Loading...
HomeMy WebLinkAboutC2009-433 - 9/22/2009 - Approved2009-~33 i~T2009-276 09122; 09 Berry Contracting (Bay Ltd.) S P E C I A L P R 0 V I S I___ 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 R A C T S A N D B O N D S F O R BOND 2005 STR T OVERLAYS L GROUPSl & 2 -~ GROUP 1 ,~~ RVE INC. j 820 BUFFALO ST. ~~ CORPUS CHRISTI, TEXAS 78401 w # Phone: 361-887-8851 ..., _ Fax: 361-8$7-$855 Email: sjones@rve-inc.com TBPE Firm Reg. Na.F-2037 GROUP 2 COYM, REHMET & GUTIERREZ ENGINEERING, L.P, 5655 S, STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78411 ,.`~-`+~~-~~ OF ' ~ Phone: 361/991-8550 .~~ ? F~, ~1 Fax: 361/993-7569 ~ • S (' • Email : ~coVrr,@crgei . com . . *~ TBPE Firm Rega No. F-388 ;* e • ~ ..:... : ~ ............... 1 ... ~ JEFFREY C. COYM FOR ~ fir ...................:.. ~ 101983 ~ ~ ~ ~ ~ ~ STREET DEPARTMENT { '•.C~ O ~ ~~ CENSE.•' ~ 1 '~ ;• CITY OF CORPUS CHRISTI, TEXAS G , , S . ~\~_~ .-'/3~~ ~~~ ~S~~~rA~~? ~ a9 Phone: 361/826-1881 Fax: 361/826-1889 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT N0: 6475 Group 1 6480 Group 2 DRAWING NO. Group I:STR 810 Group 2:STR 811 OF 81988 `I-3o-a°i (Revised 7/5/00) BOND 2008 STREET OVERLAYS - GROUPS 1 & 2 GROUP 1 PROJECT NO. 6475 GROUP 2 PROJECT NO. 6480 Table of Contents NOTICE TO BIDDERS (Revised ~/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) ~•~ Insurance Requirements ~ ,. NOTICE TO CONTRACTORS - B (Revised ~/s/oo) 4 :. :~ 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 F"` ~,: A-2 Definitions and Abbreviations ~' A-3 Description of Project ~y 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-ZO Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services ~.; A-I3 Area Access and Traffic Control ~? A-14 Construction Equipment Spillage and Tracking ~,:~ A-15 Excavation and Removals A-16 Disposal/Salvage of Materials F:;• n 17 ""'''' ^{~~ --~ NOT USED 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 ,. i.~,...; ..,.a -, i~ i„~~ NOT IISED r Y~ _ A-24 Surety Bonds NO LONGER APPLICABLE (6/11/98) ~.~ A-26 ' Supplemental Insurance Requirements T .'. ~- -lie ~sibilit•• €er Dam .., ..: M s€e y- age--~,.,s NOT USED P- 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 ~~ - t i s v A-34 Precedence of Contract Documents ~ 35 n. ~. rn-.~,. r:.., : i ~ ~~ r±re .,i n , ~.~-.. NOT USED K' A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities ^p 3~ 39 Ge~Eifieate ^F ^^ „'' ~'~ '' "^ `" NOT USED A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory 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) zrx ~.6 n• .,~ ^F rr..-.A~. nL.l .. -.+-~..~ rr-.~~, ~-i /r /nn~ NOT USED r ^ =ri ''~-'r-~~-e n ~- r' a...l.. ..+-...,-, c+....-...-,f-~- t~r~c~ NOT USED A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Geotechnical Report . A-5i Mobilization and Demobilization Bid Items A-52 Amended "Prosecution and Progress" A-53 Electronic Submittal of Bids PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 022100 Select Material SECTION 022420 Silt Fence SECTION 025404 Asphalts, Oils and Emulsions SECTION 025414 Aggregate For Surface Treatment & Seal Coats SECTION 025424 Hot Mix Asphaltic Concrete Pavement(Class A) SECTION 025610 Concrete Curb & Gutter SECTION 025612 Concrete Sidewalks and Driveways SECTION 025802 Temporary Traffic Controls During Construction SECTION 025805 Abbreviated Pavement Markings SECTION 028020 Erosion Control By Seeding SECTION 028200 Mail Box Relocation DIVISION 3 - CONCRETE WORK SECTION 030020 Portland Cement Concrete SECTION 032020 Reinforcing Steel SECTION 038000 Concrete Structures DIVISION 5 - METALS SECTION 055420 Frames, Grates, Rings and Covers DIVISION 9 - FINISHES SECTION 09310 Composite Shell Cast-In-Place Tactile Warning -- Surface Unit ii r. z ~: ~ PART T - TECIiNICAL SPECIFICATIONS DIVISION 2 -~SITEWORK ~ SECTION 022410 Storm Water Pollution Prevention SECTION 025203 Geogrid Reinforcement SECTION 025220 Flexible Base - Caliche SECTION 025402 Planing Asphalt Surfaces .. SECTION 025410 Asphalt Crack Sealing SECTION 025412 Prime Coat ~~ SECTION 025416 Seal Coat SECTION 025426 Full Depth Pavement Reclamation With Cement Treatment SECTION 025809 Thermoplastic Striping `n SECTION 025813 Preformed Striping & Emblems ~_, SECTION 025816 Raised Pavement Markers and Traffic Buttons SECTION 025818 Pavement Markers(Reflectorized) ,~ (TxDOT D-9-4200} SECTION 025820 Traffic Buttons (TxDOT D-9-4300) ~~- SECTION 025828 Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) ~-~ SECTION 027680 Stamped Concrete Sidewalk . ~' `" APPENDIX: Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for the Proposed 2008 Bond Issue Street Overlays (Group 1) Corpus ~.~. Christi, Texas, April 8, 2009." ~.. Geotechnical Report-"Subsurface Exploration and Pavement Recommendations ~,. for the Proposed 2008 Bond Issue Street Overlays (Group 2) Corpus " Christi, Texas, April 8, 2009. s ~` ~_ ~: ~~ F ~. hc.. ~. •:: k '. y _ - - Q:-.' F `: ~Y.r r ~: ~_ ~.' ~-- 111 1 e~~: LIST OF DRAWINGS SHEET# DESCRIPTION ' 1 Title Sheet 2 General Notes 3 Estimated Quantities Group 1 4 Estimated Quantities Group 2 5 Legend, Abbreviations and Testing Schedule GROUP 1 6 Group 1 Agnes Street Existing/Proposed Typical Sections 7 Group 1 Laredo Street Existing/Proposed Typical Sections 8 Group 1 Wood River Drive (FM 624 To Guadalupe} Existing/Proposed Typical Sections 9 Group 1 Wood River Drive (Guadalupe To S. of Teal)Existing/Proposed Typical Sections 10 Group 1 Horne Road Existing/Proposed Typical Sections 11 Group 1 Tarlton Street Existing/Proposed Typical Sections 12 Group 1 Kostoryz Road Existing/Proposed Typical Sections 13 Group 1 Agnes Street Advance Warning Traffic Control Devices 14-~17 Group 1 Agnes Street Traffic Control Plan (4 Sheets) 18 Group 1 Laredo Street Advance Warning Traffic Control Devices 19-22 Group 1 Laredo Street Traffic Control Plan (4 Sheets) 23 Group 1 Wood River Drive (Fm 624 To Guadalupe} Advanced Warning Traffic Control Devices 24-27 Group 1 Wood River Drive (FM 624 To Guadalupe) Traffic Control Plan (4 Sheets} 28 Group 1 Wood River Drive (Guadalupe To S. of Teal) Advanced Warning Traffic Control Devices 29-30 Group 1 Wood River Drive (Guadalupe To S. of Teal) Traffic Control Plan (2 Sheets) 31 Group 1 Horne Road Advance Warning Traffic Control Devices 32-37 Group 1 Horne Road Traffic Control Plan (6 Sheets} 38 Group 1 Tarlton Street Advance Warning Traffic Control Devices 39-42 Group 1 Tarlton Street Traffic Control Plan (4 Sheets) 43 Group 1 Kostoryz Road Advance Warning Traffic Control Devices 44-47 Group 1 Kostoryz Road Traffic Control Plan (4 Sheets) 48 Group 1 Agnes Street Overlay Plan STA. 0+00 To STA. 20+00 49 Group 1 Agnes Street Overlay Plan STA. 20+00 To STA. 33+10 50 Group 1 Laredo Street Overlay Plan STA. 0+00 To STA. 15+00 51 Group 1 Laredo Street Overlay Plan STA. 15+00 To STA. 23+05 52 Group 1 Wood River Drive (FM 624 To Guadalupe) Overlay Plan STA. 0+00 To STA. 20+00 53 Group 1 Wood River Drive (FM 624 To Guadalupe) Overlay Plan STA. 20+00 TO STA. 32+00 54 Group 1 Wood River Drive (Guadalupe To S. of Teal) Overlay Plan 0+00 To STA. 5+57 55 Group 1 Horne Road Overlay Plan STA. 0+00 To STA. 20+00 56 Group 1 Horne Road Overlay Plan STA. 20+00 To STA. 40+00 57 Group 1 Horne Road Overlay Plan STA. 40+00 To STA. 42+52 58 Group 1 Tarlton Street Overlay Plan STA. 0+00 To STA. 20+00 59 Group 1 Tarlton Street Overlay Plan STA. 20+00 To STA. 26+00 60 Group 1 Kostoryz Road Overlay Plan STA. 0+00 To STA. 20+00 61 Group 1 Kostoryz Road Overlay Plan STA. 20+00 To STA. 37+00 62 Group 1 Agnes Street Striping Plan STA. 0+00 To STA. 20+00 63 Group 1 Agnes Street Striping Plan STA. 20+00 To STA. 33+10 64 Group 1 Laredo Street Striping Plan STA. 0+00 To STA. 15+00 - 65 Group 1 Laredo Street Striping Plan STA. 15+00 To STA. 23+05 iv 3~' ` SHEET# DESCRIPTION 66 Group` 1 Wood River Drive (FM 624 To Guadalupe) Striping Plan STA. ._ 0+00 To STA. 20+00 F i 67 Group 1 Wood River Drive (FM 624 To Guadalupe) Striping Plan STA. ~_ 20+00 To STA. 32+00 68 Group 1 Wood River Drive {Guadalupe To S. of Teal) Striping Plan c~ STA. 0+00 To STA. 5+57 ~ 69 Group 1 Horne Road Striping Plan STA. 0+00 To STA. 20+00 `= 70 Group 1 Horne Road Striping Plan STA. 20+00 To STA. 40+00 71 Group 1 Horne Road Striping Plan STA. 40+00 To STA. 42+52 ~" 72 Group 1 Tarlton Street Striping Plan STA. 0+00 To STA. 20+00 73 Group 1 Tarlton Street Striping Plan STA. 20+00 To STA. 26+00 `" 74 Group 1 Kostoryz Road Striping Plan STA. 0+00 To STA. 20+00 75 Group I Kostoryz Road Striping Plan STA.. 20+00 To STA. 37+00 °Y~ 76 Group 1 Special Striping Details ~; 77 Group 1 Agnes Street at 19th Street Curb Ramp Plan 78 Group 1 Laredo Street at 19th Street Curb Ramp Plan 79 Group 1 Wood River Drive at Rapids Drive Curb Ramp Plan ~4 80 Group 1 Wood River Drive Red River Drive Curb Ramp Plan ~n 87. Group 1 Horne Road at Greenwood Drive-Curb Ramp Plan 82 Group 1 Horne Road at Mac Arthur Street Curb Ramp Plan ~~,, 83 Group 1 Horne Road at Prescott Street Curb Ramp Plan `~ 84 Group 1 Horne Road at S. Port Avenue Curb Ramp Plan ~t._t 85 Group 1 Tarlton Street at Churchill Drive Curb Ramp Plan 86 Group 1 Tarlton Street at Robb Place Curb Ramp Plan ~;, 87 Group 1 Tarlton Street at Ayers Street Curb Ramp Plan 88 Group 1 Kostoryz Road at Holly Road Curb Ramp Plan f 89 Group 1 Kostoryz Road at Tiger Lane Curb Ramp Plan GROUP 2 90 Group 2 Glen Oak Drive Existing and Proposed Sections %e 91 Group 2 Hustlin' Hornet Drive Existing and Proposed Sections `' 92 Group 2 Whitecap Boulevard Existing and Proposed Sections 93 Group 2 Flato Road Existing and Proposed Sections n 94 Group 2 Wooldridge Road Existing and Proposed Sections ~ 95 Group 2 Yorktown Boulevard Existing and Proposed Sections 96 Group 2 Glen Oak Dr. Advanced Warning Traffic Control Devices ~:,~ 97-102 Group 2 Glen Oak Dr. Traffic Control Plans (6 Sheets) ~' 103 Group 2 Hustlin' Hornet Dr.Advanced Warning Traffic Control Devices ,.~. 104 Group 2 Hustlin' Hornet Dr. Traffic Control Plans 105 Group 2 Whitecap Blvd. Advanced Warning Traffic Control Devices ~~ 106-109 Group 2 Whitecap Blvd. Traffic Control Plans (4 Sheets) ~ 110 Group 2 Flato Road Advanced Warning Traffic Control Devices 111-114 Group 2 Flato Road Traffic Control Plans f4 Sheets) 115 Group 2 Wooldridge Road Advanced Warning Traffic Control Devices ='' 116-121 Group 2 Wooldridge Road Traffic Control Plans (6 Sheets) x; ~`'" 122 Group 2 Yorktown Boulevard Advanced Warning Traffic Control Devices I23 Group 2 Yorktown Boulevard Traffic Control Plans I24 Group 2 Glen Oak Drive Overlay Plan STA. 1+13 To STA. 20+00 ~' 125 Group 2 Glen Oak Drive Overlay Plan STA. 20+00 To STA. 40+00 n 126 Group 2 Glen Oak Drive Overlay Plan STA. 40+00 To STA. 53+28 ~~v 127 Group 2 Hustlin' Hornet Dr. Overlay Plan STA. 0+73 To STA. 11+22 --,- 128 Group 2 Hustlin' Hornet Dr. Overlay P&P STA. 11+22 To STA. 1i+98 ~ "' 129 Group 2 Hustlin' Hornet Dr. Cross Sections STA. 11+22 To STA. I1+98 ' 130 Group 2 Whitecap Overlay & Sidewalk Plan STA. 0+55 To STA. 20+00 131 Group 2 Whitecap Overlay & Sidewalk Plan STA. 20+00 To STA. 35+91 ~~ 132 Group 2 Whitecap Boulevard Curb Ramp Plans ~r _ . K '' v ~:~, F,. - SHEET# 133 134 135 136 137 138 139 140 141-146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161-163 164 165 166-167 168-171 172-173 174 175 176 177-189 NOTICE AGREEMENT DESCRIPTION Group 2 Flato Road Overlay Plan STA. 2+79 To STA. 20+00 Group 2 Flato Road Overlay Plan STA. 20+00 To STA. 27+35 Group 2 Wooldridge Road Overlay Plan STA_ 0+60 To STA. 20+00 Group 2 Wooldridge Road Overlay Plan STA. 20+00 To STA. 40+00 Group 2 Wooldridge Road Overlay Plan STA. 40+00 To STA. 51+88 Group 2 Yorktown Blvd. Overlay Plan STA. 1+10 To STA. 20+00 Group 2 Yorktown Blvd. Overlay Plan STA. 20+00 To STA. 40+00 Group 2 Yorktown Blvd. Overlay Plan STA. 40+00 To STA. 47+28 Group 2 Yorktown Boulevard Cross Sections (6 Sheets) Group 2 Glen Oak Drive Striping Plan STA. 1+13 To STA. 20+00 Group 2 Glen Oak Drive Striping Plan STA. 20+00 to STA. 40+00 Group 2 Glen Oak Drive Striping Plan STA. 40+00 To STA. 53+28 Group 2 Hustlin' Hornet Dr. Striping Plan STA. 0+73 To STA. 11+98 Group 2 Whitecap Boulevard Striping Plan STA. 0+55 To STA. 20+00 Group 2 Whitecap Boulevard Striping Plan STA. 20+00 To STA. 34+00 Group 2 Flato Road Striping Plan STA. 2+79 To STA. 20+00 Group 2 Flato Road Striping STA. 20+00 To STA. 27+35 Group 2 Wooldridge Road Striping Plan 0+60 To STA. 20+00 Group 2 Wooldridge Road Striping Plan 20+00 To STA. 40+00 Group 2 Wooldridge Road Striping Plan 40+00 To STA. 51+88 Group 2 Yorktown Blvd. Striping Plans STA. 1+10 To STA. 20+00 Group 2 Yorktown Blvd. Striping Plans STA. 20+00 To STA. 40+00 Group 2 Yorktown Blvd. Striping Plans STA. 40+00 To STA. 47+28 DETAIL SHEETS (ALL CLUSTERS) Overlay and Utility Adjustment Details (3 Sheets) Pavement Marking Details Reflective Raised Pavement Marking Details Bicycle Lane Pavement Marking Details (2 Sheets) TXDOT Standard Curb Ramp Details (4 Sheets) City of Corpus Christi Standard Driveway Details (2 Sheets) Sidewalk and Curb & Gutter Details TCP General Notes & Typical 4-Lane Roadway Lane(s) Closure-Daytime Typical 5-Lane Roadway Lane(s) Closure-Daytime Standard Traffic Control Detail Sheets (13 Sheets) PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND vi P" [_ F '. t , sT. t5 £. :, f t _- [. ~, v ~T t .. ~... ~. v §. t :: ~ -. K i. F _. :. .. a.: C r NOTICE TO BIDDERS F ' NOTICE TO BIDDBRS Sealed proposals, addressed to the City of Corpus Christi, Texas for: BOND 2008 STREET OVERLAYS-GROTIPS 1 & 2; Project Nos. 6475 and 6480 consists of asphalt overlays on portions of thirteen City streets. The streets will be in two groups. Group 1 includes portions of Agnes Street, Laredo Street, Wood River Drive (two sections), Horne Road, Tarlton Street and Kostoryz Road. The project base bid for Group 1 will include 62,960 s.y. pavement milling, 5,290 s.y. of full depth pavement repair, 25,640 s.y. geogrid reinforcement, 25,640 s.y. high strength base, 78,285 s.y.seal coat, 78,285 s.y. hot-mix asphalt concrete pavement, 126 each valve t.: adjustments, 94 each manhole adjustments, 6,080 l.f. of curb replacement, 6,975 s.f. ADA compliant curb ramps, 77,640 l.f. of pavement striping and all associated traffic €-~ control measures in accordance with the plans, specifications and contract documents. ~` Group 2 includes portions of Glen Oak Drive, Hustlin' Hornet Drive, Whitecap ` Boulevard, Flato Road, Wooldridge Road and Yorktown Boulevard. The project base bid for Group 2 will include 68,715 s.y. of pavement milling, 2,900 s.y. of full depth pavement repair, 15,650 s.y. of pavement reclamation with cement treatment, 73,865 t s.y. seal coat, 73,865 s.y. hot-mix asphalt concrete pavement, 17 each valve adjustments, it each manhole adjustments, 29,000 s.f. of removal of existing brick walkway, 29,000 s.f. of stamped concrete sidewalk, 2,050 l.f. of TxDOT-style metal ~ ,. ~f': beam guard fence, 450 s:y. high strength base, 850 s.f. ADA compliant curb ramps, ~.: 76,010 .l.f of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. ~~ Proposals will be received at the office of the City Secretary until 2:00 p.m. on Wednesda Au y gust 19, 2009, 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 12, 2009 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 k. Street, Corpus Christi, TX. ~ A bid bond in the amount of 5~ 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 of the 5°s 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. _~; ~,5 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. ~y 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. 4` CITY OF CORPUS CHRISTI, TEXAS ~vy ~_. - /s/ Pete Anaya, P.E. ~: _ Director of Engineering Services ~~ _ . /s/ Armando Chapa City Secretary g. ,. f ~ .. t': i. f ; k. ; t..: 7-. ~, ~• ~.: ~. ~{{ _ S. ~: ~'i ~kkkk ~- r- ~: r,„ .; ~~- ~ -: ~= F.: ~. ~~_:: ~._ ~ _, $y . R 3g: Rim NOTICE TO CONTRACTORS - A ~... N ~_? ~= 2 ~: ~~ ~~: ~.:w ~,-<, t .. ~ E .`e" ~',' 4 ;' `~ ~J ~' ;: ~. f -.- ~'. ~.: ~, ;~ _. -_ ~ ~. s- NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage ^" all certificates PER OCCURRENCE / AGGREGATE 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 AUTOMOBILE 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 $500,000 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 ^ RE discharge; to include long-term QUIRED environmental impact for the disposal of ~ NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED NOT REQUIRED INSTALLATION FLOATER See Section B-6-il and Supplemental Insurance Requirements ^ REQUI~2ED NOT REQUIRED Page 1 of 2 ~`. DThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensatkon liability coverage. DThe name 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 l ..J t i ; NOTICE TO CONTRACTORS R f~ '~ WORKER'S COMPENSATION INSURANCE -`° REQUIREMENTS ~_~ ~, ~-- ~. x r° ~`s, ~:; ~- ;' ~' s~ ~.. 4 ~__ C`. ~. g, -. t: ' ~K: _.. ~§r ~_ Page 1 of 11 Texas Administrative C®de 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 nile 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 406, 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" in §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 furnishing persons to perform services on the project. Page 2 of I 1 "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 al] 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 rule 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 r~ 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 ~' covers e or failin to rovide or maintain re uired covers e or failin to re ort an chan a that g> g P q g> g P y g 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. k (c) A governmental entity that enters into a building or construction 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; a: (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 ~4 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 file for th:. 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 w, person entitled to them by law; and ~s _ (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'standards of documentation: Attached Graphic ;: . a_ 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 sho~~~n on the contractor's current certificate of coverage ends during the duration of the project; (~) 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 nev<~ 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 are 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 E"^ G (D) provide the cantractor, prior to the end of the coverage period, a new certificate of ~ coverage sho~a~ing extension of coverage, if the coverage period shown on the current certificate ofcoverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: 1.. (i) a certificate ofcoverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate ofcoverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends I- during the duration of the project; s (F) retain all required certificates ofcoverage 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 ofcoverage of any person providing services on the project; and ~~_ (H) contractually require each other person with whom it contracts, to perform as required by r " subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided #o the '' ' person for whom they are providing services. °~,~..~ • - (e) A person providing services on a project, other than a contractor, shall: 1 rovide coverage for its em to ees rovidin services on a ro ect for the duration of the ( )P b P Y P g P J . - project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; _ (2) provide a certificate ofcoverage as required by its contract to provide services on the project, prior to beginning work on the project; 4 : (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 ofcoverage, 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 commission'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." z ~. ~~` (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 ofcoverage, a new certificate showing extension x ofcoverage, if the coverage period shown on the certificate ofcoverage 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 ofcoverage, prior to the other person beginning work on the project; and '~~` B nor to the end of the covera e eriod anew certificate of covera a showin extension of ()P _ g P ~ g g ;<~ the coverage period, if the coverage period shown on the current certificate ofcoverage ends during the duration of the project; ~:.. .. .u Page 5 of I 1 ~~: (6) retain all required 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 k~lew 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 al} 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 ex#ension 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 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 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 are 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 rule 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 F. .. { (h) The coverage requirement in this rule does not apply to motor carvers who are required pursuant to Texas Civil Statutes, Article 667~c; to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, `" Article 6675c, §4(j). ~4 . ~_ (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 are explicitly excluded from coverage in accordance ~~~ith 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 rene~~~ed on or after January 1, ~~. 1996. ~_ Source Note: The provisions of this § 110.110 adopted to be effective September l ; 1994, l 9 ~`` TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 ~, F ,... ~. ~:: w '? y ~. 7' f ~.c ~. ;. s ~: Page 7 of 11 ~' T28S110.110(d}(7} "REQUIRED Gt'ORKERS' COMPENSATION COI'ERAGE" "The laly requires that each person iworkirzg otz this site or providing services related to tTzis construction project must be covered b}~ workers' compensation irzsw~ance. This includes persons providing, hauling, or delivering eguiprrzerzt or materials, or providing labor or transportation or other service related to the project, regardless of tJze identity of their employer or status as an enzployee_ " "Call the Texas porkers' Compensation Commission at 512-440-3789 to receive information on the legal requirernerzt for coverage, to verify ivlzether yozrr employer has provided the required coverage, or to report an employer's failure to provide coverage. " - - Page 8 of 11 k T28S110.110(c)(7) - Article .Workers' Compensation Insalranc•e Coverage. 5 _ A. Definitions: n-= Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of azlthorrty toself-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- Y ~ 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's emplo}gees providirzg ser•~•ices on a project, for the duration of t11e project. '; Duration of the project -includes the tune from the beginning of the work on the project until the corztr-actor's/person's lvork on the project has been corzzpleted and accepted by the gover-nrrzental ~' ~~ entity. ~ ~ Pei sons providing services on the project ("subcontractor" in X406.096) -includes all persons ~__, or entities per forming all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contraacoor• and regardless b ' 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, wlthOLlt hnzltatlOn, providing, hauling, or delivering equipment or materials, or providirzg labor, transportation, or other sen.•ice related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vetzdors, office supply deliveries, and delivery of portable toilets. B. The corztr•actor shall provide coverage, based orz proper reporting of classification codes arzd 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 F_ ; - on the project, for• the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. r= '> ~j D. If the coverage period shown on the contractor's current certif cate 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 }y extended. E. The contractor shall obtain frrom each person providing services on a project, mid provide to ~` the governmental entity: ~,, (1) a certificate of coverage, prior to that person beginning work orz the project, so the -~ gover•nmerztal entity will have on file certificates of coverage showing coverage for all persons a providirzg services on the prroject; and ~3- (7) no later than seven days after receipt by the contractor, a netiv certificate of coverage ' showing extension of coverage, if the coverage period shown on the current certificate of k coverage ends during the duration of the project. ~- Page 9 of 11 F. The contractor shall retai+z all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shalt notif ~ the goverruzzental entity in ~i•riting by certified mail or personal deli~.ery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of n+Tl~ person providnzg services on the project. H. The contractor shall post on each project site a +zotice, in the text, for•rzz and rnarzrzer prescribed by the Texas Workers' Conzpe+zsatiorz Contmissio+z, informitzg all persons providing ser~•fces on the project that they are required to be covered, and stating hoiv a person map verify coverage and report lack of coverage. I. The contractor shall contractually require each person with ~a~honz it contracts to provide services orz a project, to: (1) provide coverage, based on proper reporting of classi f cation codes and payroll amow7ts a+zd filing of any coverage agreements, tivlzich 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 o+z the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a +tetiv cert~cate of coverage showing extension of coverage, if the coverage period show+z on the cz~rrent certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor-: (a) a certifcate of coverage, prior to the other person beginning ivo+k on the project; and (b) a new cert f cote of coverage showing ~xtensio+z of coverage, prior to the end of the coverage pe+•iod, if the coverage period sholvn orz the current certificate of coverage ends during the duration of the project; (S) retain all requited 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 10 days after the person knew or should have knoia~+z, of any change that materially affects the provision of coverage of arty person providing services on the project; and (7) contractually requite each person with whom it contracts, to pe+form as required by paragraphs (1) - (7), with the cer•tifrcates of coverage to be provided to the person for tivhom 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 cover-age will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be ftled with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page Z O of 11 i ~,_. ~~ t ~.:, Wit, ~>; ~a r- ~_ i ~r_ ~~~ ~~:/ y`Fy`^'. qq4 ''.: Yip' ~e ~w ~i __.' r ~v -_ '~. Lzsurance Regulation. Providing false or-misleading information nzay subject the contractor to administrative penalties, crinsinal penalties, civil penalties, or other civil actions. h'. The contractor's failure to comply it~ith any of these provisions is a breach of contract by the corzh-actor iwhich entitles the governmental entity to declare the contract void if the corrtr-actor does not remedy the breach iwithin ten days after receipt of notice of breach from the governmental entity. Page 11 of I 1 ~~: s: ~r __. PART A ~~. SPECIAL PROVISIONS ~. tii ~.~. F f- " N ~. fi t 1~~. 0 .. N: fir" ~~ ,. ~"e' F' t BOND 2008 STREET OVERLAYS - GROIIPS 1 & 2 PROJECT NO. 6475 (1) & 6480 (2) SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Sid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in s the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 pm, August 19, 2009. Proposals mailed should r.~> be addressed in the following manner: `Y City Secretary's Office ~1 ~ _--~~--j-' ^ ^fL ; <<_ City of Corpus Christi ~~ 1201 Leopard Street <- __ Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - BOND 2008 STREET OVERLAYS - GROUPS 1 & 2, F_k PROJECT NOS. 6475 & 6480 Any proposals not physically is possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late ~" proposals will be returned unopened to the proposer. The proposer is solely '~ responsible for delivery to the City Secretary's Office. Delivery of any ~. ;.' proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the ~. City Secretary's Office prior to the date and time of bid opening. ~~ A pre-bid meeting will be held on Wednesday, August 12, 2009, 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, Texas and will include a discussion of the project elements. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations m' '~- Section B-1 of the General Provisions will govern. ~" A-3 Description of Project ~, BOND 2008 STREET OVERLAYS-GROTTPS 1 & 2; Project Nos. 6475 and 6480 consists of _ asphalt overlays on portions of thirteen City streets. The streets will be "`~ in two groups. Group 1 includes portions of Agnes Street, Laredo Street, Wood River Drive (two sections), Horne Road, Tarlton Street and Kostoryz Road. The project base bid for Group 1 will include 62,960 s.y. pavement _ milling, 5,290 s.y. of full depth pavement repair, 25,640 s.y.geogrid reinforcement, 25,640 s.y. high strength base, 78,285 seal coat, 78,285 s.y. hot-mix asphalt concrete pavement, 126 each valve adjustments, 94 each manhole adjustments, 6,080 l.f. of curb replacement, 6,975 s.f. ADA compliant ~- 3. curb ramps, 77,640 l.f. of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract ~z documents. Group 2 includes portions of Glen Oak Drive, Hustlin` Hornet Drive, Whitecap Boulevard, Flato Road, Wooldridge Road and Yorktown Boulevard. The ~' project base bid for Group 2 will include 68,715 s.y. of pavement milling, ~:;~ 2,900 s.y. of full depth pavement repair, 15,650 s:y. of pavement reclamation with cement treatment, 73,865 s.y. seal coat, 73,865 s.y. hot-mix asphalt ,__ Section A - SP (Revised 12/15/04) Page 1 of 27 ~! k„j` concrete pavement, 17 each valve adjustments, 11 each manhole adjustments, 29,000 s.f. of removal of existing brick walkway, 29,000 s.f. of stamped concrete sidewalk, 2,050 l.f. of TxDOT-style metal beam guard fence, 450 s.y. high strength base, 850 s.f. ADA compliant curb ramps, 76,010 l.f of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the Total Base Bid for each Group. Separate contracts may be awarded for each Group or combination of the two Groups depending upon bid amounts for each Group, in the greatest advantage for the City and subject to the availability of funds. Bidders may choose to "No Bid" any Group by inserting that language on the Proposal Form for the particular Group. The bids will be evaluated in the following order for each Group: Total Base Bid Group 1, andjor Total Base Bid Group 2 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. Explanation of Proposal A description of the Base Bid Bid Items for the two Groups follow. Group 1 Base Bid (Parts A, B, C, D, E, F and G ): Consists of pavement repair, milling, seal coat and HMAC overlays, new flexible pavement sections on two streets, curb replacement, ADA-compliant curb ramps, valve and manhole adjustments., marking and striping on Agnes Street, Laredo Street, Wood River Drive (FM 624 to Guadalupe River Drive), Wood River Drive (Guadalupe River Drive to Beal Drive), Horne Road, Tarlton Street and Kostoryz Road. Group 2 Base Bid (Parts A, B, C, D, E and F): Consists of pavement repair, milling, full depth pavement reclamation with cement treatment, seal coat and HMAC overlays, ADA-compliant curb ramps, removal of brick walkways, stamped concrete sidewalk, TxDOT guardrails, valve and manhole adjustments, marking and striping on Glen Oak Drive, Hustlin' Hornet Drive, Whitecap Boulevard, Flato Road, Wooldridge Road and Yorktown Boulevard. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Bond (Must reference Bond 2008 Street Overlays - Groups 3 & 2, Proiect Nos. 6475 & 6480 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) Section A - SP (Revised 12/15/04) Page 2 of 27 ~- 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages To minimize inconvenience to the general public and to minimize their ` exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for '~ completion of each phase of construction shown below. Each Cluster of the Project shall be completed within the number of calendar ~- days allocated below: -- Streets Days From Start of Each Group %' Group 1 300 Calendar Days c Group 2 180 Calendar Days ~-~ In the event that both contracts are awarded to the same Contractor, the ~" start date for both contracts shall be the same. From that start date, the __ Contractor will only be allotted 300 Calendar Days to complete Group 1 and 180 Calendar Days to complete Group 2. The Contract time shall not be s. additive or interchangeable. f,: Days Allocation for Rain: ~-~' The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each .stage of the contract. A rain day is defined as any day in which the amount of rain measured by the ~' National Weather Services at the Power Street Stormwater Pump Station is 0.50 ( inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the - construction schedule. ~?, January 3 Days May 4 Days September 7 Days ~' February 3 Days June 4 Days October 4 Days ti_ y March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of Calendar Days, as defined in Section A-6, and as detailed elsewhere in the contract ~-: documents. Damages for exceeding the time allotted shall be as described `` below. 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. ~.9 ~: _ _ . "7 ~' ~s Section A - SP (Revised 12/15/09) Page 3 of 28 E 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, $500.00 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 from the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' 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 Froject 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 B-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. Section A - SP (Revised 12/15/04) Page 4 of 28 A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for HEAVY AND HIGHWAY CONSTRUCTION. -' Minimum Prevailing Wage Scales ~' The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit (= sixty dollars {$60.00} per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, 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 showing the names and `~ classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. ~~ . ~;.'' ~::~ The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to alI laborers, workmen, and mechanics - - eirplayed by than in the execution of the Contract. The Contractor or subcontractor shall `"` forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, 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 showing the names and classifications of all laborers, wnr}aren, arri mechanics e~layed by than in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls fri~n all subcontractors and others working on the Project. These docimients will also be submitted to the City Engineer bi-uaeekly. (See section for Minority/Mi_nor~ity Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and arse-half (1'ft) times the specified hourly wage nazst be paid for all hours worked in excess of 4D hours in any one week and for all hours worked on Sundays or holidays. (See ~•- Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) ~~~: A-11 Cooperatio¢i with Public Agencies (Revised 7/5/00) ~` The Contractor shall cocg~erate with all public and 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 work is anticipated to proceed in the vicinity of any ~~ facility by using Dig Tess 1-800-344-8377, the Irene Star Notification Carpany at 1-800-669- 8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convP~lience, the following telephone numl~exs are listed. v e. City Engineer 826-3500 Project Engineer - Group 1 ~ Scott Jones, P.E. 887-8851 RVE, Inc. 820 Buffalo Street - Co~1G Christi, Texas 78401 Phcne: 361) 887-8851 Fax: (361) 887-8855 Email: sjones~Jrve-inc.can ~~ ,, Section A - SP (Revised 12/15/04) _ Page 5 of 28 '' Project-Engineer - Grp 2 Jeff Coym, P.E. Coym, Rehmet & Gutierrez Engineering, L.P. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78411 Phone: (361) 991-8550 Fax: (361) 993-7569 IIriail: jcoymLcrgei.can Traffic Engineering Police Department Water Department Wastevrater Department Gas Departm°rit Storm Water Department Parks & Recreatiarr Department Streets & Solid waste Services AEP Nueces Electrical Cooperative AT&T/CP&L City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic} IdhC (Fiber Optic} ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN} Regional Transportation Authority Corpus Christi ISD D.S. Postal Service TxDOT Area Office A-12 Maintenance of Services 991-8550 826-3540 882-1911 826-1880 826-1818 885-6900 826-1881 826-3461 826-1970 299-4833 387-2581 881-2511 826-1946 857-5000 887-9200 813-1124 881-5767 512/935-0958 972-753-4355 289-2712 886-9005 886-2216 808-2384 (826-1888 after hours) (826-1818 after hours) (885-6900 after hours) (880-1888 after hours) (693-9444 after hours) i1-800-632-9288, after hours) (1-800-824-4424, after burs) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (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 to underground drawings, the Contractor shall make the utilities back in service to construct the the Contract price. All such repairs must company or agency that owns 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 6 of 28 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 alI 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 Area Access and 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. z 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 Engineering Department. The <._ Contractor shall secure the necessary permit from the City's Traffic Engineering Department. ~_.~_ pa~~en~will-fie-made ,-,. ~~.,}~ ,,.-.. ° A-14 Construction Equipment Spillage and Tracking 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 works-must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the workday 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. r? A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must F° 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 E~ 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 r: -; A grass. ~; rexte;~=ed~~less~hererise ^~- ~'~ Al~eees-sar~~~ereavals ine•luding bttt net-~im~ted tear ~^ ?==.,_.,~.,_ r-~ ~ sidcwal3es; ete. , awe te-~e eensidered sxbsidi~~~te-the b~id item fir „-~ E~ea~ie~~-; -there€s~e, ne d}meet-~a~~ent drill be made '-., ^..~'--,~~~- 4< Section A - SP (Revised 12/15/04) -, Page 7 of 28 w, - 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 Office (NOT USED) A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based on Calendar Days. The Plan must detail the schedule of work and must be submitted to the City Engineer at least three (31 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 for the entire project. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. Section A - SP (Revised 12/15/04) Page 8 of 28 ~- -: , _.. z', B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other ~° work done, either by contract or by City forces, the City Engineer may E direct the time and manner of constructing the work done under this `' Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of ~- traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, ?? maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction 2. e; scheduling and traffic control modifications for special events that n> will occur during the period of the Contract. ~° A-19 Construction Project Layout and Control ~'. The drawings may depict but not necessary includes lines, slopes, grades, ~' sections, measurements, benchmarks, baselines, etc. that are normally 'n required to construct a project of this nature. Major controls 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. F-° If, during construction, it is necessary to disturb or destroy a control s' e•: point or bench mark, the Contractor shall provide the City or Consultant i. a Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no F- cost to the Contractor. Control points or benchmarks damaged as a result of 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 r supporting measurements as required for the City or Consultant Project i; 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. ~.. ,~ , F; ,.a-k_iaa ^F ~mNl.i~~,oo~,~t,., .-b, Ee33~~ae~ ~eet3me~3~s~~a~s a~t~ :: cxxe -_- ti.i, _-mL,;,.,a n.,...~-1, i..a'.m lent_so~e~,.~'a~ P~'6€esSie~al Land survey--c~ ~'-L ST t- ~ ~}se~epaneies shall be ~e~ed #ay-the ~'hi~d Pasty-srx~re}~er and ee ~r€y Esnmp l i -~z~ ^ * ^ - 7 a ' a- "i' ~ r r .. ;_ ~' Section A - SP (Revised 12/15/04) ~_, Page 9 of 28 • ~ 1 ~ i~Tt~ve-r-t--~l eaa~iansnro l e s ; • 331 ..}„ ,.}, ~ , .,~,,,~ e ~ ~- / F ....7' Fl .. l ~ 21- f2V_TlL1m _n r.. d~_ i2l~V- ° ~ F 1 _ eAeing~le~~aeS--rtep-~g~..,. ~,~ :~~a~- A-20 Testing and 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. A-21 Project Signs The Contractor must install a Project sign furnished by the City at each street location as construction on each group progresses. Signs shall be 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 Business Enterprise Participation Policy (Revised to/9a) 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. Section A - SP (Revised 12/15/04) Page 10 of 28 i 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. r: ~- 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 p ~$ ~ 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°s 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). ~- 2. Controlled The primary power, direct or indirect, to manage a business {~ enterprise rests with a minority person(s). ~._: 3. 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. ~.r _ d. Minority: See definition under Minority Business Enterprise. ~M. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at Least 51.0°s 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. Section A - SP (Revised 12/15/04) a_ Page 11 of 28 r f. 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 limited in 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 the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. 3. 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 Business 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.. 4. 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. 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. Section A - SP (Revised 12/15/04) Page 12 of 28 ~.. ~. A-23 Inspection Required (Revised 7/5/00) (NOT USED) ~.. °. Die-t~aney--whey--aiag~~ak~le seetie~ $ 6 ~ e€ €he 5enera' Brev~ siens is hereby 3m^~-}n--t-hat the-Ee~t~rae-ter Est-~a~--all €ees a~td eha~ges levied b~ Ehe --i-eQx-~L~ste6~ater meter €ees end dap-€ees as ~equ~e~y--C~- `~ A-24 Surety Bonds ~` 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 ("~ Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) 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 r: x the bond amount that exceeds ten percent (10°s) 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 s by any reinsures may not exceed ten percent (10°s) 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 reinsures ~ 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 a•-- 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 reinsures that is certified F;; Ys by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsures must be listed in the Federal Register as holding certificates of authority on the ~~` date the bond was issued." s~ A-25 Sales Tax Exemption (NOT USED) ~" Se,.}:.. a ~ z~ m-,,. ~.....~~}, ,. P~e}r--isien is deleted in }ts e~tiret~ a~~-the ~. A f. I I ~'"' / , ~'.v' „7 ~~~,_,d_kl~L~'ZIe ~ym~G~e'~~e~-~~ S"G371~e ~eee c33~s 6€-~~~rcr.:~- e;: _,- Section A - SP (Revised 12/15/04) Page 13 of 26 ~- ~ 9bta}ft the fteeessa ^, ,. ~ ~ '''^- . r i i'~ c~€~-~~3 ~~3e apg~eg~~a~G ~'paee Eft t~3e-~-~'tc~~ement 9~ ~~e~'i-a~5-aixc 3 Prey}de resale ,.,-;c;,..,~,.,. .-.. r~»~ gr-eposar=~l~~: ~at°~~ul c . must-pey-€er all Sales E~eeise, and Hse~'a~es-a-gplieable ~~ '-'^; ^ "~'^; ~~'- 39.st3cS~r8sal2 eer-tifreate '-^ '~; ~ .., ; °r A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-li 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 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. 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 14 of 2B _' 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 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, which may arise or which may be alleged to have _ k 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 ~J person indemnified hereunder. A-27 Responsibility for Damage Claims (A70T USED) ~:. 6 r z ._ ~ ~nsu~3ra~e e+~a~rage, ieelttding ~t~}F-dedt~et}ble The ^it~-mast be ~R ~ ~- - '~ ~ ci i t i nn -i-7 i n i i rr ~ j L, i Y, • a , ..i.. ~•~ A-28 Considerations for Contract 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 4- pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify. the name r ` 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 5 -- ~= ~v. 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. ~- Section A - SP (Revised 12/15/04) ~= Page 15 of 28 ~~:+ - 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. A-29 Contractor's Field Administration Staf£ 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 mist 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 staff is a prerequisite to the City Engineer'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. Section A - SP (Revised 12/15/04) Page 16 of 26 (= 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: i Within five (5) working days following the public opening and reading of the proposals, the three (3} apparent lowest bidders (based on the Base Bid only) ~> must submit to the City Engineer the following information: (^: 1. A list of the major components of the work; ° 2. A list of the products to be incorporated into the Project; ~s 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 e.~ 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 clearly show that MBE participation will meet the requirements above, t '. (= 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 r, : 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 approve .'~ all proposed subcontractors, it may rescind the Contract award. ~`: ~: ~° ~. ~~; --, r 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 for Contract Award and Execution and the Contractor's Field Administration Staff. Section A - SP (Revised 12/15/04) Page 17 of 28 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "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 any 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 exceed $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" u~,;rements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: 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 of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. 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-Bid Meeting referred to in 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 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. Section A - SP (Revised 12/15/04) Page 18 of 28 ~ .,_ t- A-35 City Water Facilities: Special Requirements (NOT USED) ~ ~ n T,; ,.; r_,.v /^,...av., t..Y .,v; ..rte F .. Ee~t~aete~, his s~ee~trae€e~s, -a~--ear-s€-tom rte' T~asre aL..-.; = _.,.v,.,.., _ ~, is ~__a ..-_~; c..; -,~ ~,~~ ~~ at~~is•iter~C~r raeter--ot~€ety-~rte~xt-atia~-~r~egi, Fitt-T~~ate~ --Begar~ene~ T?e~seel. A~~ ~- C~ieatatie~--T?-~egre~~--da}11 ~-a€€e~e~--~--a~rt~i E` ~ ,..`. ...,.....~...,....,~ .,..~....~ ..., .. ...... .~ .., , .t.~...~.-~ a ., _ .. ~..r .... .s r~r i ....,... ~ , ~:~ d?lde, eq~lp~ent, 9W related to Eit~-water ~$e~3, €'ae~l} ~realE twat e~, eentr aad-time el, 6~ a . Alm-stte~ nY ..ai.,... , a..... items--~trs~-be Y"s epe~-a-fed ~~a~-ogerate theme iYV T.t;. ~-.. ,~.~~.~.-.-, ...+-.. _ ~ -_ -r ~- r-er--e , ~,_.a ___ ther- ae~eri~e~ ma3~'te~a ~ee empieyee-e€ `t G E", Tlrn!_cnt-i ~?a.sf L7-itca L1,a aT '~ +-~s ~., aii-times. ~'~e Ceet~ aetar s ~aii ~r~e~eet t ie q~lit ~-e€ tie water ~:: ' _ ~.~ the ;e;/-site and s Bepar~meat-te-drat-eet ~ ^,.~. F......... a__ ~ ai, TwT~`T /,. T3a3i ee the q~ TCL~ ca,.. ar~di it~ ...a a ~te its-w e€ the •°.~~ G1 o~'n-~ait~ - ' -~~Ei~~.-~a-ter Aiimatey}als aid e~ti~meat used i~ the ~~pai~, ^-~'~,., F ~ .txa::spe~tat}ea-reiastallatie~t, aad i~speetia~t a€--~ttmps, er---an-p g... a a cza.£o c° =ui cii"cc TT a ...... ~~.., o ~ ~ £datie~tal Staadarda F~zstr~~te~4.a~tsr~~ r; ~.._ Sueh-water}als }aelede all sela ents, ele aaers, lt~riear}ts, g-as #e~s; f,:4 ~~~~>d A -^P.. ~a,., ..a :~9s, er hydrac~l} e egts}pment These }terns ~~ m....t ..,,t b~ Wised ealeg s t-he~e a€er~a wit h- ~7Sl~PTRi' StaadaF~---~ ~-~ Bless-s~le€x-~-hems-are inspeet ed en the s}te ~ -.•.at,,..., -_a ^"--- ~:: €+ersennel }~aed}ately- ~rta~~-- ase- ,h,`~;;- 11~e-Cent racier ..:i...~~ t.......~a.., t =ie Eeg}ee er Nd}t~3 eeg~es $~ wic k t=~e~E3 ~•~; Yteo 0 0=~ = SF ~ta eeuid eeme-iate ee~tae ~a~~ 6-i t with~at appre-d~3 able ..,~ . €er ali x~ate~ials- ,.~r~~ E Tian~l~n d B}s sa~ - € T - € . - g an pe . e~ ~ as i ai i r,-~~~ ~~ --~o~br ~h c t~-aeter e~ his emgleYees, aQe~tts, er °ubco"tiaecviv, uaoc ~ cv=ztai~3ed at alb times at t~3e water ~- £~r~a-1-i-~ j~ai~c Rlauaira~ csasi •; , ~ 33At ~e a~~ewe~ '£~3e ~'ei3t~ae$e~' ~- -: Section A - SP (Revised 12/15J04j Page 19 of 28 as-~e~e~ie•e~~~-tnee~ie~ €~e gtta~}€iea~}eases€~~t~ 9-~e~eba~s vav^si's riic rma-c8o, t~••uaz-r3 zi^vi irm:c~e~ ~6, FCFB~~€~e~~~6335, a~~~~~6335, e~ta~xges, se~ee~}ens, €t~~~is~}~, ins-€a~~i~g, , an~ee~~e~ s~s~era ~ttsreess; ~_~_-~~, f _- =rr'_-==-' ~= ~'~= {~tEttei~a~ •.--.va-cc~„~---cc==`cr-'.~.'c'rs~c~:~scci~~3~ i. ~ nas~e~€e~ted~Q~3~~-s~s~e~+s -s€ ee~n~a~a~~e sire, , and ee~ie~i~~-as ~eq~ti~e~ rat €€ris r..~~v~,.~ .. ,~ ,....,.~ €~~ee 3 . ~~e has ~eee€}v~e~~--er~gage~ }~r-t-~e-~~e-e€ __,. „^~< F: ^a 4 , ate ex~g~e~s a aegis€e~e~ ~~e€ess~iena3~ ~gi~ee~-, ^^~~-^' ~~s~ems ~ngi~ee~, e~ an ~~ee~~iee~-~rr3g3~ree~ €e s~rge~rise--ems ~. FIe em~~e~s-~e~se~~e~ e~ ~~tis ~~~~-eel w~e~ ~-•° ~ ~~~••"-- eet~g~ a ~e~~-xta~ € ae ~~x ~e~J-s---~~i~i~g-ee~r~ se ~~-im~~e~xea€ ink€~e-sPee i € ie a emgt~€ e ~ s , _ ~U~' s , a~a r-- Section A - SP (Revised 12/15J04) Page 20 of 28 S r E , serTa}ee €~e€1€t~wit~xi~ 498 m}les e€ tl~e ~re3-e e€ s}€e-~e - Rai~ai~, ~epa-~~, eal}brute, and~reg~am- the-s~}~^~~ __ ~. ~,a _~,~ :e sell €~t~is~i eq~igm£~rt whieh }s the-~redtte~ e~ene ,~,an~€act~trer to t-he-ffta~i-praet€eal extent. Where~~is ~~ r~ot~raet}ea3., X11-egaipmE~nt e€ a gives urge--vaill berme ., grsc~ttet a€-ene ..~~..~.,,.,.~ my .,.~,.,.~~ S . ~rra~~€a~-~~ee at t e 9. ~a. Stevens Water ,,, .. ~ ~ ~ , , ~.,, a , ~- x ruixc 'vo•ixx sic cz ica~33 eea ~a-t~~3g 4dh}e}} E'en~~'a$t6~-vi`' st~ee~r~et-e~~~egr~ts t-he neu~-we~~e €e~- '~-`=== ,,,.~,~~` --~---• 9. rye-Ceittraete~ 'shall-p-~edtxee all €€lled ettt hlec~s required to s3~s«the-~~egrt€n~--ers- needed~d ` required, te-~dd these twe systems to tote `, SE"~~s~s~~;~-~ltzaehed €s an e~amgle e€ the~••~~-' }~r~eg-r~~ri~g-blae#s~~ieh t-~e-Er-ty-r~equir-es- te-~~€}~led~r~ e_r. ae~-~i~re~te-~Er-ty-F~gineer w-i-th--all ehanges-ma~P -'..__n~ k- ~ '> } s Fez-r~tended to shave--all e£ th~r~ega i rid---sli2et s . Thy ~'¢ 4- shall-~-a3.l~eEi ~ ,~,,= T "mac` r. - .. ~ `. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outli ned below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to --a e` 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. ~` 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 ~a 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 ~w fosin . 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 R- 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. e.. 4s Section A - SP (Revised 12/15/04) ~_ Page 21 of 26 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. I 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 Technical Specifications Section, 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 for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Pro'ects Por Government Entities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) Section A - SP (Revised 12J15/04) Page 22 0£ 26 A-40 Amendment to Section B-8-6: Partial Estimates ~° 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 not be counted as a calendar day. 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 Indemnification & Hold Harmless k~ 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, material man, 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, ~~° material man, 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 -~, causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A-44 Change Orders N ~~` Should a change order(s) be required by the engineer, Contractor shall 6 furnish the engineer a complete breakdown as to all prices charged for work F 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. ~4 . @a - ~k '_ fCf~ L.`~ Section A - SP (Revised 12/15/04) Page 23 of 28 -- 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 Highly Chlorinated water (x/5/00} (NOT USED) A-47 Pre-Construction Exploratory Excavations (7/5/00) (NOT USED) Section A - SP (Revised 12/15/04) Page 24 of 28 _ z. s~ t E'C1ntr'1fi~L1r -~-~1.1~.._..i.....~ 336 e6339 crtiet~6n Fa6£)F 633 c~3e r s --, ~z ~cs~~f=or1 ccs ~'t'~~' ~- [~ tin#il E'nntr'ars~r-wr rc~ci~ro ~ F-^ - 2r~h ~ •, N =d ..:~ P-, ,- .- s)36~~-F3`ey~~e S. ;. ~, , t, a e _ o .-, c pace~3~33g Ec~~itraete~ ~. A-48 Overhead Electrical Wires (7/5/00} ~: Contractor shall comply with all OSHA safety requirements with regard to ~` roximit of construction e P Y quipment beneath overhead electrical wires. There 4.~ are many overhead wires crossing the construction route and along the construction route. Contractor shall use alI 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 z. -= overhead electrical wires or facilities occurs. ~~ Contractor shall coordinate his work with AEP and inform AEP of his - ~. construction schedule with regard to said overhead lines. ¢, .y 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 E 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", B-8-11 Maintenance Guaranty, add the following: ,y "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 Geotechnical Re ort ~.y ~` Two geotechnical reports were prepared for the project. They are: Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for >_~ the Proposed 2008 Bond Issue Street Overlays - (Group 1), Corpus Christi, E. , Texas, April 8, 2009." ~ Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for " the Proposed 2008 Bond Issue Street Overla s - y (Group 2), Corpus Christi, __ f .> Texas, April 8, 2009." ~: A-51 Mobilization and Demobilization Bid 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°s will be paid upon completion of the street section. ~: Section A - SP (Revised 12/15/04) Page 25 of 2B 1: A-52 Amended "Prosecution and Progress" 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". A-53 Electronic Submittal o£ Bids The following paragraph modifies Paragraph B-2-7 Preparation of Proposal, .of the General Provisions The bidder has the option of submitting a computer-generated print-out, in lieu of the Proposal (Sheets 1 thru 27, Group 1, 1 thru 18, Group Z and the Total Bid Summary Sheet}, INCLUSIVE. The print-out will list all bid items contained on the Proposal Sheets (3 - 24 Group 1, 3 - 15 Group 2). The print-out will be substantially in the form attached on the following page to these Special Provisions. If the Contractor chooses to submit a print-out, the print-out shall be accompanied by properly completed proposal pages (1, 2, 25 and 26; Group 1, 1, 2, 16, 17, and 18 Group 2}. 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 the 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 these print-out by the respective estimated quantities shown in the Proposal {Column II) and then totaling. Signature Title Date Section A - SP (Revised 12/15/04) Page 26 0£ 26 F "' t - F __ t. ~, P. :~ e. E' ~= ~.'> ~. ~_ r ~: ~: k k .. 4 ' ~. ": ~'. ~~' ~~_ '~ t rt. `' 'h-s a .! ~- S_ ~r F 4 A '~'~, SUBMITTAL TRANSMITTAL FORM PROJECT: BOND 2006 STREET OVERLAYS - GROUP 1 PROJECT NO. 6475 OWNER: CITY OF CORPUS CHRISTI ENGINEER: RVE, Inc. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04) Paqe 27 of 28 ' SUBMITTAL TRANSMITTAL FORM PROJECT: BOND 2008 STREET OVERLAYS - GROUP 2 PROJECT NO. 6480 OWNER: CI'£Y OF CORPUS CHRISTI ENGINEER: Coym, Rehmet & Gutierrez Engineering, L.P. CONTRACTOR: - SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP {Revised 12/15/04) Page 28 of 28 ~ ._ ~ F...~ t z ~_ ~: z t: ~-.> Gr .. g~ t .-. 5..,. k"~ •, ~- is ~i' `~.. ~: ~ .. S '~li ~.._ . _. ~' .T. i ~~ .. J~ COJ~UTER PA7NI.OLJT ~i t ui TV V B:dttcrn Qty. 7LasDcwsipuvn UnitPticsin Bid ltan Ext. Units' ~ F On. X Uttit 1'rioc ,A I 37,475 SY Stmt CxcaYaticn ~_~ 00.00 ~ 5,033 5Y 6• C.emrsrt STBL Satvo~ geye ~ ~ tD0.00 Erc. ELC. ~. D2.I 3}tsA M.riofeFizsa-ls _ 0000 00.00 sub-rncei 8xsa Bid p° (ictsts (Ilcros D I -DZ 1) ' Sub-Tote! t3ase$id "A°Itans: ~ Sub-Tata2 Bas~Bid "B" Ittms: ~ Sub-Tote.! B3sci3id "C" Itacnr. S Sub-Total Sx~e Bid "D" icons: S Total Sass $id Jtems; S Coym, Rehmet ~ Gutierrez p,~ IBPE fpm Rep. Na f.?B8 v ~ t~ssoun, su~xio ~t ~~ ear: «,~ «~.~ EXHtt31T SPECIAL PROVISION ITEM'A-53 i F- ., ~.> 5...: i ~- ,~ r: ` ~ _.~ k. ATTACHMENT I F . (CITY INSERT BOND 2008 SIGN EXHIBIT) P- -. ~~ ~~ -:~ ~: ~. ~m ~- ~: ~.., ~. .. ~; ~~ S t f k ti. ~'° e` v l £. :. E ¢.. n a ~y `e'- 4 •. ~°::d ~~. s ti .- ~~, ~: ~: 8..: "' 3 '. K ~_. &:~. ~Y 3 ~" ': A G R E E M E N T TEE STATE OF TEXAS § COUNTY OF NUECE3 ~ THIS AGREEN~NT is entered into this 22ND day of SEPTEN~ER, 2009, 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 Berms Contracting, LP DBA Say, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $2,733,748.55 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: BOND 2008 STREET OVERLAYS GROUP 1 PROJECT NO. 6475 (TOTAL BASE BID: $2,733,748.55) 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 98/21/2009 10:27 3618263501 ENGINEERING PAGE 05/33 P R O P O S A L F O R M F O R 80NA 2 0 0 8 S~RSE'~ OVk~RLAYS -~ GROIIP 1 PROJBC"'~" NO . 6 ~ 7 5 DEPAR;TME~TT OF fiNC3INEERINt; SERYTCfiS CITY OF CORPUS CHRISTI, TEXAS a°Q Aev~p.ya Proposal Form ADDHNDUM NO. S Attpeltmant No. 2 Pa<.Je I of a 9 P90s 1 of 29 ~.,u~, ,~~..~. ,.. 17 ti! Ll! LrJ G'~ lb: L! 3bltyLb~~C11 P R Q P O S A L C o ~ ~ .~.r C`. ~~. a~~.~ ~= ,,~. :Place Nate : $' 2 ~ - 0 9 Proposal Of tJ a r r -/ 1. e..~ r 4 apt-; n+ Imp D 3 A Q d•~ ~-~'c~ • f a Corporation organizer. sand existing under the laws of the state of ~~ a Partnership or individual doing business as TO: The City of Corpus Christi, Texas GentJ.emen The undersigned IZereby proposes to furxti.ska all. labor and materials, tools, and necessary equipment, and to perform the work required for: BO~+'!A 2008 sTRSP~T OVBRLA~YS - GROUP 1 PROSE+.'T NO . 6 ~4 7 5 at -the locations set aut by the glans and specifications and in strict accordance witka. the contract do<.uments for the following prices, to- w~,t ; ADDF~IVDUM NO. S 2n° Revised Proposal Form AtlaOhm~ntNo.2 Page 2 of z9 ~ Pepe 20(29 08/21(200.9 10:27 3618263501 ENGINEERING PAGE 07/33 = I= I;CI Iv v ~ ~ v~~ t ITEbd UNIT DeBeac~.ption Priao Total PA1ZT A. AGN>~8 $TRBET BTREBT ~IId@ROVBTS A-1 1 L.S. Mobilization, complete and in place per lump sum. $ 20oD, Do $ 2 o n o. o 0 A-2 1 L.S. Storm Water Pollution Prevention Plan, complete and in place per lump sum. $~~. o o. oo $ 22 o a, v o A-3 1 L.S. Traffic Control, complete and izz place pex lump sum. $ f Z o 0 0.00 ~ $ l2~oaD. o0 A-4 17600 S . Y , Millizxg 0"-3°, c•cmplete and izz place per square yard. $ I • `~ 0 $ 2w 4 •t•.p. a_o_,..._... -~ A-5 17600 S . X. Sea], Coat, complete and in place per square yaxd. $ t • S o $ 2 b ~ o o. o 0 A,-6 1295 pull-Depth Pavement Repaix, S.Y. complete and in place per square yard . $ 3 8. o o $~ 9 2 t o , no ~ A-7 17600 HMAC Overlay (2";~, complete and S . Y . in place per squ~~re yarrd . $ ~ ~ 9 D $ (S ~ `~ o . on .. A-8 5 Each Adjust Existing c:ommun~.cations Manhole, eompletE: and in place per each. $ 1 V~ o a. s o ~ $ 7 0 0 0, o o~ ~~ A- 9 54 S, . F . Remove and Replace Curb and Gutter, complete and a.zi place per linear foot . $ ~-(~~. a o $ Z i (, $, o 0 ADDENDUM N0.6 2s° RevlePC4 proposal Form Rlud-ment No. 2 pagF 3 of 2 s Pape 3 Of 29 08/21/2009 10:27 3618263501 ENGINEERING PAGE 08/33 T zz azz zv v _ Q`t'Y & Vni t T~'1:Dd SNIT Description Prise Total ~ ~~~ PART A. AQJES STREET (Coat' d) A-10 1985 Reflective Pavement Markings L.F. TY.I (Y) (4") (SLD) (100 mil) , complete and in ~~lace per ]. inear foot . $ ~. 31 $ ~ 3 `~~ `~ S A-11 1843 Reflective Pavement Markings L.F. TY.I (Y) (4") (8rok~an) (100 mil) , complete and in ~~lace per linear foot . $ o . 37 $ ~ 8 (.'; i A,-12 4112 Reflective Paveme3rit Markings L.F.. TY.I (W) (4") (Erokt:zl) (100 mil) , complete and in place per linear foot. $ O.3b $ ~ ~t-oA, 3z A-13 7.50 Reflective Pavement Markings L.F. TY.I {W) (8") (SLD) (100 mil} , complete and in place per 1 inear foot . $ c6') , "73 $ (~ 9. 5 0 A-14 57 L.F. Reflective Paveme:rit Markings TY.I (Y) (12") (SLD) (100 mil) , complete and in place pex linear foot . $ Z. Q~ $ 1 S 9, G o A-15 7.82 Reflective Pavement Markings L.F. TY. ~. (W) (12") (SLD) (100 mil) , complete and in ~~lace per 1 in.eax foot . $ 2 . ? S $ $ o D. S o A-16 318 Reflective Pavement Markings L.F. TY.l (W) (24°) (SLD} , complete and . in place per la.near foot . $ 5' ~ D $- ~ ~ 8 4 • g o 2n° Rev~,9od Proposal Porm Page 4 of a9 ADDENDUM NO.S ACachmeM No. 2 Page 4 a( 2B 0S/2112009 10:27 3618263501 ENGINEERING PAGE 09/33 I TI III TV V "_:'~: QTY & Veit TTgDd UNIT Descripti.ali Price Total. PART A. AGNS3 STRBET(Coat'd) A-17 75 Each Raa.sed Reflectiv? Pavement Markings (`z'YII-A-A) Yellow, $ -3 . L p $ 27p , a o complete and in place per each. A-18 80 Each RaS.sed Reflective Pavement Markings (TYI-C) White, complete and ~.n place per each. $ 3 ' ~ o $ -2 8 g • o o _ A-19 11 Each Raa.sed Reflective Pavement Markings ('~YII-8•-E) Blue, complete and in place per each. $ 3 , ~ o $ 39, `o .AVM T naPROV s A-20 349 Remove Existing Concrete, S . F . complete az~d in place per C .~ 0 $ 2 3 ~ ~ ~ e square foot . $ A-21 36$ Concrete Curb Rarnp, complete ---. S.F_ and in place pcr square foot. $ a. ~ o $ 3 810, o0 A-22 1 Each Adjust Existing ~alectrical Box, complete and in ~~lace pex .each. $ ~ 3 0. oo $ ~ 3 0 . ao .A-23 1 Each Relocate Existing Electrical Bo~c, complete and in place per each . $ ~ o .D a. O o $_ a d o D. 0 0 3TO~tM ~PROV 'P8 A•-24 12 Each Adjust E~tisting ;storm Sewer Manhole, cbmpl.ete: and in place •~ pex• each. $ ~Z oo.ao $ ~`E',`~F00. ao ADDENDUM NO. S 2i0 Revi,s~.e Qt'OXJ09a1 Form ACachmeM No• 2 1'AgG S of 29 pegs $ of 2B 08/21/20E9 10:27 3618263501 ENGINEERING PAGE 10/33 r =_ rz:z rv v ~TE1l~ QTY & vNrT Deacriptioa IIait Px'iee Total PART A. AQJ&3 STItB'gT (Coat' d) SAldTTARY IMPROVSDd8I~1T8 A-25 13 Each Adjust Existi.x~g Sanitary Sewer Manhole, complete and in place per each . $ I'd's 0 , ao $ ~' g ,S o , 00 ~P'ATSR ~DdPROVSd ~N'P3 A-26 38 Eacb Adjust Exiet,izxg "mater Valve, comp~,ete and in place per each . $ S 7 0 , on $ Z ~ G 6 0, o 0 SUBTQTAL PART A_ .AC--OIJSS BTR~wET (IT,B,Od',q A2-A26) ~' 3.s) 3~$.Z4-~ PART 8. LAR$DO BTR~ET sTREBT ~~[PROV~NT'3 ...... B-1 1 L,S. Mobilization, complete and in place per lump s~zm. $~.opo. DO $~ noo. on B-2 1 L.S. Storm Water Pollution Prevention. Plan, complete and in place per .lump surn. $ 1`~ ao. ao $_ I g oo. ,po B-3 1 L.S. Traffic Control, complete azxd in place per lump sum . $ o 0 0.. o o $ o o a . o B-4 9945 S.Y. Milla.zxg 0"-3" , complete and izx place per square ard. Y $ 130 $ fz 9z$.so B-5 9945 S.Y. Seal Coat, complE?te and in place per square yard. H-6 161 S.Y. Full-Depth Pavement Repair, complete and in place pex square yard. $ 3 g, oo $ (0 1 l $,O0 ADDENDUM NO. 5 2iQ Rev1E•Bd prOpOB81 FOY'm AMOlvneMNO.2 page 6 0£ 79 Pipe 6 CrF 29 08/21/2029 10:27 3618263501 ENGINEERING PAGE 11!33 z =_ =:~z =v v QTSr & Um~.t ITEM UNIT DeSCr:Lptioa Price Total PART 8. LA>Ei,8n0 STRSBT (Cont•d) 8-7 9945 HMAC overlay (2") , complete ax].d S . Y. in place square yard. $ B` ~ `~ o $ ~8, S 1~ pso B-3 3 Each Adjust Existing Communications _ Manhole, complete and in place per each, $ 13 o n. no $ 3g0 a a o B-9 131 Remove and Replace Curb and L.F., Gutter, complete and in place per 1 iza.ear foot . $ ~' 1' ° ° $ S 3~ 1. o0 B-10 2225 Reflective Pavern.ent Markings L.F. TY. I (w) (4") (Broken) {100 mil) , complete and in place per linear foot . $ O . to 3 $ l 4 0 -, -75 B-1.1 544. Ref~.ective Pavement Markings ~~'~~ ~~ L.F. 2'Y.I (W} (l,2") (SLD) (lao mil} , complete az~.d in place per linear foot . Z,S o $ $ 13 ~ a . o 5-12 606 Reflective Pavement Markings L.F. TY. 1 (W) (24~' } (SLD) (100 mil,) , complete and in place per linear foot . S S • 25 $ 31 $1 . S o B-13 28 Each Raised Reflective Pavement Markings (TYI-c) wha.te, complete and ~.z~. ;glace per each. $ ~' ' S ° $_~ S 2• oo , B-l~ 6 Each Raised Reflective Pavement ~ ~~~~ Markings (1'YII-B-B) Blue, _ complete axed in ;glace per each. $ ~' So $ 3~, 00 ADDENDUM NO. S 2°° Rev;~ised Proposal Fozm Attsd+n+alt No. 2 Page 7 of 2 9 Picpe 7 Of 29 08/21/20E~9 10:27 3618263501 ENGINEERING PAGE 12!33 z == r:c= =v v QTY & wait ITEM UNIT Deser:Lptiort Price Total PA&T 8 . LAR8D0 3TRE~T (Coin' d) B-15 167 Eliminate Ext Pely MRK ~ Mrks L . F . (1.2") , complete and iz~ place _ _ per 1 inear foot . $ 3 . S o $ 5 B mot. So B-16 21o Eliminate Ext Pew MRK & Mrks L.F. (24~), complete and in place per linear foot . $ ~• 2 S $ ~ S Z:..So Avn = MPROV,r rrs B-17 723 Remove Existing Concrete, S.F. complete and in place pear $ 6.4 5 $ 'k 80~ `~ s square foot . . 8-18. 783 Concrete curb R~.mp, complete ~~- S . F . and in place pea' square foot . $ O' G ~ $ X29 9 • ~ ° B-19 1 Each Relocate Sign, ~~omplete and i,x~ place per each. $ Z so, eo $ 2 s- a. ao B-20 22 Each Traffic Button I'X-W (6") , complete 'and in place per each. $ 1 3•So $ Z97. 00 STORM IMPRO'V~ ENT3 8-21 8 Each Adjust Existing Storm Sewer Manhole, complete and in place per each. $ II Pa•oo $ g'Eoo. 00 BANTTARY IMPROVSMBN'P3 8-22 9 Each Adjust Eat;isting Sanitary Sewer Manhole, complete and izx place per each . $ ~ ~(- o o. ao $ Z 6 0 . WATER IMPROVSM SNT3 B-23 20 Each Adjust Existing ~'ater Valve, complete and in place per each. $ S ~ o , o o $_ (1~ ~F oo , 00 ADDENDUM N0.5 2"" RgviBed Proposal Porm Aehdue+ent No, Y Pages H o~ 29 ~ Pape N aF29 08/21/2069 10:27 3618263501 ENGINEERING PAGE 13133 I TI I:CI IV V _ QTY & TJit~, t IT$I!d UNTT Description Priee Total PART B. LARSDO sT$B8T (Coat'd) C;AB I baPRO'VRD~N '~S 8-24 4 Each Adjust Existing Gas Valve, complete and in place per each. $ ~ ~ o ~ Qo $ 3 ~ ~ o. o 0 s~TOTAZ PAttT e . LARTDO 3TRSST (IT~9 81-82~) $ 2 03 , ~4 31, 5 0 PART c . A~OOD R.TVBR flRIVE (FM 6 Z4 to Quadalupe River Dxive) sTREgr IrapROVB na~nrrs C-1 1 L.S. Mobilization, complete and in place per lump ~~um. $ Isop.oo $ ig'oa.oo C-2 1 L.S. Storm Water Po1l.ution Prevention Plan, complete and in place per lump sum. $L oo. o n $ 2 00. 00 C-3 2 L.S. Traffic Control, complete and in place per lump sum. $ `i o oo. oo $ g ooo. 00 C-4 13066 k'~;7i,~'3~1~,w~:~''-3•"._:~.._~-~1~e:•~''c~~;.:i73_ '. S . Y . ;:fai~;,~;:~~+' .'s~ti~ia~~~:.'..~rt1`~"~.:>..:,~ ' $ (. G o $L fl 4 os, ~ a C-5 13066 Seal Coat, complete and in S.Y. place per square: yard. $I ~f-o $ $ Z42.u.o C-6 1380 Full-Depth Pavement Repair, S.Y. complete and in place per . square yard . $ 3 `. o o $ ~ 9 ~~ go , o 0 .~ C-7 13066 HMAC C+vexlay (2"), Complete and S.Y. in place per sgv.are Xaxd. $ `'l. o o $ ~ 1~7_$g~, ao ADDENDUM NO. S 2"0 Revised Propo~+a~ Fozm At-~chmOnlNO.Z Pages 9 of 29 Page 9 Of 29 0S/21/2009 10:27 3618263501 ENGINEERING PAGE 1.4/33 I II III IV V QTSC a vuf t ZTB~d UDTIT Deacr~,ptioll Prise Total PART C. WOOa RIVER DRIVE {gam 62~ to Guadalupe River Drive) (Cort`d) C-8 633 Remove and Replace Curb and I,. F. Gutter, complete: and in place per linear foot. $ ~{ t. oD $2S,gs 3,90 C-9 4 Each 3" Speed Hump, complete and in place per each . $ g ~ o , oo $ 3 ~t-t o , p o c-10 6286 Reflective Faventent Markings L.F. TY. I (Y) (4"? (SLD) {100 mil) , complete and in place per linear foot. $ o. 35 $ 220o.io C-11 5661 Reflecta~ve Pavement Markings L.F. TY.I (W) (4") (SLD) (100 mil) , complete az~d in place per linear foot . $ n . 3 ~4- $ 1 9 Z y, -7 ~. C-12 10o Reflective Pavement Markings L.F. TY.I(W) (8^) (SLD) (100 mil), complete and in place per ~~ linear foot. $ o• 3 ~ $ 3 ~+. oo C-].3 320 Reflective Pavetr~ent Markings L.F. ~ TY.I (W) (12°) (SLL~) (100 mil) , complete and in place per linear foot. $ 2.~s $ ~$~t'• op c-14 238 Reflective Pavement Markings L.F. TY.1 (W) (24") (SLL~) (10D mi7,) , complete and in place per linear foot. $ y'~ 9 0 $ ! l (~ 6.a o C-15 1 EsaCh l?retabricated Pavement Markings a~`~' TY.1 (W) (Word) "ON'LY" (3.00 mil) , t `~ °' 0 0 I ~ o . o , ~1D'• complete ar~d in place per each. $ ~o- $ -~ ADDENDUM NO. 5 2°d ~iCQisad Proposal Form Altwchma~rtNo.2 Pages 10 °~ 29 P9g91oof29 08/21/2009 10:27 3618263501 ENGINEERING PAGE 15/33 z == zxt 7v v QTY ~ IIai,t ITEffi O'NIT Desex'i.ptioa Prices Totes], PART c. WOOD RIVER DAN'S (FDA 6~4 to Guadalupe ~tivex Drive) (Coilt'd) C-16 2 Each Prefabricated Pavement Markings TY. i (W} (Left Turn Arrow) (100 mil} , complete anal in place per $ ~ ~-D. ao $ Z 8 0 . o~ each. C-17 2 Each Prefabricated Pavement Markings TY. Z (W) (Ra.ght & Left Arrow) (1U0 mil), complete and in place per each . $ 2Z o. ~p $ 4"~' o- o0 c-~.8 95 Each Raised Reflective Pavement Markings (TYIZ~A-A) Xellow, complete. and a~n place per each. $ 4-.~ts $ ~22.~5 C-19 20 Each Raised Reflecti,v~~ Pavement Markirgs (TYI-C) Wk~zte, complete azld in place per each . $ 4, ~ S $ $ 9 . o n C-20 6 Each Raised Reflective Pavement Markings (TYII-B•-8} Blue, complete and in place per each . $ ~-t'. ~l•5 $ L G •7 0 ADA I ~dPROVL~dBN TS C-21 477 Remove Existing concrete, S . F . complete and a,zz ~~lace per square foot. $ ~•~°5 3 ~ 7i ~ 5 $ C-22 696 Concrete Curb Rar:-p, complete s.F. and in place per square foot. $ I o.~o $ ~z3g,~Lo C-23 1 Each Relocate Sign, complete and in place per each. $ 2.Sp. oo $~so. ao C-24 2Q Ea.Cxi Traffic Button T5.'-W (6y) , complete and in place per each. $ 3. S o $ 2"?0. ao ADDENDUM NO.6 2°0 Revinod Proposal FoSm AtlachmeatNo. Z Page 1l of ~y PABe 11 ot29 08/21/2009 10:27 3618263501 ENGINEERING PAGE 16/33 I IT III IV V ITEM QTY & UNiT riescriptioa vSai.t Price Total PART G. WOOD btIVSR DRTVS (FM 624 to (3uad81upe River Drive)__ (Coa.t'd) STORM IDdPROV~I Q~:i~1'T'S C,25 ]. Each Adjust Existing Storm Sewer Manhole, complet:.e and in place per each . $ 1 ~1-a. , o $ ~ 3 ~F ~. 0 0 WATER IMPROVEM SD7T8 C-26 2 Each Relocate >~'.~cistixig Water Valve, complete and in place per each. $ S 70 , ao $_ _l 1 ~l-o. o 0 C-27 1 Each Adjust Existing Water Metex', complete and in place per each. $ X4-0• oo $ S `E-o• o0 SffBTOTAL PART C. i~00D RI'V'ER .DRIVE (Fki 624 to Guadalupe River Dr'~v~e) (IT~$ CZ-CZ7) ~ Z (o$ "372..4 •} k'ART D. WOOD RIVBR Dxt,IVB (duadalu a R~.ver Drive to the Alle South of Teal Dr~,ve) STREET xII~ROV~$NT8 D-1 1 L.S, Mobilization, Complete and in place per lump e~um. $ 2 o p o. oo $ Z o o. o 0 D-2 1 L . S . Storm Water Po~.l.ution prevention Plan. complete and in place per lump sum. $ t oo. oo $ I o o. oo ~ ~-- D-3 1 L.S. Traffic Control, complete and 3.r~ place per lump sum, $ 6 3 0 0, oo $ ~ 3 0 0. o 0 D - ~ 2 2 5 8 .)~ ]:1:~a~g~.: '0:"..~:= 3 "~;. , c~ot~l?l:ete ~ ~.'az~d~ iix S . Y. '~'3~~=~r. Sc•~t'13~'~: ,Yd~ .' $ ~ . 3 n $ Z 9 3S..,Lo D-5 2258 S. Y. Sea). Coat, complete az~d iri place per square yard. $-. s o s 3 3 s-~. 0 0 ADDENDUM NO. S 2"" Revised Propo~aal FoYm AttAChrtrentNo.2 Page, 12. of 29 begs ~2 of Ze 08/2112009 10:27 3618263501 ENGINEERING PAGE 17!33 s zs sl:s Iv v (~Ty & IIai t ITRM UNIT Descri.pt~.on Price Total PART D. WOpD RIVER DRIVE (Guadtslupe River Drive to the A~],ey South of Teal pr~.ve) (Coat ~ d) D-6 399 Full-Depth Pavement Repair, s.Y. complete and a,n place per sczuare yard . $ 3 g• a n $ l s ~ t, ~, o 0 D-7 2258 HMAC Overlay (2"), complete and S.Y. in place per square yard. $ ~•oo S 2 ",3Z~•oo D-8 221 Remove and Replace Curb and _ L . E . Guttez', complete and izx place per linear foot. $ y'2• c~ $ `1Z$Z• o0 D-9 1114 Reflective Pavement Markings L.F. TY.I (Y) (4") (SLD) (x.00 mil) , complete and izz Mace per linear foot . $ o • S~ $ L o ~. 5.6 D-1o 919 Reflective Pavement Markings L.F. TY.I (W) (4") (SLD) (x.00 mil) , complete and in ;P~.ace per 1in,ear foot. $ o, 5 z $ 4•'~~. g ~ D-~,1 14 Each Raised Reflective Pavement Markings (TYII-A-A) Yellow, complete and in Mace per each . $J y- ,~ , $ j 9 ~ , 0 0 SUBTOTAL ,FART D. FOOD 12TV8R DRIVB (Quadalupe R.f'ver $ (o a '7 (, 3. ~~{ Drive to the A31sy sout,I~ of 9'ea1 Drive) {TTSMS ,a1_,D31} PART E . HORNIS ROAD 3TRRRT IDdPRO'V E~BIQTS E-1 ~ L.S. Mobilization, complete and in place per lump sum . $ 40 00, oo $ 4 Do o. a o ADDENDUM NO. S 2"° Revi!!CQ Piopoeal Eozm Atted~merrt No. 2 Page 13 of 29 Pegs t$ W 2B 08/21!2009 10:27 3618263501 ENGINEERING PAGE 18/33 I II I:CI IV V QT'Y' & IIa,i t ITBD~ III~iIT Deacr:tptioa Price Total FART 8. HORNS ROAD (Coated? E-2 1 L.S. Storm Water Pollution Prevention Plan, complete ara.d in place per lump sum. $ 14 c o• oo $ ~ 4 po. Qa E-3 1 L.S. Tra~~iC Control, Complete and in place per lurr-p sum. $ 17~ oo.ao $ i7 000. o0 E-~k 9511 Milling 0••-3", complete and in S . Y. place per square yax'd. $ ~ • 3 0 $ t~ 3 V ~t. 3 0 E-5 9511 Seal Coat, complete and in S.Y. place per square yard. $ ~ • so $ 1'r'2 `~. s'Q E-6 286 Full-Depth Pavement Repair, S.Y. complete and in place per ac~uaxe yard . $ 4 ~+. o o $ l 2 ,5 $ ~}-. o o .. E-7 9511 HMAC Overlay (2"), complete and S . Y. in place pex square yard. $ `~. o a $ ~ 599. Do . E-8 15713 Demo anal Haul Away Existing s.Y. Pavement Section, complete and xn place per square yard. $ 5 • o o $ '7o s t 5.~ B-9 15713 compacted subgrade, complete S . X . and in p],ace per square yard . $ O . ~ o $ `; y' 27, 8 0 E-10 1571,3 Geogrid BX 1100 iri accordance S.Y. witk~ the specifications, complete and a.n place per square yard. $Z.~~p $ 37,? 1.20 ADDENDUM NO. 5 2"d Rcvi~aed Propoeai Form Atteohmant Ne. 2 Page la of 29 Pepe 14 0128 08/21/2009 10:27 3618263501 ENGINEERING PAGE 19/33 z == ra:r Tv v QTy ~ Utli t ITEM 'UI~1IT Descr~,ptiori Price Total PART E. HORNI3 ROAD (Co~t'd) E-11 15713 23" Type A Grade 1 Base per S.Y. Texas Department of Transportation Standard specifications for construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition, Item 247, complete and in place per square yard . $ Z 3 . o o $ 3 (. t 3 99, 00 E-12 15713 Prime Coat in accordance with S.Y. the speca.~ieations, complete aza.d in place per square yard. $ P.SS $ 8~`~"2-• ! 5 E-13 15713 2" HMAC Type D i:n accordance S.Y. with the specifications, complete and in place, per square yard . $ `~ • o ~ $ ! `~-} ~ - 7.00 E-14 2 Each Adjust Existing :electric Handho7.e, complete and in place per each. $ 57a. oo $ ! 1'+0. 00 E-15 845 Remove and Replace Cuxb and L.F. C3utter, complete and in place per linear foot. $ z. op $ 3s,~(-9p.oo -~ E-16 8718 Reflective Pavement Marki.7Clgs L.F. TY.I(X) {4") (SLD) (100 mil) , complete and in place per linear foot . $ 0.3 a $ 2 ~ ! 5. `E- o E-17 7301 Reflective Pavement Markings L.F. TY. T (W) (4") (Brokten) {100 mil) , complete and in place per linear foot. $ ~0.2$ $ 2o-t~.2.g ADDENDUM NO. 5 tad Rev~fied Proposal Form AttachmantNo.2 Pago 15 of 29 Pege 15 of 2B 0S/21/2009 10:27 3618263501 ENGINEERING PAGE 20/33 I II III TV V QTy ~ Unit IT~d UNIT Demcriptioa Price Total PART 8. HORNF ROAD (Coat"d) E-18 450 Reflective Pavernent Markings L.F. TY.I (W) (8" } {$LD;• (100 mil) , complete and in place per linear foot . $ p ,5 ~ $ LS i. pp E-19 309 Reflective Pavernent Markings L. F . TY.I (X) (12") (SLI)) (100 ma.l) , complete and a.n place per linear foot . $ Z. s o $ ?? Z . 5 0 E~20 1241 Reflective Pavenlerit Markings L. F . TY. T (W) (12") (SLV) (100 ma.l) , ~~- complete and in place per liraeax• foot. $ ~. ~ ~(-5 $ 3 0 ~ko . ~5 E-21 1788 Reflective Pavement Markings L.F. TY. ~. (W) {24") (SLZ~) (100 mil) , complete and in place per $ 5 . °" $ ~9 `~ 9 . o linear foot . E~22 4 Each Prefabricated Pavement Markings TY. ~. (W) (Word) "OTfLSt•' (100 mil) , complete and iz~ place per each. $ ~ 4 °' y~ $ 7 6 0. ao E~23 8 Each Prefabricated Pavement Markings ~'~ TY. 1 (W) (Left Turn Arrow) (100 mil), complete G.nd in place per $ ~ `t ~ $ t i Z o each . op . 0 0 E-24 435 Raised Reflective Pavement Each Markings (TYII--A.-A) Ye~.~.ow, complete and in place per each. $ 2 • ~ s $ ~ 19 ~. is E-25 189 Raised Reflective Qavement Each Markings (TYI-C) White, complete and xx~. place per each. $'Z.7s $s~9.7s ADDENDUM NO. 5 2°° Aev~ Aefl PYOpoaal Form A~hmeen No, 2 Pag~a 16 of 29 Gage~BdxB 08/21/2009 10:27 3618263501 ENGINEERING PAGE 21/33 I ZZ III TV' V QTy ~ Vn•it IT7~bd UNIT Deser:l,ptiotl Price- Total PART 8. HORN$ ROAD (Coat~B) E-26 Z1 Each Raised Reflectit-e Pavemezlt Markings ('TYII-~3-B) Blue, -Z 7s complete and in place per each. , $ $ 30,2 5 E-27 265 Eliminate Ext Paiv MRK & Mrks L.F. (12"), complete and in place per linear foot. $Z.9o $ ? x$.50 E-28 501 Elimintate Ext P~~v MRK & Mrk5 L.F. (24"), complete and in place per lizlear foot. $ `-~. 7S $ 23"7 `y. ?5 ADA Z MPROVSbLEN TB E-29 1874 Remove Existing Concrete, S.F. complete and in place pex' square foot. $ ~• ~'S $ ~ z,--t•b2• Ia E-30 2164 Concrete Curb Ramp, complete S . F . and in place per• square foot . $ (o• 5 ~o $ Z 2 ?2.2.. 00 E-31 1 Each Relocate Existing Electrical $ox, complete anal izl place per . each. $ Sop. oo $ ~S o n. oe, E-32 ~. Each Adjust Existing Electrical Sox, complete and in place per each. $ S'7o. as $ S?o. 00 1;-33 47 Each Traffic Button TY-W (6"), complete and zn place per each . $ l 3 , 5 0 $ ~ 3 `h. 5 0 gTORM IMPROVLD ~ENTB E-34 I.2 Fach Adjust EaGxsting Storm Sewe7C Manhole, complete and in place pex each. $ 117x. oo $ I`~ o-y.o. 9D ADDENDUM NO.6 26° Revieed P1COgoeal Fozm AttechmantNp.2 Fa4e: 17 of 29 Page '-T a 29 08/21/2009 10:27 3618263501 ENGINEERING PAGE 22/33 T II I:EI IV V TTSDd QTY & UNIT De~sCx'~'~ptioa Uait Price Total PART E. $ORNB ROAD (Coated) SANITARY xMPROVB~NTS E-35 12 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $ ~l-go.oa $ ~ ~ moo. ao 9~TATER I~lPROVSb dffia'rs E-36 10 Each Adjust Existing Water Valve, complete and in place pex each. $ S7o. oa $ 5 ~ oo. o 0 GAS T bdPROV~dEN TS E-37 3 Each Adjust Existing Gas Valve, complete and in place per each. $~`~ 0. oo $ 2370. o0 St7BTOTAL PART ,E. HORiVh ROAD (I~`3 EI -Y~3 7) $ `~ ZZ (. `r 3. G 8 __, PART ~. TARLTON STREW STREET IMPROV~Q'1'3 F-1 ]. L.S. Mobilization, complete and ice, place per lump sum. $~-~'aDo• as $ ~E'.pco. Oo F-2 Z L.S. Storm Watex Pollution Pxeventfon Plan, complete and in place per lump sum_ $ I`~-oo..oa $ (~-oo, ao F-3 l L.S. Txa£~ic Control, complete and in place per lum;P sum. $ Qoao. oo $ ~ •oo. o0 ~'-4 9925 S.Y. Demo azxd Haul Away Existing Pavement Section, complete and irl place per square yard . $ 2. So $ 2 ~ S I Z .5 0 ADDENDUM NO. S 2"° RC•riif¢d proposal Porm AGge~Mlf11 No. 2 Page 18 01 29 Pipe 18 of 29 08/21/2009 10:27 3618263501 ENGINEERING PAGE 23/33 a =_ _:~_ =v v QTY & Unit TTBnd UNIT Deecx:lptioa Pxice Total PART F. TA.RL1'CN 3TRB$T (Coat' d) F-5 9925 Compacted subgrs~de, complete s . Y . and in place per• square yard . $ +O. ~ c $ S ~ SS . 0 0 P~6 9925 Geogrid SX 1100 in accordance S.Y. with the specifications. complete and in place per square yard . $ 2. 3 ° $ ~ a , Ya't. 5 0 F-7 9925 10" Type A Grade 1 Base per ___ S.Y. Texas Department of Transportation standax'd _ specifications £or Construction and Maintenance of xigkzways, Streets, and Bridges, 2004 Edition, Item 247, complete and in place per square yard . $ ~r 9 0 $ 4 8~ Zs 7. s o F-8 9925 Prime Coat in accordance with S.Y. the specifications, complete and in pl.aee per square yard. $ p, 60 $ SSSS. oa F-9 9925 3" FiMAC Type D in aceordao,ce S.Y. witkl the specifications, complete and in place per aquaare yard . $ i ~ • ° a $ l 1 9 ~ ~ oo . c o ~- F-10 3607 Remove and Replace Curb and L.F. Guttex', complete and in place per linear foot . $ 2 V .oo $ q 3,? 82. o0 -~ - F-11 9:958 Reflective Pavem~ant Markings L.F. TY.z (Y) {4") (SLD) (100 mil) , complete and in place per lixxear foot . $ o. LF-o $ ~ 4 83.20 ADDENDUM NO.6 2n° Revitred ProDOtaal Form Atsaehme-tt No, 2 Pagr x9 Of 29 PApe 19 0129 08/21/2009 10:27 3618263501 ENGINEERING PAGE 24/33 = zz i:cz =v v QT+y ~ trait 1TSb~ UNIT Descriptiox-, Price 'total PART F. TARLTON BTRSET (Coat'd, F~12 100 Reflective Pavement Markings L.F. TY.I(W) (8") (SLD} (l00 mil), complete and in place per linear foot. $ ~• ~ o $ ~°' °~ F-13 504 Reflective Pavement Markings L.F. TY.I(W) (12") (SLD) (1.00 mil,) , complete azzd in place per f $ Z' ~ 5 o $ ~ 3 8 ~ oot . 1 inear . F-14 710 Reflective Pavement Markings L.F. TY. ], (W) (24") {SLL-} (100 mil) , complete and izl place per ~.znear foot . $ 5 • ~ o $ 3 4 ~ ~•O° ~'-15 2 Each Prefabricated Pavement Marki.n.gs TY.1(W) {Word) "orfLY" (100 mil) , complete and in place per each. $ 9 0, oo $ 3 80. 00 F-16 2 Each Prefabricated Pavement Markings TY .1 (W } (Left Turin A,x'row) (10 0 mil), complete and in place per each. $ ~4k-O.OO $ Z80. o0 F-17 2 Each Prefabricated Pavement Markings TY .1 (W) (Right Turn .A,7C'x'ow) (10 0 mil), complete and in place per each. $ t~o..oo $ 280. o0 F-18 250 Raised Reflective Pavement Each Markings (TYI2-,~~.-A) Yellow, $ x'75 {8~• So ~ $ complete and in place per each. - -- F-i9 20 Each Raised Reflective Qavement Markings {TYI-C) White, ~' ~S " o ° $ Q 5 complete and in place per each. ~ . ADDENDUM NO. S 266 Revised Px'OposAl Form A~ srt2pot202 Paget ~0 Of 29 08/21/2009 10:27 3618263501 ENGINEERING PAGE 25/33 I == zx= iv v QTy ~ Uait ITEM TJI~IT pescriptioa Price Total PART F. TARLTON STRBST (Coat'd) F-20 6 Each Raised Reflectitte Pavement Markings (TYII-A-B) Blue, complete and ~.n place per each. 75 $ ~. Zt3.5o $ F-21 186 E1.iminate Fact Pav MRR & Mrks L.F. (24"), complete and in place per linear foot . $ `~• 75 3 S O $ ~~ .AnA = ~aPROV~ s F-22 1087 Remove Existing Concrete, S.F. complete and in place pex $ ~ . ~ S $ ? Z 2 8.5 s square foot . F-23 16.11 Concrete Curb Ramp, complete S.~', and in place per square .foot. $ (o• 50 $ ~ Z,gtS.So F-24 1 Each Relocate Sign, complete and in, place per each. $ 2Sa, oo $ Zso. oo . F-25 14 Each Traffic Button T'Y-W (6"), complete and in place per each. $ 3.5~ $ 189.00 STO1~ I~dPROVS ~Ts F-26 3 Each Adjust Exista~ng Storm Sewer Manhole, complete and in place per each. $ 20o.op $ 3b OP. 00 sp,NIT,AR.X ID~R OVB*rs F-27 2 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each . $ ~+-oo. o o $ 2 80 0. o, ADDENDUM NO. 6 2i0 Revised Proposal Foam AtaChtN~nSNO.2 Page 21 of ? 9 Pa4e Z1 of 29 08/21/20F9 10:27 3618263501 ENGINEERING PAGE 26133 QT3t ~ v~.~t YTgR IIDiIT Descx:f.ption Pr3.ce Total. PART F. TARLTON STREET (Coat'd) ~PA,TBR zbdPROVE ~x+1T3 F-28 24 Each Adjust Existing Water valve, complete and in place per each. $ 570. Do $~; ~ oo. o~_ 8=lBTaTAL PART F. TAR,~,TOIV STREIs'T (ITEMS ,F~-F28I $~ 311.Z+s PART d. iCOSTORY~ ROAD sTREE a~ z~ROVS ns~aTs G-1 1 L.S. Mobilization, cc~mplete and in place per lump s;um. $~f-ooo. oo $ ~'~ooo. o0 G--2 1 L.S. Storm LJater Pollution ._ Prevention Plan, complete and in place pex lua-p sum. $ 13oa. oo $ 13 0 0. oD G-3 1 L.S. Traffic Control, complete and iz~ place per lump eum. $ I S_ o' o_. oo $ I S', o,o, oo G-4 25903 Milling 0"-3", complete and in S.Y. place per gquarE yard. $ 1 • 3 D $ ~3}073.40_ G-5 25903 Seal Caat, complete and in S.Y. place per square yard. $ -.So $ 38 S so •g G-6 7.777 Full-Depth Pavem,ez~t Repair, s.Y. complete and in place per square yard. S ~f-o. op $ -Il. O$0. o0 G-7 25903 HMAC Overlay (2"3, complete and S.Y. in place per square yaxci. $ 9. oo $2.33`(~'I. 00 ADDENDUM NO. 6 2n9 Revised Proposal Form Atlarhmetlt No. 2 Pagee a 2 o f 2 9 Page 22 0T 29 08!21/2009 10:27 3618263501 ENGINEERING PAGE 27/33 ~ zz ~:r= =v v - QTY & IIait ITSffi UNIT Description Px~ti.ce Total PART G . ItOSTORYZ 3i0AD (Coat ~ d) G-8 634 Remove and Replace Curb and L.F. Gutter, complete and in place per linear foot. $ 3~•~~ $ Z jZ 88. o0 G-9 7817 Reflective Pavement Markings L.F. TY.I (Y) (4") (SLD) (100 mil) , complete and in place per linear foot. $ ~J .2.R $ 2Z ~ b .4~ G-10 5822 Reflective Pavement Mark~,zxgs I.,, F. TY. I (X) (4") (Brok:en} (100 mil) , complete and in place per linear foot. $ n•Zq $ ~ 6 g8,3g G-11 6940 Reflective Paverr.ent Markings L.F. TY.I (W) (4") (Brok.ezl} (100 mil) , complete and in place per linear foot . $ 'a• Z7 $ ~ Ts 7 3 • ~a G-12 510 Reflective Pavement Markings L.F. TY.I (W) (8") {SLD) (100 mil) , complete and in place per linear foot. $ o_S~F $ 27s,~o G-13 50 L.F. Reflective Pavement Markings TY. I (Y) (12'x) (SLD) (100 mil) , complete and in place per 1 inear foot . $ Z. '-E-5 $ I Z i. so G-14 725 Reflective Pavement Markings L.F. TY. Z (W) (12") (SLD) (100 mil) , complete and in place per 1 inear foot . $ ~,,, '~l-5 $ 1 ~ ? t, , ZS ADDENDUM N0.5 2"~ Revi~3ed FXOposal Porm Am1Gh(Nlt1t No. 2 Page ?3 of 29 P~Oe 22 of 29 0S/21/20E9 10:27 3618263501 ENGINEERING PAGE 28/33 I IT I:CI IV V QTY & Unit YT86~ UNIT pescriptioa Price Total. PART G. iC0$TORYZ GOAD (Coat'd) G-15 917 Reflective Pavement Markings L.F. TY. 1 {W) {24") (SLI)) (100 mil) , complete and in place per linear foot. $ ~. 85 $ ~'N-1.~t~ G-16 4 Each Prefabricated Pavement Markings TY.1 (W) (Word) "O1~'fLX" (100 milt' , ~ `t 7( 0 complete and in place per each. $ o. ao , $ . 0 0 G-17 21 Each Prefabricated Pavement Markings TY . 1 { W y (Left Tuxx~ Arrow) (l 0 0 milt', complete a.nd in place per each. $ I y-.o. oo ~ L4~{-a. 00 G-18 2 Each Prefabricated Pavement Markings TY.1 (W) (Right Turn Arrow) (10~ mil), complete and in place per each. $ I •i-o. oo $ 2 ~o. Do G-19 2 Each Prefabricated Pavement Markings TY. 1 (W) (Straight & Left Arrow){loo mil), complete and in place per each . $ Z as' o ~ $ X70. o 0 G-20 228 Raised Reflective Pavement Each Markings (TYII-A-A) Xellow, 3 ~CS camplete and in place per each. . $ ~" 7~e•~~ G-21 194 Raised Reflective Pavement Each Markiz~gs (TYI-C) White, 3 ~' a ~~o9 complete and in place per each. $ ' o • $ G-22 10 Each Raised Reflective Pavement Markings (TZrII-B-B) Slue, 3-`~~ complete and in place per each.. $ $ 3`t• So ADDENDUM N0.5 2`"~ Revi.aed Propo~ge,]. Form Attachment Nn, 2 Page. 24 Of. 29 Page 24 at 29 '~ 08/21/2009 10:27 3618263501 ENGINEERING PAGE 29/33 I II I:CI TV V QTY & LTai t TT87d t7NIT Deecrxptioa 8x~tce Total PART G. KOSTORXZ ROAD (Corit•d)_ A~Pa I ~ROVS~dEN T3 G-23 987 Remove Existing Concrete, S . F . complete and a.n place per $ (, . (, ~ $ (, S `3. SS square foot. , G-24 J.295 Concrete Curb Ramp, complete s . F . and in place per. square foot . S I o- o~ $ I ? Q 5 a. 00 G-25 2 Each Relocate Sign, complete and in place pex each. S ZS'o. on $ 50 •, op G-26 2 Each Adjust Existing Electrical Box, complete and in place per eack~. $ 5 7 0. ~~ $ I t ~-o. a 0 G-27 1 Each Relocate Existir.~g Electrical sox, complete and in place per ' each. $ $oo.oo op. 00 $ 4 G-28 7 Each Traffic Button Z'Y-W (6'~) , complete and in place per each. $ y'• Po $ 28,aa sTOR~a r~rROVBn tsr~Ts G-29 6 Each Adjust Existi~z~g Storm Sewer Manhole., complete and in place per each. $iZOo•o. $ -7ZOo. 00 SANITARY ID~ROV$nt~TS G-30 7 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $ I ~ o.. oo $ ~ $o~• ~ o ~ATBR I~ROVE b+~~l'~S G-31 20 Each Adjust Existing Water Valve, complete and in place per each. $ S 7 a Qo $ I I , ~.,o~_ ADDENDUM NO. S z°"~ [tev~ ~e0 vzopoeal Form Attachment No, 2 Pa:T~s 25 of 29 ~ Pape 26 at 29 0S/21/2009 10:27 3618263501 ENGINEERING PAGE 30/33 z rr rxr zv v TTEM QTY ~ ONIT Descr:lptioa onit Price Total PART d. R03TORY8 ROAD ~Coat'd) cA~ T MPR0 8 G-32 1 Eac1a Adjust Existing Gas Valve, complete and in place pear each . $ 7 R o. Da $ "~ 9 0. 0 0 ,SLTRTOTAL PART G_ K0,3TORYZ ROAD (IT,Ebl9 G1-G32) $ ~~(o,T g`,~6 TONAL BASE SID (FARTS A, 8, C, D, E, F & GS 2,~ a3~-~y,g.5; S YD 3U~ARY :Eo r Oroup 1 &ABE BID (GROUP 1) $ 2~~33f 7~E-$~ r ApCENDUM NO. S 2nO Revived Pxopoeal Form Attec~mant No.2 PagF! 26 of 29 Pape 28 of 28 08!21!2009 10:27 3618263501 ENGINEERING PAGE 31!33 The undersigned hereby declares that he has visited the site and has carefully examined tk:~e plans, specifications and contract documents relating to the work covered by his bid or b~.ds, that he agrees to do the work, and that no representations made by, the City are in any sense a waxx'azlty but are mere estimates for the guidance of the Contractor. Upozl notification of award Of COI1traCt, we will within ten (lo) calendar days execute the. formal contract and will deliver a Pexfox~anCe Bond (as required) for the faithful performance of this contract and a Payment Bond (ae required) to in.suxe payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% o~ 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 ,3et ~oxth as liquidated damages for the delay and additional work caused thexeby. >~~.aox~.tyy/]~,nori.ty Business F~ater7prise participation: The apparent low bidder shall, within five days of receipt of bide, submit to the City Engineer, in writin~~, the names and addresses of MBE firms participating in the contract and a descriptiozx of the work to be performed and its dollar value far bid evaluation purpose. Number of signed set~c of Docvu~teats: The contract, and all bonds will be prepared in not Less than four counterpart (original signed) sets . Time of Completion: The undersigned agrees to complete the work within 300 calendar days from the date deBignated by a Work Order. The undersigned further dec~,ares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the rec~,uiremezzts pertaining thereto, for the sum or sums above set forth. Recei t of the following addenda is acknowledged (addenda number) : 1 ~ ~ b ~~ `-t . ~ Respec:ttully subma,tted: Nam d a ., L~. d . (SEAL - zF BZDDER xS (S1G>ciA 8) a Corporation) Addree~s : 4G o ~ _ _ (P.O. Box) (Street) (Ga.ty) (State) (zap} Telephone : ~ c. + z g g - 3'~ z ~ NOTB: Do not detach bid from other papers. Fill in with irik wad submit compiote witk~ attached paper. (Revi~+ed laugugt zooo) ADDENDUM N0.5 2nO Rev.leed Prvpoeal Form A~e 27 of 292 Pace 77 oP 29 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 300 CALENDAR DAYS 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: r' Ci ecretary CITY OF~CjOR/P~jUnS CHRISTI BY= C~'iL~~L~Y '` Oscar Martinez, Asst. City Mgr. of Public Works and Utilities APPROVE AS TO LEGAL FORM: Asst. City Attorney ATTEST: (If Corporation} (Seal Below) (Note: If Person signing for corporation is not Presderit, attach copy of authorization to sign) B .,~~~ `~ Y' Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Berry Contracting, LP DBA Bay, L By: Title: ~s~-~.~ a~:~~ N1$,.. P.O. BOX 9908 (Address) CORPUS CHRISTI, TX 78469 (City) (State)(ZIP) 361/299-3721 * 361/289-2304 (Phone) (Fax) ~~~~ A(yTNpRiZE4 Agreement SECRt7AR1' Page 2 of 2 P A Y M E N T B O N D BOND NO. 929425362 STATE OF TEXAS § COUNTY OF NUECES § RNOW ALL BY THESE PRESENTS: THAT Berry Contracting, LP DHA Bay, Ltd. of NUECE3 County, Texas, hereinafter called "Principal", and CONTINENTAL CASUALTY COMPANY , a corporation organized under the laws of the State ofILLiNOIS , 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, SEVEN HUNDRED THIRTY-THREE THOUSAND, 3EVSN HUNDRED FORTY- EIGHT AND 55/100($2,733,748.55) 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: THE CONDITION OF THIS OBLIGATION I3 SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND day 3EPT8~ER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: BOND 2008 STREET OVERI.AY3 GROUP 1 PROJECT NO. 6475 (TOTAL BASE BID: $2,733,748.55) 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 FORTHER, 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 i~TITNES3 WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 1ST day of OCTOBER 2009 PRINCIPAL BERRY CONTRACTING, LP DBA BAY, LTD By: o~ L~,~~-z _ ~~-.,~a~-.~e ~s~. (Print Name 6 Title) ATTEST _ ~~~~- i ~~~In pLG~ ~ • ~/~YYtrYl2l ~ - ~ dm-n I's-,<r~de ~s~si~5`fa~'l (Print Name 6 Title) SURETY CONTINENTAL CASUALTY COMPANY By:.~ ~ ~ P Attorney-in-fact TAMI J DUNCAN (Print Name} ~'~~~"-_ ~::.; ' .{'. .~,,•: ~:;, 111!`IIAC!!~ .:_COi2IItp~.._. T9aCaSR . f0 . ~,_ ,~ de~iv+sry of not3car aadr a~f:a~=p~aars~ s~,l~r~ Agency: SWANTNER & GORDON INSURANCE AGENCY COIItaCt Peron: MARY Ft L FN MnC)RF Address : P O BOX 870 CORPUS CHRISTI. TEXAS 78403 Phone Ntnober: (361) 883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 P E R F O R M A N C E B ~O N D BOND NO. 929425362 STATE OF TEXAS ~ R1dOW ALL BY THESE PRESENTS: COUNTY OF NUECES THAT Berry Contracting, LP DBA Bay, Ltd. of NOECES County, Texas, hereinafter called "Principal", and CONTINENTAL CASUALTY COMPANY , a corporation organized under the laws of the State of ILLINOIS , 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 MILLION, SEVEN HUNDRED THIRTY-THREE THOUSAND, S HUNDRED FORTY-EIGHT AND 55/100($2,733,748.55) 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: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND of SEPTEMBER 20 09 , a copy of which is hereto attached and made a part hereof, for the construction of: BOND 2008 STREET OVERLAYS GROUP 1 PROJECT NO. 6475 (TOTAL BASE-BID: $2,733,748.55) 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 farce and effect. PROVIDED FARTHER, 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 WITNBSS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 1ST day of OCTOBER 20 09 PRINCIPAL By : 0_~4 L (Print Name ~ Title) LP DBA BAY. LTD - L-S ATTEST -~~nl ,Vw~V~uc~ ~~- t,~ ~~Li~~a1Z.Tra (Print Name & Title) SURETY ~I -Adrni~~s~~~~'~ef~ss~sfar~} CONTINENTAL CASUALTY COMPANY Attorney-in-fact TAMI J DUNCAN (Print Name) Z'!~-~ Rearfde~t.-' Agent _ of.. the . Surety in- Nieces . County Tee, foa.- delivery of notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address : P O BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone IVu~ber: (361) 883-1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 PUWLIt U1N' A'1"1'UK1VJf;Y AYYUIN'1'l1V(>: llVlllV1LUAL A7lvluv>!;Y-liv-!•Al:l Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint R M Lee, Mary Ellen Moore, H M Cantwell, Amy Shumate, Tami J Duncan, Individually of Corpus Christi, TX, their true and lawful Attorneys}in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 24th day of September, 2009. `~ coaPOM*e ~ ~' 9NrOR4t 0 ~ ~ ~ ~ IDLY 11, v SFJ-L 'C ~, ~ ~ ~ ~'~~ 189, ~ 01AR~r • Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania ~.ctca~~ Jac yne . Belcastro Senior Vice President State of Illinois, County of Cook, ss: On this 24th day of September, 2009, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instniment; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. B?JI PftlCE notm+rl~usuc-STIgL0iL1010R I~~~rr - /~ My Commission Expires September 17, 2013 Eliza Price Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 1ST day of OCTOBER 2009 . cawaurF ~ ~ dl~ ~~tanolyrrc ~ ~ ~ ]~ ~ IULY 31. U SEN- '~' ~ ~ 1902 ~•T" 1897 .~ ~ ~ Form F6853-5/2009 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. ika is Assistant Secretary Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX Execution of Documents Section 3. Appointment of Attomey-in-fact. The Chairman of the Board of Drrectors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Boazd of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to arty attorney-in-fact." This Power of Attomey is signed and sealed by facsimile under and lr the authority of the following Resolution adopted by the Boardof Directors ofthe Company at a meeting duly called and held on the 1'7`" day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shaIl, with respect to any bond or undertaking to which it is attached, continue to be valid and finding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attomey is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI-Execution of Documents Section 3 Appointment of Attomey-in-fact. The Chairman of the Board of Directors, the President or anyExecutive or Senior Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President. or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact " This Power of Attomey is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors ofe Company at a meeting duly called and held on the 1'1t° day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shaIl, with respect to any bond or undertalring to which it is attached, continue to be valid and finding on the Company: ' ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Boazd of Drrectors of the Company. "Article VII-Execution of Documents Section 3. Appointment of Attomey-in-Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Boazd of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-facK." This Power of Attorney is signed and sealed by facsimile under and ly the authority of the following Resolution adopted by the Board of Directors ofe Company at a meeting arly called and held on the 177'x" day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any S:nior or Group Vice President and the seal ofe Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You may also write to CNA Surety at: P.O. Box 1068. Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252439 You may also write the Texas Department of Insurance: P.O. Box 149104,. Austin. Texas 78714-9104, or fax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. 08/21/2009 10:27 3618263501 ENGINEERING PAGE 32/33 CITY O!" CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christ) Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the follawtrtg Informatlom. Every question must be answered. If the question Is not applicable, answer wit^h "NA". FIRM NAME _- 1~ ...t _ L-a- ~ STREET: ~ ~ ~ ~ C o ~ ~ P~oo~....~rS crTY: C o ~,~ ~ e1~ ~: ~~r: 'CX ZtP: ~ ~~ D 4 FIRM is: 1. Corporation 2. Partnership / 3. Sole Owner 4. Assoctatiorl S. Other DISCLO;>URE QUESTIONS If additional space Is necessary, please use the reverse side of this page or attach separate sheet. State the names of each "ernpbyee" of the City of Corpus Christi having an °ownership interest" constituting 3°I° or more of the ownership in the above named "nrm". Name ,lob Title and City Department (lf known) 2. State the names of each °official" of the City of Corpus Christi having an "ownenship interest" oonstRuting 3% or more of the ownership In the above named "firm". Name 1~ Title 3. State the names of each "board memberr of the amity of Corpus Christi having an °ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Corramisslon or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to .the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm", Name n ~' Consultant CERTIFICATI; I certify that all information provided Is true and correct as of the date of this statement, that I have not knowingly whhheld disclosure of any information requested; and that supplemental statements wltl be promptly submitted to the Clty of Corpus Christi, Texas as changes occur. CertlfyMg Person: ,_~~ o.. 1. s.i' ~ 2 Title: ~. S ~-. M ~~~, nom M~,r, _~ (Type or Print) Signature of Certifying Person: Date: g " Z `' o ~ ADDENDiIM NO. 5 2'd RCVS 6L"9 PTOpo8a1 Fozm Atq~Ohment N°. Z Pac1~a 2e of 29 Pegs 28 of 26 08/21/2009 10.27 3618263501 ENGINEERING PAGE 33/33 DEFINITIONS a. "Board AAembeW'. A member of any bard, commission or committee appointed by the City Council of the City of Corpus Christi, Te~:as. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. a. "Firm". Any entity operated fvr economic gain, whether professions(, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, sntitles operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, reeeivershtp or trust and entities which, for purposes of taxation, are treated as nonprofit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership interest". Legal or equltable• interest, whether actually or constructively held, in a firm, including when such Interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. T. "Consultant". Any person or firm, such as engineers and arohitects, hired by the City of Corpus Christ) for the purpose of professional consultation and recommendation. ADDENDUM NO. 5 2a° Revived ArODOAa~ FOL'M At~11Mf1tNO.2 P1ge 29 of 39 ~~ ~ ~ 29 ~Rb' CERTIFICATE OF LIABILITY INSURANCE BER PCli DATE(MM7DDfYYYY) G 10/01/09 THIS CERTIFlCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner i Gordon Ins Agcy-CC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone:361-883-1711 Fax:361-844-0101 INSURERS AFFORDING COVERAGE NAIC# SJSURED INSURER A. aea ~~=scan Irouranea Co~pany 22667 INSURER B'. Ma lropaciy i Caawliy zna Ca 20699 Berryy Contracting, LP Ltd. dba Ba INSURERC Ilsinota vn>ton znsu>ranu co. 27960 , P. O. Box 4858 TX 78469-4858 t C Ch i INSURER D. s y orpus r INSURERE~ ~1 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TFiE POLICY PERIOD INDICATED NOTWITHSTANDING .NJY REQUIREMENT. TERM OR CONDITIGN OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS MA CONDITIONS OF .SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDIJGED BY PAID CLAIMS LTR S TYPE OF I E POLICY NUMBER DATE (MMIDOfYYYY) DATE (MMIDDIYYYY) LIMBS GENERAL LIABS.ITY EACH OCCURRENCE $ 1 , OOO , OOO A X COMMERCIAL GENERAL LIABILITY HDOG24930701 ~ 05/20/09 05/20/10 PREMISES IEaEo~c urence) $ l0O , OOO CLAIMS MADE X^ OCCUR MED EXP (Any one person) S 1O , OOO X X, C, v Included / PERSONAL 8 ADV INJURY $ 1 , OOO , OOO X COAtraCtudi IACl GENERAL AGGREGATE $ 5, OOO , OOO GENL AGGREGATE LIMIT APPLIES PER ~ PRODUCTS - COMPfOP AGG $ 5 , OO O , OOO POLICY X ~ TC LOC AUT OM083.E LIABILRY COMBINED SINGLE LIMIT $ 1 OOO OOO A I X ANYAUro ISAH08578254 ~ 05/20/09 05/20/10 IEaacciaentl , , ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS ~ jPer person) X HIRED AUTOS BODILY INJURY $ 1{ NON-OWNED AUTOS IPer acadent) X MCS-9O >ri11Ag PR~ERTY CAMAGE $ I X FCrm E Flllnq IPeracadenp GARAGE LIABILRY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ AUTO ONLY qGG S EXCESS f UMBRELLA LIABILITY EACH OCCURRENCE $ S , OOO , OOO B ]{ occuR ~ CLAIMSMADE XOOG24640449 / 05/20/09 05/20/10 AGGREGATE $ S,000,OOO $ DEDUCTIBLE $ X RETENTION $ 5O OO $ O AND K EMP SA N LOYERS' LIABILITY - X TORY LIMITS ER A YfN ANY PROPRIETOR/PARTNER/EXECUTIVE WLRC45697344 ~ 05/20/09 05/ 10 EL EACHACCIDENi $ 1,000,000 ^ FFICERfMEMBER EXCLUDED? (Mandatory in NH) 2 E.L. DISEASE - EA EMPLOYEE E 1 , OOO , OOO If yes, describe under .SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1 , OOO , OOO C OTHER Pollution CPYG24645332002 05/20/09 05/20/10 EachCiaim $1,000,000 DESCR~TION OF OPERATIONS 1 LOCATIONS / VEHICLE8 / EXCLUSION8 ADDED BY ENDORSEMENT /SPECIAL PROVISIONS See attached notepad for additional coverage information. / b Project: Bond 2008 Street Overlays Group 1 - Project No. 6475 CERTIFlCATE MOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCREED POLICIES BE CANCELLED BEFORE THE EXPIRATION TO MAIL 3O '/AYS WRITTEN DATE THEREOF THE ISSUING WSURER WILL ENDEAVOR CICO-CC , . NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL City of Corpus Chr1S tl ! IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, rrs AGENTS OR Engineering SerV1CeS t Ad i i t t t REPRESENTATIVES. m n s ra or Attn: Con rac PO Box 9277 A ENTATNE o us Christi TX 78469-9277 ACORD 25 (2009/01) m 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BEAiOPCl NOTEPAD: IHBUItED'SNAME Berry contracting, LP OAId B~rx DATE 10/01/09 Additional Insured as required by written insured contract is favor of the Certificate Holder applicable to c3eneral Liability, Auto Liability ~ Umbrella policies. Waiver of Subrogation as required by written insured contract in favor of the Certificate Holder applicable to Workers Compensation, fieneral Liability, Auto Liability ~ Umbrella policies. Workers Compensation includes US Longshore ~ Harbor Workers Compensation Act Coverage Endorsement, Outer Continental Shelf Lands Act Coverage Endorsement and Maritime at $1,000,000. General Liability is primary ~ non-contributory where required by written contract. POLICY NUMBER: HDC)CT24930741 / COMMERCIAL GENERAL LIABILITY CG 201010 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi ~ Department of Engineering Services -Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II -Who Is An Insured is amended to include as an insured the person or organisation shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed forthat insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insureds) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ccZO~o~oo~ © ISO Properties, Inc., 2000 Authorized Representative: _-- R. M. Lee, Partner, Swantner ~ Gordon POLICY NUMBER: HDOG24930701 COMMERCIAL GENERAL LIABILITY CG 20 37' 10 01 THIS ENDORSEAAENT CHANGES THE POLICY. PLEASE READ !T CAREFULLY fADDITlONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCAAi_ GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Servicen: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 Location and Description of Compteted {If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.} Section II - Who ~ An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising oui of "your work" at the location designated and described in the schedule of this en- dorsement pertormed far that insured and included in the "products-completed operations hazard.° Authorized Representative: __.-- R. M. Lee, Partner, Swantner 8 Gordon POLICY NUMBER: iSA H085T8254 ENDT. ti8 ADOtTIONIAL INSURED DESIGNATl+D PERSONS dR ORGANtZAT10N3 Flamed htSU~ed ~ Endorsement 1Vumter j Berry GP, Inc. ~ 6 ~ E Policy Symbol Policy Number Pdicy r enod Effective Date of Endorsement (I3A ~NO$578254 ~05/20l2009 to 05/Z0/2020 ~ _ f ij Issued BY (Name of insurance ComPanyl '-j( IACE Aserican Insurance Coa-psny TW18 ENDOR9E511ENT CHANGES THE POLICY. PLEASE READ iT CAREPUILY. Thk andorsatnortt moditNs insurance providnd under the foNowing: BtfSMiES8 AtE3TO I~tDGY~ TRt~CIlEItS?Ot:ICY'" GARAGE POLICY City of Corpus Christi Additional Insured (s): „ ~ nenaetment of FnBineeri g rrices ;A,~,L (,~Q~trad administrator PO Box 9277 (`n Tna ['6ricti, TX 7Rd69_9277 A. Far a covered 'auto," Who is Insured is changed to inckrde as an "insured," 1>m persons or organizations named in this endorsement. F•iowever, tf»se persons or orgsr»zations are an "inswed' only for `bodily innry' or "Property damage" resuRing from acts ar ornissrons of: 4. You. 2. Any of your empbyeea or agir-ta. 3. Any txroon operating a covered 'solo' with permission from You, any of your employees or egsrds. B. The persona or organizations named in this endorsement are not liable for payment of your premium. Authorized Agent OA-9074 (12134? Ptd. in U.S.A. PUI_ICY NUMBER: HDOG24930701 COMINCRCIAI_ GENERAL LIABILITY CG 02 0512 04 THIS END(3RSEMENT CHANGES THE P(jLICY. pl,(nAS~ R~AQ fT CAR~~Ut.LY. T~EXA~ CHANGES ~-~ AMENpMENT OF CANCELLA~'i0N ~'ROVISIONS OR COVERAGE CHANGE ~fhis endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY OOVERAGE PART LIQUOR LIABILITY COVF_RAGE PART OWNERS ANA CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION 1_IAFiILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PI:ODUCTSlCOMPLETED OPERA'I~IONS LIABILITY COVERAGC PAF2'f RA1t.ROAD PROTECTIVF_ LIAQiLITY COVERAGJ~ PART In the evens of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material chanye to: SCHEDULC 7. Name: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator 2. Address:.-_ ------ ------. ._..----•------.~ PO Box 9277 Corpus Christi, TX 78469-9277 3. Number of clays advance notice: 3p _ Information required to complete this Schedule, if not shown above, will be Authorized Representative: ;, ~~~t~~}~" , ~;, CG 02 05 12 04 C~7 ISO Properties, Inc., 2003 page 1 of 1 D POLICY NUMDER: ISAH08578Z54 COMMERC1At, AUTO CA 02 44 06 tl4 IIIS ENI~pRS~M1 NT CFIANGI,nS THE PGI,ICY. PI.EASk READ IT GAi~E~ULIY. "TEXAS CANCELLATION ~R®VISION aR COVERAGE CNANC~E ENDORSEMENT This endorsement modNies insurance provided under the following: BUSINESS AUTO COVERAGE FORM c,ARAGG COVERAGE FORM MOTOR CARRIER COVERAGE FOI-%M TRUCKERS COVERAGE FORM With respect to coveracte provided by this endorsement, the provisions of the Goverage Forrll apply unless modi- fied by the elttiorsement. Phis endorsement changes tl~e policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 05/20/09 Countersigned 13y: R.. ~ ~ Named Insured: y ~~~ ~~ B_ errv Contract'n P dba v. Ltd. ~_.~.v .~ Authorized rte resentative ~` __ _.___..__~._.-_L~..._.._.._._~~ SCF1ED1fLE Number of Days' Notice 30 _ City of Corpus Christi Name Uf Person Or Organization Department of Engineering Services Attn: Contrac! Administrator Address PO Box 9277 Corpus Christi, TX 78469-9277 It this policy is canceled or materially changed to reduce or restrict eoveraye, we wilt mail notice of cancellation or change to the person or organization named in the Schedule, We will give the number of day's notice indicated in the Schedule. CA 02 44 06 04 ~) ISO Properties, Inc., 2003 Page 1 of 1 (a 7F..XAS WORKERS' COMPENSATION AND EMPLOYERS' LIAB[LITY MANUAL ENDORSEMENTS & F=ORMS WC 41. 06 01 TEXAS NOTICE OF MA i (_RIAL CHANGE L-NDOR5frMf=NT 1'itis endorsement applies only to the insurance provided by the policy bec:zuse Texas is shown in Ilem 3.A. of the Information F~ac~e. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or orr~ai-itatinn naitu~ei in the Sct-edule. ~i'Ire number o! days advance notice is shciwn in if~e 5ciiedule. This endorsement Shall not operattl directly or indirectly to benefit anyone not named in the Srhedule. Schedulo 1. Numt~er of days ~.-dvance notice: gp `l_. Notice will be mailed io: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 Authorized Representative. ~ =~~' ~~ ~~-.<... Berry Contracting, LP dba Bay, Ltd Policy Number: WLRC45697344 Policy Dates: 05/20/09-05/20/10