Exploratory Excavation in accordance with the AI.S 1 LS specifications, (complete in place, per Lump Sum) $ 6,210.00 $ 6,210.00 Allowance for Construction Start Extension in accordance with Special Provisions A-56, in 14 day A1.6 6 EA increments as needed $ 100.00 $ 600.00 Bridge Improvements Remove Bridge Structure in accordance with [he A2.1 1 LS specifications, (complete in place, per Lump Sum) $ 38,400.00 $ 38,400.00 Remove Guard Rails in accordance with the A2.2 330 LF specifications, (complete in place, per Linear Foot) $ 9.40 $ 3,102.00 Excavation -Widen Channel in accordance with [he A2.3 805 CY specifications, (complete in place, per Cubic Yard) $ 25.00 $ 20,125.00 5' Concrete Deck Slab in accordance with the A2.4 3,233 SF specifications, (complete in place, per Square Foot) $ 15.75 $ 50,919.75 Prestressed Concrete Box Beam (Type 4B20) in accordance with the specifications, (complete in place, A2.5 300 LF per Linear Foot) $ 220.00 $ 66,000.00 2nd Revision Proposal Form Page 3 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 r[ A -Bridge Coostructioo coutiuued... Bid Item Unit Price in Eateusion (Qty. x Bid Item Quantity Uoit Description Figures Uoit Price in Figures) - Bridge Improvements coutiuued... Prestressed Concrete Box Beam (Type SB20) in accordance with the specifications, (complete in place, A2.6 400 LF per Linear Fool) $ 220.00 $ 88,000.00 Armor Joint at Abutment in accordance with the A2.7 65.33 LF specifications, (complete in place, per Linear Foot) $ 115.00 $ 7,512.95 Concrete Abu[men[ (Type B20 Beam) (CL C) in accordance with the specifications, (complete I place, A2.8 31.4 CY per Cubic Yard) $ 1,800.00 $ 56,520.00 Abutment Backfill (Cement Stabilized) in accordance with the specifications, (complete in place, per Cubic A2.9 28 CY Yard) $ 75.00 $ 2,100.00 Interior Bent (5 Pile) (CL C) in accordance with [he A2.10 10.7 CY specifications, (complete in place, per Cubic Yard) $ 2,000.00 $ 21,400.00 Prestressed Concrete Piling (18 in sq) in accordance with the specifications, (complete in place, per Linear A2.11 812 LF Foot) $ 115.00 $ 93,380.00 Elastomeric Bearing (B20-N) in accordance with the A2.12 42 EA specifications, (complete in place, per Each) $ 180.00 $ 7,560.00 Class II Concrete Surface Treatment in accordance with [he specifiations, (complete in place, per Square A2.13 1,275 SY Yard) $ 6.80 $ 8,670.00 Concrete Riprap (CL A) (6 in) in accordance with the A2.14 10 CY specifcations, (complete in place, per Cubic Yard) $ 1,125.00 $ 11,250.00 Bridge Rail (T101) in accordance with the A2.15 232 LF specifications, (complete in place, per Linear Foot) $ 80.00 $ 18,560.00 2nd Revision Proposal Form Page 4 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 Bid Item Unit Price in Extension (Qty. x Bid Item Quantity Unit Description Figures Uuit Price io Figures) Water Improvemeats A3.1 150 LF A3.2 140 LF Remove 12" Waterline at Charnel Corssing in acwrdance with the specifications, (complete in place, per Linear Foot) $ 41.00 $ 6,]50.00 12" PVC Waterline Under Channel in accordance with the specifications, (complete in place, per Linear Foot) $ 350.00 $ 49,000.00 Trench Safety in accordance with the specifications, A3.3 140 LF (complete in place, per Linear Foot) $ 18.75 $ 2,625.00 Wastewater Improvements Remove 10" Force Main at Channel Crossing in accordance with the specifications, (complete in place, A4.1 150 LF per Linear Foot) $ 56.00 $ 8,400.00 Remove 16" Force Main at Channel Corssing in accordance with the specifications, (complete in place, A4.2 200 LF per Linear Foot) $ 56.00 $ 11,200.00 10" PVC Force Main Under Channel in accordance with the specifications, (complete in place, per Linear A4.3 145 LF Foot) $ 303.00 $ 43,935.00 Air Release Valve Assembly - 10" Force Main in accordance with the specifiations, (complete in place, A4.4 1 EA per Each) $ 4,615.00 $ 4,615.00 16" PVC Force Main Under Channel in accordance with the specifications, (complete in place, per Linear A4.5 140 LF Foot) $ 450.00 $ 63,000.00 Air Release Valve Assembly - 16" Force Main in accordance with [he specifications, (complete in place, A4.6 1 EA per Each) $ 4,615.00 $ 4,615.00 2nd Revision Proposal Form Page 5 of ]5 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 ise Bid Part B -Street Construction $ Bid Item Unit Price io Extension (Qty. x Bid Item Quantity Uoit Description Figures Unit Price in Figures) Televised Inspectin of Conduits in accordance with the A4.7 285 LF specifications, (complete in place, per Linear Foot) $ 10.50 $ 2,992.50 Trench Safety in accordance with the specifications, A4.8 285 LF (complete in place, per Linear Foot) $ 9.50 $ 2,707.50 Connect to Existing 10" Force Main in acwrdance with A4.9 1 LS the specifications, (complete in place, per Lump Sum) $ 5,150.00 $ 5,150.00 Connect to Existing ]6" Force Main in accordance with A4.10 1 LS the specifications, (complete in place, per Lump Sum) $ 6,600.00 $ 6,600.00 Total Base Bid Part A :............. .................................................................... ............. $ 766,414.70 id Items Al.l-A1.6, A2.1-A2.15, A3. 1-A3.3, and A4.1-A4.10) 2nd Revision Proposal Forth Page 6 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 se Bid Part B -Street Construcction Bid Item Quantity Unit General B1.1 B1.2 B 1.3 B1.4 B1.5 B1.6 Street Improvements 62.1 $ Bid Item Description Uuit Price in Eatension (Qty. x Figures Uuit Price io Figures) GeneralBonds/Mobilization in accordance with the 1 LS specifications, (complete in place, per Lump Sum) $ 107,700.00 $ Temporary Traffic control in accordance with the 1 LS specifications, (complete in place, per Lump Sum) $ 34,000.00 $ Ozone Advisory Day in accordance with the 3 DAY specifications, (complete in place, per Day) $ 100.00 $ Storm Water Pollution Prevention Plan and Implementation in accordance with the specifications, 1 LS (complete in place, per Lump Sum) $ 2,100.00 $ Exploratory Excavation in accordance with the 1 LS specifications, (complete in place, per Lump Sum) $ 12,415.00 $ Allowance for Construction Start Extension in accordance with Special Provisions A-56, in 14 day 6 EA increments as needed $ 100.00 $ Remove Existing 4"-5" IiMAC Pavement in accordance with the specifications, (complete in place 13,145 SY per Square Yard) $ Remove Existing Roadway Sign in accordance with the B2.2 11 EA specifications, (complete in place, per Each) $ Remove Existing Driveways in accordance with [he B2.3 8,085 SF specifications, (complete in place, per Square Foot) $ 4' Orange Construction Barrier Fence in accordance with the spsecifications, (complete in place, per Linear B2.4 10,740 LF Foot) $ 107,700.00 34,000.00 300.00 2,100.00 12,415.00 600.00 2.45 $ 32,205.25 245.00 $ 2,695.00 1.65 $ 13,340.25 3.30 $ 35,442.00 2nd Revision Proposal Form Page 7 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 rt B -Street Coestructioe eoetieued... Bid Item Bid Item Quaetity Ueit Descriptioe Uoit Price io Eateesioe (Qty. x Figures Uuit Price ie Figures) Street [mprovemeets coetieued... Select Fill Embankment in accordance with the 62.5 7,550 CY specifications, (complete in place, per Cubic Yard) $ 24.70 $ 186,485.00 Geogrid BX 1100 in accordance with the B2.6 21,700 SY specifications, (complete in place, per Square Yard) $ 3.30 $ 71,610.00 14" Type A Grade 1 Base (Flexible Base -High Strength) in accordance with [he specifications, B2.7 21,700 SY (complete in place, Per Square Yard) $ 20.10 $ 436,170.00 Prime Coat in accordance with the specifications, B2.8 3,063 GAL (complete in place, per Gallon) $ 4.75 $ 14,549.25 2" HMAC Type D in acwrdance with the B2.9 20,420 SY specifications, (complete in place, per Square Yard) $ 12.95 $ 264,439.00 Driveway Reconstruction in accordance with the B2.10 3,740 SF specifications, (complete in place, per Square Foot) $ 6.75 $ 25,245.00 Articulated Concrete Block Matting in accordance with B2.11 5,050 SY the specifications, (complete in place, per Square Yard) $ 77.35 $ 390,617.50 Erosion Control Matting (TRM) in accordance with the B2.12 5,125 SY specifications, (complete in place, per Squaze Yard) $ 10.70 $ 54,837.50 Reflective Pavement Markings TY.I (Y) (4") (SLD) (100 mil) in accordance with the specifications, B2.13 1,120 SF (complete in place, per Square Foot) $ 1.60 $ 1,792.00 Reflective Pavement Markings TY.1 (W) (4") (SLD) (100 mil) in accordance with the specifications, B2.14 3,770 SF (complete in place, per Square Foot) $ 1.60 $ 6,032.00 2nd Revision Proposal Forth Page 8 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 K B -Street Construction continued... Bid Item Bid Item Quantity Unit Description Unit Price im Extension (Qty. x Figures Unit Price in Figures) Street Improvements continued... Reflective Pavement Markings TY.I (W) (8") (SLD) (100 mil) in acwrdance with the specifications, B2.15 75 SF (complete in place, per Square Foot) $ 2.60 $ 195.00 Reflective Pavement Markings TY.1 (W) (24") (SLD) (100 mil) in accordance with the specifications, B2.16 96 SF (wmplete in place, per Square Foot) $ 9.45 $ 907.20 Reflective Pavement Markings TY.1 (Y) (4") (BRK) (100 mil) in accordance with the specifications, B2.17 326 SF (complete in place, per Square Foot) $ 2.10 $ 684.60 Reflective Pavement Markings Reflector TY.II-A-A in accordance with [he specifications, (complete in place, B2.18 86 EA per Square Foot) $ 9.45 $ 812.70 Metal Beam Guard Rail in accordance with the B2.19 350 LF specifications, (complete in place, per Linear Foot) $ 34.80 $ 12,180.00 50 LF Standard Guardrail Terminal (SGT) in accordance with the specifications, (complete in place, B2.20 4 EA per Each) $ 645.00 $ 2,580.00 Guard Rail End Treatments in accordance with the B2.21 4 EA specifications, (complete in place, per Each) $ 2,675.00 $ 10,700.00 New Roadway Sign in accordance with the B2.22 15 EA specifications, (complete in place, per Each) $ 755.00 $ 11,775.00 Roadway/Right-of--Way excavation (complete in place B2.23 5,000 CY per Square Yard) $ 7.70 $ 38,500.00 Storm Water Improvements Remove Drainage Culverts in accordance with the B3.1 100 LF specifications, (complete in place, per Linear Foot) $ 6.40 $ 640.00 2nd Revision Proposal Forn Page 9 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 rt B -Street Constructlou continued... Bid Item Bid Item Quantity Unit Description Unit Price in Eatensiou (Qty. x Figures Uoit Price in Figures) Storm Water Improvemeuts continued... RC Pipe (CL III) (18") -Driveways in accordance with B3.2 748 LF the specifications, (complete in place, per Linear Foot) $ 32.65 $ 24,422.20 Safe End Trt. (TY 1I) RC Pipe (18") (6:1) in accordance with[ the specifications, (complete in place, B3.3 16 EA per Each) $ 1,138.00 $ 18,208.00 RC Pipe (CL R[) (24") -Cross Drainage in accordance with the specifications, (complete in place, per Linear B3.4 76 LF Foot) $ 43.25 $ 3,287.00 Safe End Trt. (TY II) RC Pipe (24") (3:1) in accordance with the specifications, (complete in place, B3.5 2 EA per Each) $ 1,215.00 $ 2,430.00 Re-Grade Ditch in accordance with the specifications, B3.6 6,212 LF (complete in place, per Linear Foot) $ 4.40 $ 27,332.80 Water Improvemeuts Grade Adjustment for 12" Waterline Valve Riser in accordance with the specifications, (complete in place, B4.1 6 EA per Each) $ 450.00 $ 2,700.00 Wastewater Improvemeuts Grade Adjustment for 10" Force Main Valve Riser in accordance with the specifications, (complete in place, B5.1 2 EA per Each) $ 450.00 $ 900.00 Grade Adjustment for 16" Force Main Valve Riser in accordance with the specifications, (complete in place, B5.2 4 EA per Each) $ 450.00 $ 1,800.00 Total Base Bid Part B :........... ...................................................................... ...... ....... $ 1,852,629.25 id Items Bl.l-B1.6, B2.1-B2.23, B3.1-B3.6, B4.1, and B5.1-B5.2) )TAL BASE BID (PART A + PART B) $ 2,619,043.95 2nd Revision Proposal Form Page 10 of 15 LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 ditive Alternate No. 1 $ Bid Item Bid Item Quantity Unit Description Uoit Price in Eatension (Qty. x Figures Uoit Price in Figures) 1 Street Improvements Contingency Items Remove Existing HMAC Pavement in accordance with AAl.I 4,325 SY the specifications, (complete in place, per Square Yard) $ 2.50 $ 10,8]2.50 Select Fill Embankment in accordance with the AA12 1,250 CY specifications, (complete in place, per Cubic Yazd) $ 24.70 $ 30,875.00 Geogrid BX 1100 in accordance with the AA1.3 5,765 SY specifications, (complete in place, per Square Yard) $ 3.30 $ 19,024.50 14" Type A Grade 1 Base (Flexible Base -High Strength) in accordance with the specifications, AA1.4 5,765 SY (complete in place, Per Square Yard) $ 20.10 $ 115,876.50 Prime Coat in accordance with the specifications, AA1.5 785 GAL (complete in place, per Gallon) $ 4.75 $ 3,728.75 2" HMAC Type D in accordance with the AA1.6 5,240 SY specifications, (complete in place, per Square Yard) $ 12.95 $ 67,858.00 Reflective Pavement Markings TY. 1 (Y) (4") (SLD) (100 mil) in accordance with the specifications, AA1.7 775 SF (complete in place, per Square Foot) $ 1.84 $ 1,426.00 Reflective Pavement Markings TY. 1 (W) (4") (SLD) (100 mil) in accordance with the specifications, AA1.8 875 SF (complete in place, per Square Foot) $ 1.84 $ 1,610.00 Reflective Pavement Markings TY. 1 (W) (8") (SLD) (100 mil) in accordance with the specifications, AA1.9 35 SF (complete in place, per Square Foot) $ 2.89 $ 101.15 Reflective Pavement Mazkings TY. 1 (Y) (4") (BRK) (100 mil) in accordance with the specifications, AA1.10 17 SF (complete in place, per Square Foot) $ 3.68 $ 62.56 2nd Revision Proposal Forth Page 11 of IS LAGUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT N0.6278 s $ Bid Item Bid Item Quantity Umit Description Unit Price in Eatension (Qty. x Figures Unit Price in Figures) 1 Street Improvements Contingency Items continued... Reflective Pavement Markings Reflector TY. II-A-A in accordance with [he specifications, (complete in place, AAl.ll 30 EA per Each) $ 9.45 $ 283.50 Driveway Reconstruction in accordance with the AA1.12 1,365 SF specifications, (complete in place, per Square Foot) $ 5.00 $ 6,825.00 RC Pipe (CL III) (18") -Driveways in accordance with AA 1.13 175 LF the specifications, (complete in place, per Linear Foot) $ 32.65 $ 5,713.75 Safe End Trt. (TY II) RC Pipe (18") (6:1) in accordance witht the specifications, (complete in place, AA1.14 8 EA per Each) $ 1,140.00 $ 9,120.00 Re-Grade Ditch in accordance with the specifications, AAI.15 2,800 LF (complete in place, per Linear Foot) $ 4.40 $ 12,320.00 TrafFic Control Allowance in accordance with ~S'"06D AA1.t6 1 LS specifications, (complete in place, per Lump Sum) $ 2,835.00 $ ~2;83fd6 al Additive Altercate No. 1: (Bid Items AAI.I-AA1.16) S 288,472.21 Bid Totals Summary al Base Bid (Part A + Part B) ................................................................................... $ 2,619,045.95 al Bases Bid + Additive Alternate No. 1 ...................................................................... $ 2 . 6 t G Contractors, Inc. herewith certifies that the prices shown on this print-out for bid items (including any additive or deductive ~ma[es) contained in this proposal are the unit prices and no other Information from this price-out. L G Contractors, Inc. acknowledges and agrees that the Total Bid Amount shown will be read as [ts Total Bid and further agrees the official Total Bid amount will be determined by multiplying [he unit bid price (Column IV) shown in this print-out by the ~ective estestima7tefd/fgju~antities shown in the Proposal (Column II) and then totaling the extended amounts. nat~:Gary Garnett e: Vice President :e: September 24.2008 2nd Revision Proposal Form Page 12 of 15 The undersigned hereby declares that he has visited the site and has carefully examined. the plans specifications and contract documents relating to the work covered by h~s bid oz bids, that he agrees to do the work, and that no representations made by the City are in any sense .a warranty but are mere estimates for the guidance of the Contractor. calendar -days executec thenformal aoontract nandCwilled liverish Perf rmance sond (as required) for the faithful performance of this contract and. a Payment Sond (as required) to insure payment for all labor and materials. The bid-bond attached to this proposal, iri the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby.. asi,aorit /Tdl,aority ausiaeas Eaberpri,se Part:Lc3pations The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of b18E firms participating im the ovziL-ract and a flescription of the work. t0 be performed and its dollar value for bid evaluation purpose. Number of signed Sets of Documents; The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. 'fifine of Co~pietion: The undersigned agrees to complete the work----- from the date designated by a work Order: Bass Hid Burt a: 130 Glaadar 7ouXa Rase 8iS Part H: 360 Calsadar 7R,gys * Part A will be Completed concurreTltly witki Part B. Part A and 8 may be initiated by a single or separate Notices to Proceed. The undersigned further declares that he will provide all necessary tools and apparatus, do alT the work and furnish all materials and do everything requiired to carry out the shove mentioned work covered by this proposal, fn strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following aaaden~ acknowledged (addenda number): 9 008 #2 (Se tember b; 2~~8) #3 (September 8, 2008) #4 (September 10', 2008 Respectfully submitted: Name: _ n (SEAL - IF SIDD£R I9 =~'PEJRE) Gary Garnett Vice President a CorpOx•ation) Address: p n Rnx 10706. 1225 Sou~hern Minerals Rd. (P.O. Hox) (street) C'orn:c Chri i Texas 7$460-0706 (City). (State) (Zip) Telephone: YPS: Do not detach )aid £rom other papers. Filx in with SrUC and eutmiC complete with attached pap¢rs. (Revisrd Au4ust 2000) ne AddaDdYm No. 2 4 Aasiden a:nm..~ w.,... _._ P E R F O R M A N C E B O N D BOND NO, 2274270 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT H S G Contractors, Ync. of NUECES County, Texas, hereinafter called "Principal", and INSURANCE COMPANY OF THE WEST & * d corporation organized under the laws of the State of CALIFORNIA and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of TWO 2dILLION, NINE HUNDRED NINETEEN THOUSAND SIX HUNDRED EIGHTY-ONE AND 16/100 ($2,919,681.16) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: * INDEPENDENCE CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 21ST of OCTOBER 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: LAGUNA SHORES ROAD REHABILITATION GRAAAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT NO. 6278 (TOTAL BASE SID + ADD.ALT.NO.1: $2,919,681.16) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the z7Tx day Of OCTOBER 2O O8 PRINCIPAL (Print Name & ( rint Name & Title) SURETY INDEPENDENCE CASUALTY & SURETY CO. By:.! ///~z~.,.C Attorne -~n-fact Mt~UV FTTFM MnORF (Print Name) ~'#a,~R+r~~.dsat,; Agent. of the 'Surety in Nueces Catuits~~ Texas, far:E-; s. . , _~ ..,.,,-_ _. ~--., 4 , dens°vsi~"v£ notice end service of process is~~ ~' AyeIICy: SWANTNER & GORDON INSURANCE AGENCY Contact Person: otT9A, MnnRF _ Address: P.o. sox 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of con trac t)(Revised 3/08) Performance Bond Page 2 of 2 ~L~~v~r~ H~,e,~~s. tloac~n~ Hssf P A Y M E N T B O N BOND NO. 2274270 STATE of TEXAS § COUNTY OF NUECES ~ RPiOW ALL BY THESE PRESENTS: THAT H 6 G Contractors, Inc. of NUECES County, Texas, hereinafter called "Principal", andlNSORANCE COMPANY of THE WEST ~ * , a corporation organized under the laws of the State of CALIFORNIA , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of TWO MILLION NINE HUNDRED NINETEEN THOUSAND SIR HUNDRED EIGHTY-ONE AND 16/100 ($2,919,681.16) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs; executors, administrators and successors, jointly and severally, firmly by theS2 preseritS: *INDEPENDENCE CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 21ST day OCTOBER 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: LACUNA SHORES ROAD REHABILITATION GRAHAM ROAD TO HUSTLIN' HORNET DRIVE PROJECT NO. 6278 (TOTAL BASE BID + ADD.ALT.NO.1: $2,919,681.16) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 27TH day Of OCTOBER ZO 08 PRINCIPAL H & G CON~TR~ACTORS, INC, BY~ ~/f/~~G~ - G~L7 Gam.<,~ s~ ~ r. (Print Name & Title) & Title) SURETY INSURANCE COMPANY OF THE WEST INDEPENDENCE CASUALTY & SURETY CO. By At MARY ELLEN MOORE (Print Name) ACJ@IICy: SWANTNER & GORDON INSURANCE AGENCY COIlt8Ct PEr80II:_ MARY ELLEN MOORE Addre88: P O BOX 870 CORPUS CHRISTI, TEXAS_ 78403 Phone Number: 2Fi_f2A "3_1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 yeu..a~rsxe~ ~so~a~ ~ urue~~a n ~ emu- ~e~~a~a ~ u ~eTe.~~e~eaerwmle Swantner & Gordon Ins Agcy-CC PO Box 870 Corpus Christi TX 78403-0870 Phone: 361-SB3-1711 Fax:361-694-0101 H S G Contractors, Znc. H 6 G Oilfield Services P O Box 10706 Corpus Christi TX 78460 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE NAIC # INSURER A: National Fire Ins Hartford 20478 INSURER e: Continental insurance Co 35289 msuRERC: Valle Fore Insurance Co 20508 INSURER 0: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANV REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W ITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E%CLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BV PAID CLAIMS. LTR NSR TYPE OF INSURA CE POLICY NUMBER DATE MMIDDIYV DATE MMRIDIYY LIMITS GENERAL LIABILITY / EACH OCCURRENCE E 1, OOO , OD D A X COMMERCIAL GENERAL LIABILITY 02070926033 ~/ 06/23/08 06/23/09 PREMISES Ece E lOO, DDD CLAIMS MADE X~ OCCUR ~ MED EXP (Any one person) $ 5 , DOO X Contractual PERSONALBADV INJURY 1 , OOO , OOO X Limited Worksite POLLUTION GENERAL AGGREGATE E2,000,OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG E2,000,OOO POLICY X JEC LOC Em Ben. 1,000,000 AUT OMOBILE LIABILITY D ; INGLE LIMIT E 1 , OOO , OOD B X ANY AUTO 02070926114 / 06/23/08 06/239 I Ea etGd ALL OWNED AUTOS .p ~' BODILY INJURY $ SCHEDULED AUTOS (Paryerson) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per eccitlanQ B X MCS-90 ENDT PROPERTY DAAMGE E I (Per accitlenp GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ I ANV AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ E%CESSIUMBRELLA LIABILITY EACH OCCURRENCE $S,000,OOO $ X OCCUR CLAIMS MADE 2094656095 ~ 06/23/08 06/23/09 AGGREGATE $S,000,OOO v E DEDUCTIBLE S X RETENTION ElOOOO $ WORKERS COMPENSATION AND X TORY LIMITS Eft C EMPLOYERS' LLABILRV ANY PROPRIETOR/PARTNER/EXECUTIVE WC27 092 615 9 06/23/08 06/23/09 E.L. EACH ACCIDENT x1,000 000 ~ OFFICEWMEMBER EXCLUDED? E.L. DISEASE-EA EMPLOYE E1 OOO,OOO I( yea, tlescrioe untler SPECIAL PROVISIONS OeIOw E.L. DISEASE-POLICY LIMI7 $1, ODD, DDO OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Project #6278: Laguna Shores Road Rehabilitation Graham Road to Hustlin' Hornet Drive. The City of Corpus Christi is named as additional insured on all General Liability and all Automobile Liability policies as required by written contract and per attached endorsements. i,crc I mcJA I c nuwerc L.IL.L._L.D SHOULD ANV OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORFTHE EXPIRATION f DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O (/ DAYS WRITTEN City Of COrpUS Chr13t1 /~ NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SNALL Engineering Services _ / IMPOSE NO OBLIGATION OR LIABILITY OF ANV KIND UPON THE INSURER, ITE AGENTS OR Contract Administrator V P.O. BOX 9277 REPRESENTATIVES. Corpus Christi TX 78469-9277 IAUPHRORIZED REPR63ENT E // ernon oc nnm mm If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. CORD ~~,~, [fBaG Cvnt-xactorsy bnc. PoYicy ~IJ2O7O926O331/ VBUB~®~~~U~~: ~6'99S Eh!I®®I~ f~Bl111~6bN~ ~®f~If~aB1~9S ®99'~BES 1P~ilc~~1' A~~L~ 5T® `TG~I~ ~®®B~B®~I~L &B19S(I~FiE® BRN `~@°ilE E~EN~ ®F ®~~flDB~REP-CE, ®FFE~lSE, ~L~BBw ®~ S@~6T. SEE ~~~$AG~~a~69 ~.9. ®F °~B•BBS E~®®BgSEB~E~9~ F®~ ~'D-0ESE ®~95~IES. ~B~@S ER9®®C~SE~IEN~ ~B~~a~9GES 8,9E ~®LO~~. B'LEASE ~tEA® B'P ~AREFfllLL~°. ~®~9~1~~~~®~'~ S~~E®~~E® ~~4® ~L~B~~E'P ~®®I~0®T9s~~ B6~~U~E® E9V®®R~Ef~EE~d~ ~6~~'B~ ~~®®~~`~~=~®i1~PLETE® ®PEI~ATI®N~ ~®9fEfi~AGE This endorsement modifies insurance provided under the following: ~~ COMMERCIAL GENERAL LIABILITY COVERAGE PART b SCI4ED@.ILE s Name o4 P~eraon or Oagani8a4ion: Designa4ed RroJec4: Any person or organization rsho requires yon to:bbtain this coverage tinder a written contract or agreement . b (Coveeage vendee 8hle endoeseenen4 is no4 affected by an en4ry ov lads o4 en4ry in the Schedrale alcove.) A. wtl0 IS AN INSl9RED (Sec4fon Ily is amended to 3. The coverage provided to 4he additional insured include as an insured any person or organization, by this endorsement and paragraph f. of the including any person or organization shown in 4he definition of "insured contract" under schedule above, (called additional insured) whom you DEFINITIONS (Section b) do not apply to "bodily are required to add as an additional insured on this injury" or "property damage" arising out of the policy under a written contract or written agreement; "products-completed operations hazard" unless but tha written contract or written agreement must be: required by the written contract or written 9. Currently in effect or becoming effective during the agreement. term of this policy; and 4. The insurance provided to the additional insured 2. Executed rior to the "bodil in'u p y j ry," property does not apply to "bodily injury," "property " " damage," or "personal and advertising injury" dama e, or personal and advertising injury" 9 ' arising out of an architect s, engineer's, or B. The insurance provided to the additional insured is surveyor's rendering of or failure to render any limited as follows: professional services including: 9. That person or organization is an additional a. The preparing, approving, or failing 4o prepare insured solely for liability due to your negligence or approve maps, shop drawings, opinions, specifically resulting from "your work" for the reports, surveys, field orders, change orders additional insured which is the subject of the or drawings and specifications; and written contract or written agreement. No coverage applies to liability resulting from the sole ~, Supervisory, or inspection activities pertormed negligence of the additional insured. as part of any related architectural or engineering activities. 2. The Limits of Insurance applicable to the additional insured are those specified in the C. As respects the coverage provided under this written contract or written agreement or in the endorsement, SECTION Id - COAAWIERCIAL Declarations of this policy, whichever is less. GENERAL LIABILITY CONDITIONS are amended as These Limits of Insurance are inclusive of, and not follows: in addition to, the Limits of Insurance shown in the 7: The following is added to the Duties In The Event Declarations. of Occurrence, Offense, Claim or Suit Condition: G-140331-A (Ed. O 1 /01) Page 1 012 a. An additional insured under this endorsement will as soon as practicable: (9) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 9. We have no duty to defend or indemnity an additional insured under this endorsemen4 until we receive writteri notice of a claim or "suit" from the additional insured. 2. Paragraph ~.Ir. of the Other Insurance Condition is deleted and replaced with the following: 4. O4hsr Inauranc® b. Excess Inauranc® This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. G•140331-A (Ed. 01/01) Page 2 of 2 - .r..v ~styaui4.i al. i4PLLJ y. LLLR.= ' °~PBO~ ~~®®Is~~~~~fr~lf ~~~~~~~ ~&d~ ~®~0~4P. ~~E~SE ~~~® B~ ~~1f~[~~~~~17, This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCBiE®ULE iVaroea o4 ~eesore oP Oagaeaiaa4ion: Any person or organization who requires you to obtain this waiver of our right of recovery under a written contract or agreement - (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST because of payments we make for injury or damage arising OTHERS TO US Condition (Section IV -COMMERCIAL out of your ongoing operations or "your work" done under a GENERAL LIABILITY CONDITIONS) is amended by the contract with that person or organization and included in the addition of the following: "products-completed operations hazard." This. waiver Vye waive any right of recovery we may have against the applies only to the person or organization shown in the person or organization shown in the Schedule above Schedule above. s 0 CG 24 04 90 93 Copyright, Insurance Services Office, Inc., 1992 BRASELTON LAND VENTURES 5337 YORKTOWN, SUITE 100 CORPUS CHRISTI, TX 78413 CABOT OIL & GAS CORPORATION 1200 ENCLAVE PARKWAY, SUITE 300 HOUSTON, TX 77077-1607 CHAZZ DEVELOPMENT, LTD. COYM, REHMET & GUTIERREZ ENGINEERING, INC. 5656 S. STAPLES ST. SUITE 230 CORPUS CHRISTI, TX 78411 J CITY OF CORPUS CHRISTI P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 CITY OF ROBSTOWN 101 EAST MAIN ROBSTOWN, TX 78380 CWI-CLAYTON WILLIAMS ENERGY 6 DESTA DRIVE #1100 MIDLAND, TX 79705-5510 - DOMINION EXPLORATION & PRODUCTION, INC. 1450 POYDRAS NEW ORLEANS, LA 70112 DEWBRE PETROLEUM CORPORATION 600 LEOPARD ST. CORPUS CHRISTI, TX 78473 DHM DESIGN BUILD P.O. BOX 10124 CORPUS CHRISTI, TX 78460 EDGE PETROLEUM CORPORATION 1111 BAGBY, SUITE 2100 HOUSTON, TX 77002 HOGAN BUILDING CO. #1 LP AND ITS AFFILIATES ~!~ ~ ~ Seaelar O0811m an of Ike BOaftl G-56015-B (ED. 11/91) l \aVWDLYG daVJURLY LtlQBpBL MdtlY @iYYRSiDJ ~ ' UV2070926033 ~ H & G CONTRACTORS INC (SEE ENDORSEMENT) P O BOX 10706 ~~//i CORPUS CHRISTI, TX 78460 POLICY CHAFIGES ccoaos Thia Change Endorsement changes the Policy. Please read it carefully. This Change Eudorasment is a part of your Policy and takoe effact on tha effective date of your Policy, unless another effective date is shows. The following Form(s) has (have) been added: 1 Form #: CG0205-1204 TX Changes-Amend Cancellation Prov or Cov Change \( Number of Days' Notice: 30 DAYS Name & Address: BRASELTON LAND VENTURES 5337 YORKTOWN STE 100 CORPUS CHRISTI TX 7841_ CHAPARRAL ENERGY LLC, PO BOX 2566 FT WORTH, TX 76113-2566 CITY OF CORPUS CHRISTI, DEPT OF ENGINEERING SERVICES, P 0 BOX 9277, CORPUS CHRISTI, TX 78469-9277 D&J LAND CO INC 117 BALDWIN AVE, MATHIS, TX 78368 DYNAMIC.PRODUCTION INC 28D1.GLENDA.AVE,. FT WORTH.,_TX.7.6117.. FULTON*COASTCON P O BOX 61229, HOUSTON, TX 7208-1229 HOGAN DEVELOPMENT,2004 N COMMERCE, VICTORIA, TX 77901-5510 HOGAN DE~IELOPMENT CO L.P. #04 CHAMA, VICTORIA, TX 77904 JAMEX ZNC, P O BOX 2566 FT WORTH, TX 76113-2566 RUTHERFORD OIL CORP P O BOX 17150 FT WORTH, TX 76102-0150 EMERALD COAST INVESTMENTS C/O RUSSELL VETETO ENGINEERING 820 BUFFALO, CORPUS CHRISTI, TX 78401 RUSSELL VETETO ENGINEERING 820 BUFFALO, CORPUS CHRISTI, TX 78401 SAMSON RESOURCES CO & ITS AFFILIATES C/O ICA P O BOX 2566, FT WORTH TX 76113-2566 SOUTHERN RESOURCES P O BOX 6483 CORPUS CHRISTI, TX 78466 VALERO ENERGY ATTN: JEAN SCHARFF P O BOX 500 SAN ANTONIO TX 78292-0500 VERNON E FAULCONER INC, ATTN: SHELLY SUDDERTH, PO BOX 7995, TYLER ,TX 75141 WAUESHA-PEARCE INDUSTRIES,ATTN: CR DEPT,PO BOX 35068,HOUSTON,TX 77235 WYNN CROSBY ENERGY INC,16415 ADDISON RD STE 800 ADDISON,TX 75001-3267 GOODWIN PUMPS, CREDIT DEPT ONE FLOODGATE RD BRIDGEPORT, NJ 08014 ~_ z C C S m I ,~ ~ V Sacieta Chairman o1 the BOdrd G-56015-B (ED. 11/91) POLICY iJUMBER: D2O7O926Afl4 V/ COiIARAERCIAfl~ AU4O CA 02 ~~ 06 0~ T@°BB~ E~®~~dSE61flEEd~ ~E~~6bGES TAE P®~9CY. PE.EASE 64Ee~® B~ Ce4~E~@~R~~~. vvv C®~/ERAG~ ~IiA~VGE EtJ®®F~SEIVI~~BT This endorsement modifies insurance provided under the following: J BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date o1 the policy unless another date is indicated below. Endorsement Effective: Countersigned By 6/23/08 ~,,*,~~.,, ,~ ~ *~ ~ ,~, ` '' Named Insured: ~ e.~,, x ~ ,-, ~:} 'Re resentative SCHEDULE Plumber of Days' tdotice3 0 Pdam® Of P®PSOPD Or Org8f118~t10rIPER SCHEDULE ON FILE WITH COMPANY ~CtrtrBSS If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of days' notice indicated in the Schedule. 8 CB. 02 44 O6 0~ Copyright, ISO Properties, Inc., 2003 Page 1 of 1 U 2070926114 H &tlGyCONTRACTORS~INCy~,V"SEE ENDT" P O BOX 10706 CORPUS CHRISTI, TX 78460 POLYCY CHAPIGES HLAA1ftET WAIVER OF SLPHROGAT%OAl This Change Endoraameat Chang®a the Policy. Please read it carefully. Thin Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, ualeea another effective date ie ahovm. Any person or organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. Chairman d the ~eer~ Secrete G-56015-B (ED. 11/91) (Ed. 7-t34) TEXAS NOTICE OF AAATERIAI. CB-0ARICE EbbDORSEAAE1dT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule t Number of days advance notice: 30 / 2. Notice will be mailed to: LIST ON FILE WITH COMPANY iS _~ i3 This endorsement changes the policy to which it is atlached and is effective on the date issued unless otherwise stated. (The information below is required only when this entlorsement is issued subsequef to preparation of the policy.) Endorsement Effective 6/23/08 Policy No. T~dC27O926159 / E dorsement No. Insured H & ,G Contractors Inc. Pr ,xv~; ,, Insurance Company ~ r e, ~ ~'F`~~ .~. Countersigned by ~~~,;> ,;,• ,~~~. :- - . &UC 42 06 01 (Ed. 7-84) tau. i-uui TE3(AS wA1VER OF OUR RIGFIT TO RECObER FROAfl OTHERS EPlOORSEAAEYdT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of 4he Information Page. We have the right to recover our payments Trom 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 only with 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 or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization (X )Blanket Waiver Any person or organization }or whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operatiohs described. 4. Advance Premium This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsemen4 is issued subsequent to preparation o4 the policy.) Endorsement Effective 623/08' /Policy No. t;TC27O926159 ~ Endorsement No. Insured H & G Contractors, Inc_ pr~ymg., fnsurance Com an / r' x, ~r,~ ' - P Y Countersigned by ,~° , WC420304A (Ed.1-00)