Loading...
HomeMy WebLinkAboutC2010-471 - 8/31/2010 - Approved1 2010 -471 M2010 -205 08/31/10 SPECIAL PROVISIONS Reytec Constr. Resources SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR PROJECT 1: MA.NSHEIM & HELEN (2008 BOND) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR PROJECT 2: MANSHEIM AREA IMPROVEMENTS Prepared by RITE, Inc. TBPE Firm Reg. No. F -2037 820 Buffalo Street Corpus Christi, Texas. 78401 Phone: 361/887-8851 Fax: 3611887 -8855 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 Fax: 361/826-3501 IPROJECT NO 1: 6491 IPROJECT NO 2: 7397 1 DRAWING NO1: STR 832 [DRAWING NO2: SAN 555 (Revised 7/5/00) PROJECT 1: MANSHEIM & HELEN (BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR CITY PROJECT NO. 6491 PROJECT 2: MANSHEIM AREA IMPROVEMENTS CITY PROJECT NO. 7397 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals/Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion/Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal/Salvage of Materials A 17 Field Offieo NOT USED A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inspection Required (Revised 7/5/00) NOT USED A -24 Surety Bonds A 25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) �;;.; t A -26 Supplemental Insurance Requirements NOT USED A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents • A -36 Other Submittals (Revised 9/18100) 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 NOT USED A- 40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations NOT USED A -43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As -Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre- Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Maintenance and Control of Wastewater Flows A -51 Stormwater Pollution Prevention A -52 Groundwater Discharge A -53 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 SI'i'EWORK 021020 Site Clearing and Striping (S -5) 021040 Site Grading (S-6) 021080 Removing Old Structures (S -55) 022020 Excavation and Backfill for Utilities and Sewers (S -9) 022022 Trench Safety for Excavations 022040 Street Excavation (S -10) 022420 Silt Fence (S -97) 025205 Removing and Replacing Pavements (S -54) 025404 Asphalts, Oils and Emulsions (S -29) 025412 Prime Coat (S -30) 025416 Seal Coat (S -31) 025424 Hot Mix Asphaltic Concrete Pavement (Class A) (S -34) DIVISION 2 —SI i EWORK (Continued) 025608 Inlets (S -63) 025610 Concrete Curb and Gutter (S -52) 025612 Concrete Sidewalk and Driveways (S -53) 025614 Concrete Curb Ramps 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings (8 -101) 026202 Hydrostatic Testing of Pressure System (S -89) 026204 Polyvinyl Chloride Pipe (S -91) 026206 Ductile Iron Pipe and Fittings (8 -81) 026210 Polyvinyl Chloride Pipe - AWWA C900 & C905 (S -83) 026402 Waterlines (S -88) 026404 Water Service Lines (S -87) 026406 Private Water Service Lines (S -112) 026409 Tapping Sleeves and Tapping Valves (S -84) 026411 Gate Valves for Water Lines (S -85) 026416 Fire Hydrants (S -86) 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027402 Reinforced Concrete Pipe Culverts (S -60) 027404 Concrete Box Culverts (S -66) 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 027606 Sanitary Service Lines 027608 Private Sewer Services (S -39) 028200 Mail Box Relocation 028300 Relocation of Fences (S -12) DIVISION 3 - CONCRETE 030020 Portland Cement Concrete (5 -40) 032020 Reinforcing Steel (S -42) 037040 Epoxy Compounds (S-44) 038000 Concrete Structures (S-41) DIVISION 5 — METALS 055420 Frames, Grates, Rings and Covers (S -57) PART T - TECHNICAL SPECIFICATIONS DIVISION 2 — SITEWORK 022100 -T Select Material (S -15) 022410 -T Stormwater Pollution Prevention 025814 -T Prefabricated Pavement Markings ( TxDOT 668) 025816 -T Raised Pavement Markers and Traffic Buttons 025818 -T Pavement Markers (Reflectorized) ( TxDOT D -9 -4200) 025820 -T Traffic Buttons (TxDOT D -9 -4300) 025828 -1' Bituminous Adhesive for Pavement Markers ( TxDOT D -9 -6130) 026001 -T High Density Polyethylene (HDPE DR17) Pipe and Fittings 027202 -T Manholes (8 -62) 027205 -T Glass —Fiber Reinforced Polyester (FRP) Manholes DIVISION 2 —SI 1 EWORK (Continued) 027207 -T Sewer Manhole Rehabilitation 027602 -T Gravity Sanitary Sewers (S -61) 027610 -T Televised Inspection of Conduits (S -125) 027618 -T Sanitary Sewer Rehabilitation - Pipe Bursting 028040 -T Sodding (S -8) LIST OF DRAWINGS 0 Combined Project Title Sheet PROJECT 1: MANSHEIM & HELEN (BOND 2008) Sheet No. Description 1 Title Sheet 2 General Notes & Testing Schedule 3 Estimated Quantities Summary & Drawing Legend 4 Sheet Layout 5 Drainage Area Map (Overall Proposed Storm Sewer Layout) 6 Basemap Existing Storm Water Lines 7 Basemap Existing Water Lines 8 Basemap Existing Wastewater Lines 9 Basemap Existing Gas Lines 10 Control Layout & Benchmark Information 11 Existing Sections — Mansheim Blvd. & Nesbitt Dr. 12 Proposed Sections — Manheim Blvd. 13 Proposed Sections — Nesbitt Dr. 14 Advanced Warning Plan 15 Typical Mansheim Road' Closure & Detour Plan 16 Traffic Control Typical Lane Closures (1 of 2) 17 Traffic Control Typical Lane Closures (2 of 2) 18 Mansheim — Street & .Storm P &P Sta. 0 +00 to 5 +40 19 Mansheim — Street & Storm P &P Sta. 5 +40 to 10 +80 20 Mansheim — Street & Storm P &P Sta. 10 +80 to 15 +75 21 Mansheim — Street & Storm P &P Sta. 15 +75 to 21 +15 22 Mansheixn — Street & Storm P &P Sta_ 21 +15 to 26+25 23 Mansheim — Street & Storm P &P Sta. 26+25 to End 24 Mansheim — Storm Laterals (1 of 2) 25 Mansheim — Storm Laterals (2 of 2) 26 Nesbitt (South) — Street, Storm & Water P &P Sta. 0 +00 to 4 +80 Baseline "B" -27 Nesbitt (South) — Street, Storm & Water P&P Sta. 4 +80 to 9 +50 Baseline "B" 28 Nesbitt (South) — Street, Storm & Water P&P Sta. 9+50 to End Baseline "B" 29 Nesbitt (North) — Street & Storm P &P Sta. 0 +00 to 4 +65 Baseline "C" 30 Nesbitt (North) — Street & Storm P &P Sta. 4 +65 to 9 +40 Baseline "C" 31 Nesbitt (North) — Street & Storm P &P Sta. 9 +40 to End Baseline "C" 32 Nesbitt (South) -- Storm Laterals 33 Nesbitt (North) - Storm Laterals 34 Mansheim — Proposed Striping and Signage 35 Nesbitt — Proposed Striping and Signage 36 Mansheim — Water & Wastewater P &P Sta. 0 +00 to 5 +40 37 Mansheim — Water & Wastewater .P &P Sta. 5 +40 to 10 +80 38 Mansheim — Water & Wastewater P &P Sta. 10 +80 to 15 +75 39 Mansheim — Water & Wastewater P &P Sta. 15 +75 to 21 +15 40 Mansheim — Water & Wastewater P &P Sta. 21 +15 to 26 +25 41 Mansheim — Water & Wastewater P &P Sta. 26 +25 to End 42 Mansheim — Wastewater Laterals (1 of 2) 43 Mansheim — Wastewater Laterals (2 of 2) 44 Nesbitt (North) — Water & Wastewater P &P Sta. 0 +00 to 4 +65 Baseline "C" 45 Nesbitt (North) — Water & Wastewater P &P Sta. 4 +65 to 9 +40 Baseline "C" 46 Nesbitt (North) — Water & Wastewater P&P Sta. 9 +40 to End Baseline "C" 47 Traffic Control Details & General Notes (1 of 4) 48 Traffic Control Details & General Notes (2 of 4) 49 Traffic Control Details & General Notes (3 of 4) 50 Traffic Control Details & General Notes (4 of 4) 51 Street, Storm & ADA Details (1 of 5) 52 Street, Storm & ADA Details (2 of 5) 53 Street, Storm & ADA Details (3 of 5) 54 Street, Storm & ADA Details (4 of 5) 55 Street, Storm & ADA Details (5 of 5) 56 Standard Sign & Sign Mounting Details 57 Standard Pavement Marking Details (1 of 3) 58 Standard Pavement Marking Details (2 of 3) 59 Standard Pavement Marking Details (3 of 3) 60 Single Box Culverts Precast 6' -0" Span 61 Single Box Culverts Precast 7' -0" Span 62 Curb, Gutter and Sidewalk Details 63 Driveway Details (1 of 2) 64 Driveway Details (2 of 2) 65 Standard Storm Water Details (1 of 2) 66 Standard Storm Water Details (2 of 2) 67 Standard Water Details (1 of 5) 68 Standard Water Details (2 of 5) 69 Standard Water Details (3 of 5) 70 Standard Water Details (4 of 5) 71 Standard Water Details (5 of 5) 72 Sanitary Sewer Standard Details (1 of 5) 73 Sanitary Sewer Standard Details (2 of 5) 74 Sanitary Sewer Standard Details (3 of 5) 75 Sanitary Sewer Standard Details (4 of 5) 76 Sanitary Sewer Standard Details (5 of 5) 77 Erosion & Sedimentation Control Plan 78 Storm Water Best Management Practices & Sequence of Construction PROJECT 2: MANSHEIM AREA IMPROVEMENTS Sheet No. Description 1 Title Sheet 2 General Notes, Testing Schedule & Estimated Quantities Summary 3 Project Control Layout — Sheet 1 of 2 4 Project Control Layout — Sheet 2 of 2 & Additional Erosion Controls 5 Wastewater Plan Lateral `A -1' 6 Wastewater Plan Lateral `A -2' 7 Wastewater Plan Laterals `A -3', `A -3A', A -3B' & `A -3C' 8 Wastewater Plan Laterals `A -4', `A -4A', A -4B' & `A-4C' 9 Wastewater Plan Lateral `A -5' 10 Wastewater Plan Lateral `A -6' 11 Wastewater Plan Lateral `A -7' 12 Wastewater Plan Lateral `A -8' 13 Wastewater Plan Laterals `A -9', `A -9A', A -9B' & `A -9C' 14 Wastewater Plan Laterals A -10', `A -10A', A -10B' & `A -10C' 15 Wastewater Plan Lateral A -11' 16 Wastewater Plan Lateral `A -12' 17 Wastewater Plan Lateral A -13' 18 Wastewater Plan Lateral `A -14' 19 Wastewater Plan Lateral `A -15' 20 Wastewater Plan Lateral `A -16' 21 Wastewater Plan Laterals `A -17', 4A -17A', A -17B' & `A -17C' 22 Wastewater Plan Lateral `A -18' 23 Wastewater Plan Lateral `A -19' 24 Wastewater Plan Lateral `A -20' 25 Wastewater Plan Lateral `A -21' 26 Wastewater Plan Lateral `A -22' 27 Wastewater Plan Laterals `B -1' & 1B -2' 28 Wastewater Plan Laterals `B -1', `B -2' & 29 Construction Details (1 of 2) 30 Construction Details (2 of 2) 31 Sanitary Sewer Standard Details (1 of 5) 32 Sanitary Sewer Standard Details (2 of 5) 33 Sanitary Sewer Standard Details (3 of 5) 34 Sanitary Sewer Standard Details (4 of 5) 35 Sanitary Sewer Standard Details (5 of 5) 36 Typical Advance Warning Signage & Traffic Control Layout 37 Traffic Control Details & General Notes (1 of 4) 38 Traffic Control Details & General Notes (2 of 4) 39 Traffic Control Details & General Notes (3 of 4) 40 Traffic Control Details & General Notes (4 of 4) ATTACHMENTS Attachment No. 1 Geotechnical Information Attachment No. 2 Entry into Private Property (Owner Notification) Attachment No. 3 Form WS -1 (Authorization for Inspection) Attachment No. 4 Form W -2 (Private Water Service Inspection Report & Routing Recommendation) Attachment No. 5 Form S -2 (Private Sanitary Sewer Service Inspection Report & Routing Recommendation) NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND ck �; �.a NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: PROJECT 1: MANSH7EIM & HELEN (BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR, PROJECT NO. 6491 consisting of Rehabilitation of Mansheim Boulevard from Gabriel Street to Xostroyz Road including the removal and replacement of approximately 3,000 linear feet of 38' wide street and all existing storm sewer, wastewater and water infrastructure. Rehabilitation of Nesbitt Drive from McArdle Road to Gollihar Road including the removal and replacement of approximately 2,600 linear feet of 28' wide street and all existing storm sewer, wastewater and water infrastructure. PROJECT 2: MANSHEIM AREA IMPROVEMENTS, PROJECT NO. 7397 consisting of; Rehabilitation of approx. 14,850 linear feet of existing vitrified clay pipe (VCP) wastewater main by pipe bursting ; - Install approx. 1,200 linear feet of new gravity wastewater main; Rehabilitation and installation of manholes and replacement /extension of existing wastewater services.; in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, July 7, 2010,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. on Wednesday, June 30, 2010, and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% 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% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($60.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an • additional ($10.00) which is a non- refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 �.J NOTICE TO CONTRACTORS - A 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 all certLficates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 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 $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON - OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED © NOT REQUIRED INSTALLATION FLOATER . See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED © NOT REQUIRED Page 1 of 2 DThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. LJThe 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 826 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self- insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. -(2) Building or construction- -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement —A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 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 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this 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 been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or 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; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they 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; (13) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate b•• vz coverage, coverage coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-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." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required cPrttifPates of coverage on file fnr the duration of the project and for nne year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one 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 r11, TI}�. 4o Ytil n�c rV ll 4 +1.:.. 1 .2.. 4 1 4... .. 1.. L J b u uieLIL ir1 u11J rule vves i1vL apply' LV u1VLV1 carnerj YYlly arc rcqui 4d pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self- insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate')- A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered and stating how a person may verf coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 mall or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the . provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, c vi/ PnaltieS or ether civil artinns_ K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS MANSHEIM & HELEN (BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR PROJECT NO. 6491 AND MANSHEIM AREA IMPROVEMENTS PROJECT NO. 7397 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2 p.m., Wednesday,July 7, 2010. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - MANSHEIM & HELEN, (BOND 2008) - GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR PROJECT NO. 6491 AND MANSHEIM AREA IMPROVEMENTS PROJECT NO. 7397 Any proposals not physically in possession of the City Secretary's Office at the time and date of the 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, June 30, 2010, beginning at 10 a.m. 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. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -I of the General. Provisions will govern. A -3 Description of Project PROJECT 1: MANSHEIM & HELEN (BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR, PROJECT NO. 6491 consists of Rehabilitation of Mansheim Boulevard from Gabriel Street to Kostroyz Road including the removal and replacement of approximately 3,000 linear feet of 38' wide street and all existing storm sewer, wastewater and water infrastructure; & Rehabilitation of Nesbitt Drive from McArdle Road to Gollihar Road Section - SP (Revised 12/15/04) Page 1 of 29 including' the removal and replacement of. approximately 2,600 linear feet of 28' wide street and all existing storm sewer, wastewater and water infrastructure AND PROJECT 2: MANSHEIM AREA IMPROVEMENTS, PROJECT NO. 7397 consists of Rehabilitation of approx. 14,850 linear feet of existing vitrified clay pipe (VCP) wastewater main by pipe bursting; Install approx. 1,200 linear feet of new gravity wastewater main; Rehabilitation and installation of manholes and replacement /extension of existing wastewater services. All in accordance with plans, specifications and contract documents. A -4 Method of Award The bids will be evaluated based on the Combined Total Base Bid, subject to the availability of funding. 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. 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: MANSHEIM & HELEN (BOND 2008) - GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR PROJECT NO. 6491 and MANSHEIM AREA IMPROVEMENTS PROJECT NO. 7397) 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.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages Projects will be awarded as one contract and shall be constructed concurrently. The working time for completion of both projects is 540 calendar days. The projects shall generally follow the Sequence of Construction contained in Section A -18. 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. 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 Storm Water 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. Section A - SP (Revised 12115104) Page 2 of 29 January February March April For each specified period as calendar damages. estimate 3 Days 3 Days 2 Days 3 Days May June July August 4 Days 4 Days 3 Days 4 Days September October November December 7 Days 4 Days 3 Days 3 Days calendar day that any work remains incomplete after the time in the Contract for completion of the work or after such time extended pursuant to other provisions of this Contract, $500 per day will be assessed against the Contractor as liquidated Said liquidated damages are not imposed as a penalty but as an of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. 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 Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section 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 Section A - SP (Revised 12/15/04) Page 3 of 29 interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy construction and heavy and highway construction. In case of conflict, Contractor shall use higher wage rate. 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 Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (.1 1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B -I -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate 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 at 1- 800 - 344 -8377, the Lone Star Notification Company at 1 -800- 669- 8344, and the Verizon Dig Alert at 1- 800 -483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826 -3500 Project Engineer RVE, Inc. - D. Scott Jbnes, P.E. 887 -8851 Traffic Engineering 826 -3540 Police Department 882 -1911 Section A - SP (Revised 12/15/04) Page 4 of 29 Water Department Wastewater Services Department Gas Department Storm Water Parks & Recreation Solid Waste Services A.E.P. Nueces Electrical Cooperative AT &T /CP &L City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) Regional Transportation Authority Corpus Christi ISD U.S. Postal Service TxDOT Area Office A -12 Maintenance of Services 826 -1880 (826 -1888 after hours) 826 -1818 (826 -1818 after hours) 885 -6910 (854 -4396 after hours) 826- 1875 (826 -1875 after hours) 826 -3461 826 -1970 299-4833 (693-9444 after hours) 387 - 2581(800 -632 -9288 after hours) 881 - 2511(800- 824 -4424 after hours) 826 -1946 857 -1960 857 -5000 (857 -5060 after hours) 887 -9200 (Pager 800- 724 -3624) 813 -1124 (Pager 888 -204 -1679) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972 -753 -4355 289 -2712 886 -9005 886 -2216 808 -2384 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 utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. 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. To by -pass the flow, the connections to the existing facilities shall be made over the ground surface by means of flexible and /or rigid ...pipes. The pipes used for bypassing this flow shall be strong enough to resist traffic impact loads, and the size of the pipe Section A - SP (Revised 12/15/04) Page 5 of 29 shall be capable of handling the incoming discharge but cause minimum impact to traffic flow and safety. The construction of temporary gravity flow lines, force main lines, pumping equipments, plugs, flow diversion structures, etc., required to maintain and control system flows shall be responsibility of the Contractor. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 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 accessibility of the adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. dircct paymcnt will be madc to Contractor. 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 work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed and replaced unless otherwise noted. Section A - SP (Revised 12/15/04) Page 6 of 29 All necessary removals including but not limited to pipe, driveways, cidcwalko, ctc., are to bc considered subsidiary to the bid item for - "Ctrcet Excavation "; therefore, no direct payment will bc made to Contractor. 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 The Contractor must furnish -the City Engineer or his rcprescntativc with —a field office at thc construction site. Thc field office must contain at least 120 square feet of useable space. Thc field office must bc air conditioned and h atcd and must be furnished with an inclined table that mcaeurc3 at least 30" x GO" and two (2) chairs. Thc Contractor shall move thc field office on thc site as required by thc City Engineer or his representative. The field office must bc furnished with a telephone (with 24 hour per day answering service) and FAX machine paid for by thc Contractor. Thcrc is no separate pay item for the field office: A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on working days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items and be in conformation with the Sequence of Construction listed below: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. - • Section A - SP (Revised 12/15/04) Page 7 of 24 Sequence of Construction 1_ Contractor shall prepare a SWPPP to include the Erosion and Sedimentation Control Plan on sheet 77 and submit to the engineer for approval prior to commencing construction. 2. Contractor shall submit all necessary notifications and obtain all necessary certifications from the Texas Commission on Environmental Quality (TCEQ).prior to commencing construction. 3. Contractor shall install all erosion controls in accordance with the Erosion and Sedimentation Control Plan on sheet 77 prior to commencing construction. 4. Install wood tree protection around all trees to remain prior to commencing construction. 5. Contractor shall submit a project work schedule to the engineer for approval prior to commencing construction. 6. Contractor shall install all necessary traffic control signs and devices corresponding to the submitted work schedule prior to commencing construction. 7. City Projects No. 6491 & No. 7397 shall be awarded as one project and shall be constructed concurrently. Contractor shall be responsible for coordinating both projects to prevent any construction conflicts. 8. All improvements shall be constructed in accordance with the Plans and Specifications: 9. Contractor shall call the utility location providers shown on the cover of the plans at least 48 hours prior to commencing construction. Order of Construction for Mansheim Blvd. & Nesbitt Drive 10. Commence roadway excavation. 11. Demolish and remove all existing street infrastructure. 12. Remove and /or abandoned -in -place existing utilities. 13. Install proposed utilities and make connections to similar existing utilities. 14. All wastewater construction efforts shall be coordinated between the tr two projects to streamline the wastewater improvements of both projects and reduce construction conflicts. 15. Upon completion of the installation of all new curb inlets and post inlets, install inlet protection. 16. Upon approval of new utility installations, install all utility trench backfill up to the proposed street subgrade of each street. 17. After ensuring all necessary utility crossings have been installed, prepare and compact subgrade. 18. Install tensar BX 1100 geogrid. 19. Install first course of type 'A', grade 1 crushed, limestone base material in accordance with the plans and TXDOT Standard Specification Item No. 247. 20. Install curb and gutter. 21. Install all driveways, sidewalks and curb ramps. 22. After grading and shaping, install a minimum of 4" of topsoil over areas to be block sodded. 23. Install block sodding. Section A - SP (Revised 12/15/04) Page 8 of 29 24. Install second course of type 'A', grade 1 crushed, limestone base material in accordance with the plans and TXDOT Standard Specification Item No. 247. 25. Install prime coat. 26. Install seal coat. 27. Install 2" type 'D' hot mix asphalt concrete (HMAC) pavement. Final Project Activities 28. Upon completion of street and utility improvements, walk through with city inspector and engineer. 29. Address any punchlist repair items. 30. Provide engineer with redline mark -up that have occurred during the course of 31. Provide certificate of compliance to city improvements have been constructed in accordance specifications. 32. Remove all wood tree protection. 33. Upon establishment of growth in inlet protection erosion controls. schedule final plans detailing construction. stating with the newly placed A -19 Construction Project Layout and Control any changes that all plans and sodding, remove all The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. The Contractor will furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City Surveyor 48 hours notice so that alternate control points can be established by the City Surveyor as he deems necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City Surveyor 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 Engineer prior to deviation. If, in the opinion of the City Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City 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 Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents,• plans and Section A - SP (Revised 12/15/04) Page 9 of 29 specifications. Said compliance certifications shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits) Water: • All top of valves box; • Valves vaults rim • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits). Stormwater: • .All rim /invert elevations at manholes • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) 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. Testing shall be performed as specified in the Construction Plans in accordance with the Standard Specifications and the General Provisions. A -21 Project Sign The Contractor must install four (4) Bond 2008 Project signs, furnished by the City and as indicated on Attachment No. 1 at the end of these Special Provisions and furnish and install one (1) CIF Project sign as indicated on Attachment No. 2. The sign 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. Section A - SP (Revised 12/15/04) Page 10 of 29 A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Section A - SP (Revised 12/15/04) Page 11 of 29 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. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. 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 50.00 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 either 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 a 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 Section A - SP (Revised 12115104) Page 12 of 29 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. A -23 Inspection Required (Revised 7/5/00) NOT USED The Contractor shall assure the appropriate building inapcctiono by thc Building Inspection Divioion at thc variouo intervalo of work for which a permit in required and to assure a final in - completed and read* for occupancy. Contractor must obtain thc Certificate of Occupancy, whoa applicable. Ecction B 6 2 of the Ccncral Provisions is hcro r amended in that the Contractor must pay all fccs and charges levied by thc City's Building Inspection Department, and all other City fcco, 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 (100) of the Surety Company's capital and surplus, the Surety .Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10e) 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 Section A - SP (Revised 12/15/04) Page 13 of 29 Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption NOT USED ecction B C 22, Tax Exemption Previoton, is deleted in ito entirety and Contracto for improvements to real property awarded by thc City of Corpua Christi do not qualify for cxcmptiono of Falco, Excioc, and Uoc Taxco defined by Section 3.291 of Chapter 3, Tax Adminiotratiem of Title 31, Public Finance of thc Tcxao Adminiotrativc Code, or such other rulco or rcgulationo ao may be promulgated by thc Comptroller of Plic Accounto of Texas. I-f the Contractor ciccta to operatc under a ocparatcd contract, hc ohall. 1. Obtain the ncccooary oalco tax permito from thc State Comptroller. el Identify in the appropriate space on the "Statement of Matcrialo and Other Charges" in the propooal for the coat of materials wally incorp rated into the rrojcct. 3. Provide rcoalc ccrtificatco to oupplicra. 1. Provide thc City with copico of material invoicco to oubotantiatc thc If the Contractor doco not elect to operatc under a ocparatcd contract, hc must pay for all Ealco, Excioe, and Uoc Taxco applicable to thio Project. Subcontraetoro arc eligible for oalco tax cxcmptiono if thc subcontractor • resale certificate to thc oubcontractor and thc oubcontractor, in turn, ioouco a rcoalc certificate to his oupplicr. A -26 Supplemental Insurance Reguirements For each insurance coverage provided in accordance with Section B -6 -I1 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: Section A - SP (Revised 12/15/04) Page 14 of 29 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. 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 arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED aragraph (a) Ccncral Liability of -Ecction B G 11 of the Ccncral Provisions is amcndcd to includc: Section A - SP (Revised 12/15/04) Page 15 of 29 the term of thc Contract up to and including the date thc City to p ecurc such Installation Floater inourancc co , 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 pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in the day -to -day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Section A - SP (Revised 12/15/04) Page 16 of 29 2. The foreman must have at least five (5) years recent experience in oversight and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these matters 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 or foreman 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. 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: 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; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. Section A - SP (Revised 12/15/04) Page 17 of 29 r^ 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The .City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given, if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A- 29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 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" 13-8 -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. Section A - SP (Revised 12115 /04) Page 18 of 29 W.J A -32 Amended "Execution of Contract" Requirements Under 'General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: 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_ A -35 City Water Facilities: Special Requirements NOT USED A. Visitor /Contractor Orientation Prior to performing work at any City water facility, thc Contractor, hio oubcontractoro, and each of their cmploycco muot hairs. on their peroon a valid card certifying their prior attendance at a Visitor /Contractor Cafcty Orientation Program conducted by thc City Watcr Dcpartmcnt rcrsonncl. A Visitor /Contractor Safety Orientation Program will be eefcrcd by authorized City Water Department personnel for thoac peroons who do not have ouch a card, and who dcoirc to perferm any work within any City water facility. For additional informatien refer to Attachment 1. Section A - SP (Revised I2115/04) Page 19 of 29 The Contractor ohall not start, operate, er stop any pump; motor, valve, equipment, owtteh, -brca c , eeatrol, or any othcr item related to City water- facility at any time. All such items employee of thc City Watcr Dcpartmcnt. C. Frotcction of Water Quality Thc City must deliver water of drinking,quality to its cu e at all timco. The Contractor shall -p otcct thc quality of tho Watcr Department to protect thc quality of the watcr. D. Conformity with ANSI /NSF Ctandard 6I All matcrialo and cquipmcnt uacd in thc repair, rcoocmbly, tranoportation, rcinatallation, and inopcction of , othcr itcmo, which could comc into contact with potablc water, Sanitation Foundation (ANSI /NSF) Standard G]. ao dcocribcd in thc Ctandard £pccificationc. £uch matcrialo include all oolvcnts, cl ancro, lubricants,, gaskets, thread compoundo, coatings, or hydraulic equipment. These itcmo muot not be uacd unlcoo they conform with ANSI /NCF Thc Contractor ohall providc thc Engineer with copico of writtcn proof of ANSI /NSF Standard G1 approval for all materials which could comc into contact with potablc watcr. facility oitc. Blowing trash will Bet bc allowcd. Thc Contractor shall keep work areas elcan- at all timco and remove all trash day ly. 1'. Contractor' o personnel muot wear colored uniform ovcrallo other than or er— blue, or white. Each cmpleyee uniform muot provide C. Contractor ohall providc tcicphonco for Contractor peroonnol, Plant telephones arc not available for Contractor uac. H. Working houro will bc 7.00 A.M. to 5:00 P.M., Monday thBia Friday. Section A - SP (Revised 12/15/04) Page 20 of 29 I. Contractor must not uoc any City facility rcotroomo. Contractor must provide own sanitary facilities. J. All Contractor vchicico must be parked at dcoignatcd site, ae dcsignatcd by City Water Dcpartmcnt Staff. All Contractor vchicle3 must bc clearly labeled with company name. No private employcc vchicico are allowed at O. N. Steven Watcr Treatment hours, contractor cmploycco must not leave thc dcoignatcd eonotruction area nor wander through any buildings othcr than for rcquircd work or as directed by City Watcr Dcpartmcnt K. Contractor Qualification3 CCADA (CUrDRVISORY CONTROL AND DATA ACQUISITION) Any work to thc computer bascd monitoring and control oystcm peroonncl, as dctcrmincd by mccting the qualifications 1 thru 9 additions, changco, scicctiono, furnishing, installing, placing in operation all hardware and /or 3oftwarc opccificd or rcquircd by thcoc 3pccifi ationo. Tie Eentraetor or hie subcontractor proposing te-- perferm -eke 1. He is regularly engaged in thc computcr bascd monitoring and Control s municipal water and wastewater industry. C. IIc has performcd work on oyatcm3 of comparable size, type, and complexity an rcquircd in this Contract on at least thrcc prior projects. 3. IIc has been actively engagcd in thc type of work opccificd hcrcin for at least 5 years. i. He cmployo a Rcgiotcrcd Professional Enginccr, a Control Sy3tcm3 Enginccr, or an Elcctri al or perform thc work rcquircd by this opccificationo. S. IIc cmploy3 peroonncl on thin rrojcct who havo oucce33fully complctcd a manufacturer's training course in configuring and implementing thc specific computers, RTUS'o, and software propoocd for thc Contract. 6. Ile maintains permanent, fully 3taffcd and cqt ppcd maintain, repair, calibrate, and program thc Systems Specified hercin. 7. IIc shall furnioh..cquipmcnt which i3 the product of onc manufacturer to thc maximum practical extent. Whcrc thin thc product of onc manufaeturcr. 8. Prior performancc at the 0; N. Stevens Watcr Trcatmcnt Plant will bc uocd in cvaluating which Contractor or subcontractor programs thc new work for this rrojcct. Section A - SP (Revised 12/15/04) Page 21 of 29 required, to add these two- systems to thc existing City &CADA system. Attached is an cxamplc of thc require programming blocks which the City requires to bc filled in and given to the City Engineer with all changes made during thc programming Vie. The attached sheet is an cxamplc and is not intended to ehow all of thc required sheets. The Contractor will provide all programming blocks used. L. Trenching Requirements All trenching for this project at thc 0. N. Ctcvcno Water Treatment Plant shall bc performed- using a backhoc or hand digging due to the number of existing underground obstructions. No trenching machines shall bc allowed on the preieee, A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify products, models, options, and other data. manufacturers' standard data to provide information this Project. applicable Supplement unique to Section A - SP (Revised 12/15/04) Page 22 of 29 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 Projects for Government Entities The requirements of "Notice to Contractors reference in this Special Provision. -B11 1! are incorporated by A -39 Certificate of Occupancy and Pinar Acceptance (NOT USED) The iocuancc of a ccrtifictc of occupancy for improvcmcntc docc not 8 9. Section A • SP (Revised 12/15/04) Page 23 of 29 A -40 Amendment to Section B-8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -S -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 work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules &Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, 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 Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for Section A - SP (Revised 12/15/04) Page 24 of 29 work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever an the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel° and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Section A - SP (Revised 12 /15/04) Page 25 of 29 Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -ll Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Maintenance and Control of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Division regarding any modifications to the existing system flow patterns, such as rerouting flows, or operation of any permanent or temporary lift station(s). This shall be applicable even in case of cave -ins. Any such system modifications will be subject to approval by the Engineer and the City Section A - SP (Revised 12/15/04) Page 26 of 29 Wastewater Division and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumed over the street on ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and /or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance to the traffic flow or create any blockage or accident. The construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc., required to maintain and control system flows shall be the responsibility of the Contractor. The construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc_, required to maintain items in the contract and shall not be measured for payment. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project. A -51 Stormwater Pollution Prevention A stormwater pollution prevention plan (SWPPP) is required by the Environmental Protection Agency (EPA) and the Texas Commission on Environmental Quality (TCEQ) for any project disturbing more than one (1) acre of land. The Contractor is responsible for the preparation, implementation and routine updating of the SWPPP booklets, as well as, submission of the required notifications to the TCEQ. The Contractor is required to obtain all project certifications and signs from the TCEQ as required by the SWPPP prior to commencing construction on the project. The Contractor shall incorporate the Erosion and Sedimentation Control Plan contained in the project construction plans into the SWPPP and shall install all temporary and permanent best management practices (EMP's) as described thereon. Strict compliance to all SWPPP items shown on the Erosion and Sedimentation Control Plan shall be enforced. Improper implementation and maintenance of the BMP's could have a negative impact on the adjoining waterways, streets and private properties. The Contractor is required to perform all routine inspections of the BMP's as required by the TCEQ and specified in the SWPPP. If during the course of the project other minor BMP's are required to limit or control soil or transport of soil, the Contractor shall implement these measures at no increase —in the contract price. A -52 Groundwater Discharge It is the intent that the Contractor discharge groundwater primarily into the existing stormwater system, provided that the quality of groundwater is equal to or better than the receiving body of water, Corpus Christi Section A - SP (Revised 12/15/04) Page 27 of 29 Bay. Testing of the groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week_ Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions shall be approved by the Engineer on a case by case basis. Prior to pumping ground water from the trench to the sanitary sewer system the Contractor shall contact Wastewater Dept. at 361 826 -1818 to obtain a "no -cost" permit from the Wastewater Dept. City will require an estimate of groundwater flow. A -53 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." Section A - SP (Revised 12115164) Page 28 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: PROJECT. 1: MANSHEIM & HELEN (BOND 2008), GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIRAR, (CITY PROJECT NO. 6491) PROJECT 2: MANSHEIM AREA IMPROVEMENTS (CITY PROJECT NO. 7397) OWNER: CITY OF CORPUS CHRISTI ENGINEER: RVE, Inc. Attn.: D. Scott Jones, P.E. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 29 of 29 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 31ST day of AUGUST, 2010, 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 Reytec Construction Resources, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $6,890,519.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: PROJECT 1: MANSHEIM & HELEN (BOND 2008)GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR — PROJECT NO.6491 PROJECT 2: MANSHEIM AREA IMPROVEMENTS — PROJECT NO.7397 PROJECT NO.7397 (TOTAL BASE BID: $6,890,515.50) 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, 7- 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, The General and Special Provisions and Requirements for Municipal P q u cipal Construction Contracts of the City of Corpus Christi, 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. Page 1 of 3 Rev. Jun -2010 7 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 540 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. Page 2 of 3 Rev. Jun -2010 ATTEST: Mum C'tv Secretary' APPROVED TO fEGAL FORM: By: i, )if Asst. City Attorney (z:. a <a.:','feOi Rebecca Reyes, Secretary Treasurer (Ia�e w }Tf Pe'rson signing for ; corporation "is not ` President-, attach- °'copy of authorization to =szgn j'. CITY OF CARPUS CHR TI By: Juan Perales, Ir.,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Reytec Construction AMP' By: sources,Inc. Title: Gregg T. Reyes, President 1901 HOLLISTER (Address) HOUSTON, TX 77080 (City) 713/957 -4003 (Phone) (State)(ZIP) * 713/681 -0077 (Fax) ¥9 eouNmL ..... ► l� Page 3 of 3 Rev. Jun -2010 SECRcETARY Ji PROPOSAL FORM FOR PROJECT 1: MANSHEIM & HELEN (BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR CITY PROJECT NO. 6491 PROJECT 2: MANSHEIM AREA IMPROVEMENTS CITY PROJECT NO. 7397 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Revised Proposal Form Page 1 of 19 ADDENDUM N0. 1. ATTACHMENT N0. 2 PROPOSAL Place: Corpus Christi, Texas Date: July 14, 2010 Proposal of Reytec Construction Resources, Inc.. a Corporation organized and existing under the laws of the State of Texas a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: PROJECT 1: MANSHEIM & HELEN (BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIBAR CITY PROJECT NO. 6491 PROJECT 2: MANSBEIM AREA IMPROVEMENTS CITY PROJECT NO. 7397 at the locations set out by the plans and specifications and in. strict accordance with the contract documents for the following prices, to -wit: Revised Proposal Form Page 2 of 19 ADDENDUM NO. 1 ATTACHMENT NO. 2 :F —_1 I II III iv v ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PROJECT 1: MANSBIEM AND HELEN(BOND 2008) GABRIEL TO KOSTORYZ & SUNNYBROOK TO GOLLIHAR ` PART A - GENERAL Al 1 LS General/Bonds/Mobilization, complete and in place per Lump Sum. $ q4 90_ f S 44-0100t, o — r 1 LS Storm Water Pollution Prevention Plan, complete and in place per Lump Sum. $ 3,500 °.. s -s 3(sno A3 1 LS Traffic Control, complete and in place per Lump Sum. ` cc 9 $ ` a o ° 3 $ �,�' C-. !� A4 1 LS Exploratory Excavation, complete and in place per Lump Sum. $ 3 a , 00 0 ea $ 30 to 00 °. A5 DAYS Ozone Action Day, complete and in place per Day. $ 1150 ° `2' $ 11,S-00 "" SUBTOTAL PART A (Items Al thru A5) $ Z311. a oO a� PART B — MANSHEIM BOULEVARD STREET IMPROVEMENTS B1 14,670 SY Street Excavation (2' B.O.C.), complete and in place per Square Yard. $ 1 2 v2 $ 1/61040 4- B2 5,749 LF Remove Curb and Gutter, complete and in place per Linear Foot. $ I -5° $ 1, 413 19- B3 8,329 SF Remove Driveway, complete and in place per Square Foot. $ 0, So $ 4 1 t b4 5D B4 14,670 SY Subgrade Preparation (2' B.O.C.), complete and in place per Square Yard. $ '{ `-- . $ 55, (4012- B5 14,670 SY Geogrid - Tensar BX 1100 (2' B.O.C.), or Engineer - Approved Equal, complete and in place per Square Yard. 112-7 S 2 9 ` v • `^ s 316° 86 12,150 SY 12" Type A, Grade 1 Crushed, Limestone Base per TxDOT Std. Spec. Item No. 247 (Lip -to -Lip), complete and in placeper Sq iare Yard. $ t " ,, i r $ el.- ,250 B7 12,150 SY Seal Coat, complete and in place per Square Yard. $ 4. o o $ q i 12• a B8 12,150 SY 2" HMAC (Type D with MC30 Prime Coat), complete and in place per Square Yard. $ I2 $ ['f5, goo Revised Proposal Form Page 3 of l9 ADDENDUM NO . 1 ATTACHMENT NO. 2 I II III IV V TEEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL STREET IMPROVEMENTS - CONTINUED 5 698 B9 IMF Std. 6" Curb and Gutter (Incl. Base Beneath Curb to 2' B.O.C.), complete and in place per Linear Foot. $ 1'; °~' -1.4- 6.3 $ i 4, p B 10 9,312 SF Concrete Driveway, complete and in place per Square Foot. $ 1 n_°_ $ l 4 °- B 1 I F Reflective Pavement Markings TY.1 (W) (24 ") (SLD) (100 mil), complete and in place per Linear Foot. o $ �' $ 1, 5 to o - 4 712 812 LF Reflective Pavement Markings TY.1 (Y) (4 ") (SLD) (100 mil), complete and in place per Linear Foot. $ 1 a`' $ 41 1 L Z °` B l 3 244 EA Raised Reflective Pavement Markings (TYII-A -A) Yellow, complete and in place per Each. $ i t 22 o °= B14 10 EA Raised Reflective Pavement Markings (TYII -B -B) Blue, complete and in place per Each. $ 0 °.? $ t l b °_°- B15 EA Inlet Protection, complete and in place per Each. $_ 1°C) 92 $ 2 , 46 8 0 B16 23 EA Wood Tree Protection, complete and in place per Each. $ 300 °—' $ 14 , 9 D 0 ° B17 3,000 SY Sod Restoration, complete and in place per Square Yard. $ s 4.___1 $ 1 s, a p o °- B l $ 249 LF Remove and Replace Existing Wood Fence, complete and in place per Linear Foot. $ Z$ r $ (o , - Z °f B 19 224 LF Remove and Replace Existing Chainlink Fence, complete and in place per Linear Foot. $ Z4 5-la $ S ,3-110 ADA IMPROVEMENTS B20 18,729 SF Remove 4' Concrete Sidewalk, complete and in place per Square Foot. $ o , is $ 1..1-1. L g 2 Ls B21 16,892 SF 4' Sidewalk, complete and in place per Square Foot. $ r). o $ c64-1 1 460 822 5,617 SF Sidewalk Ramp, complete and in place per Square Foot. $ y Z °--t_ $ Lit 404 4 a--. DRAINAGE IMPROVEMENTS B23 606 18" Class III RCP, complete and in place per $ sip '= $ 4g r 4 5 6 ' LF Linear Foot Revised Proposal Forth Page 4 of 19 ADDENDUM NO. 1 ATTACHMENT NO. 2 I II in IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL _ DRAINAGE IMPROVEMENTS - CONTINUED B24 2,703 LF 24" Class III RCP, complete and in place per Linear Foot $_ Gi t) °- = $ 243 , 2.iv a" B25 3,309 LF Pipe Trench Safety, complete and in place per Linear Foot $ o , 16 $ 3D 12- B26 EA 4' Storm Manhole, complete and in place per Each $ Z 1 S o 00 $ 5 a 14 op ? B27 51 VF Manhole Extra Depth, complete and in place per Vertical Foot $ [ 6,5 •r $ 8, j 6 6 ems. B2$ 18 EA Adjust Manhole Ring & Cover, complete and in place per Each $ 3e0 !.- $ 5 4 B29 18 EA Manhole Trench Safety, complete and in place per Each $ 1 't2- $ ( 8 as B30 EA 5' Curb Inlet, complete and in place per Each $ 2 ° a � g Z Soo 72- B31 33 EA Curb Inlet Trench Safety, complete and in place per Each $ j = $ S1 t:-° - WATER IMPROVEMENTS - B32 2,918 LF Abandon-In-Place Existing 8" ACP Waterline, complete and in place per Linear Foot $ 50..3- $ j4 S9 o °-= B33 540 LF Remove Existing 4" Waterline, complete and in place per Linear Foot s to 6..2_ $ 3,2-'40 B34 10 EA Remove Existing Fire Hydrant, complete and in place per Each $ 4S0 t-2-1- $ Soo B35 LF 6" C900 PVC Waterline (Includes horizontal and vertical bends), complete and in place per Linear Foot $ l 0 °r= $ 4 2' a as � B36 2 919 LF 8" C900 PVC Waterline (Includes horizontal and vertical bends), complete and in place per Linear Foot • $ 5 J $ E fob ,302 B37 3,519 LF Pipe Trench Safety, complete and in place per Linear Foot $ d .1 o $ '35I 4'2- B38 I EA Connect to Ex. 8" Waterline (by Goldston) @ STA. 29 +50, complete and in place per Each $ II, 0ci m $ ,loo �— Revised Proposal Form Page 5of19 ADDENDUM NO. 1 ATTACHMENT NO. 2 I 11 III N V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL WATER IMPROVEMENTS - CONTINUED 1339 1 EA Connect to Ex. 8" Waterline (Mansheim @ Gabriel), complete and in place per Each $ 1 i 20 0 9- $ 1 i Zoo B40 18 EA Connect to Ex. 4" Waterline Laterals (Mid- Blocks), complete and in place per Each $ 900 °— $ 1.4:,i Z Da °. 1341 48 EA Adjust Valve Box Cover, complete and in place per Each $ Zoo a_° $ 9 i to 00 n- ' B42 1 EA 8 "x8" Cross, complete and in place per Each $ 3 5° s. 35 ° ° B43 EA 8 "x6" Cross, complete and in place per Each $ 30 a� $ Z ° a B44 EA 6 "x4" Reducer, complete and in place per Each $ l Sa `1 $ 2 11 e ° v B45 18 EA 6" Gate Valve & Box, complete and in place per Each $ 1 Go '- $ L 3 , 5 o c, e,; 1346 19 EA 8" Gate Valve & Box, complete and in place per Each $ 'r c, So °' $ 19 r 9 s o e 1347 EA Fire Hydrant Assembly (Incl. 8 "x6" Tee, 6" GV &B and 6" D.I. Lead), complete and in place per Each $ L'%t 300 ' $ 4 3 t a o 0 WASTEWATER IMPROVEMENTS B48 865 LF Grout & Abandon -In -Place Existing 10" VCP, complete and in place per Linear Foot $ 1 0 $ g, �So °= B49 565 LF Remove Existing 6" VCP Wastewater Laterals, complete and in place per Linear Foot $ 12. °tz- $ ( , -1 g 0 ` 2- BSO 1,759 LF Remove Existing 8" VCP Wastewater Line, complete and in place per Linear Foot $ t3 yr $ 22, t l°-j ='- B51 286 LF Remove Existing 12" PVC Wastewater Line, complete and in place per Linear Foot $ 1 4 4)--t'- $ 4/004 ° B52 40 LF Remove Existing 10" VCP Wastewater Line, complete and in place per Linear Foot $ 18 `,L?- $ 120 �°' B53 6 EA Remove Existing Manhole, complete and in place per Each $ 4.S6 '---:--- $ 2;-.1D 0 °—= Revised Proposal Form Page 6 of 19 ADDENDUM NO. 1 ATTACHMENT NO. 2 1 l lI m m I Iv v v ITEM U QTY& DESCRIPTION - U UNIT PRICE T TOTAL WASTEWATER IMPROVEMENTS - CONTINUED B54 A A C Remove Existing Manhole & Backfill with $ 100 � $ $ .., 10 et, V— B55 2 2611 1 10" SDR26 PVC Wastewater Line, complete and $ $ -Z/ 2_"2-- $ 1 B56 3 3,502 P Pipe Trench Safety, complete and in place per $ $ O. i 0 $ $ 'S o u' B57 E EA G Connect to Ex. 10" SDR26 Wastewater Line (by e e? ( ° °a' B58 1 10 4 4' Wastewater Manhole, complete and in place per $ $ o, one ° $ $ °a o 1 ooa ,_ B59 2 25 M Manhole Extra Depth, complete and in place per $ $ 15 o °= $ $ 3,150 B60 1 10 A Adjust Manhole Ring & Cover, complete and in $ $ 1,400 tf_ $ $ 1 ` -,o0o "' B61 1 10 M Manhole Trench Safety, complete and in place per $ $ I •� $ $ i b -� B62 1 1 W Wastewater Bypass, complete and in place per $ $ 1 0,0004-‘--. $ $ "' B63 1 1 U Unanticipated Utility Allowance (Mandatory), $ $ 2$,000.00 $ $ 25,000.00 SUBTOTAL PART B - MANSHEIM BOULEVARD: (Items B1 thru B63) $ $ 21 1.'° 125' zl 31 22 s. 5/S PART C - NESBITT DRIVE STREET IMPROVEMENTS C 1 9 9,181 S Street Excavation (2' B.O.C.), complete and in $ $ 12.0.2_ $ $ [ i v i "1 z C2 5 5,116 R Remove Curb and Gutter, complete and in place $ $ 13' $ $ L (:,5 o $ Revised Proposal Farm Page 7of19 ADDENDUM NO. 1 ATTACHMENT NO. 2 I _ II III IV Y ITEM QTY& UNIT DESCRIPTION UNIT PRICE , TOTAL STREET IMPROVEMENTS - CONTINUED C6 6 9S0 SY 12" Type A, Grade 1 Crushed, Limestone Base per TxDOT Std. Spec. Item No. 247 (Lip -to -Lip), complete and in place per Square Yard. Q, $ ^` ao $ I v �} , ZS° r C7 6,950 SY Coat, complete and in place per Square Yard. $ ° - g0 $ 5 ,S La - C8 6,950. SY 2" HMAC (Type D with MC30 Prime Caat), complete and in place per Square Yard. $ ' '2.2- $ 8 5 1.1°° — „+.- • --- C9 5LF8 Std. 6" Curb and Gutter (Incl. Base Beneath Curb to 2' B.O.C.), complete and in place per Linear Foot. o S 1 $ l�5 , 4Q`(� . C 10 15,491 SF Concrete Driveway, complete and in place per Square Foot. $ 1 o? $ l 0 8.I r CI 1 48 LF Reflective Pavement Markings TY.1 (W) (24 ") (SLD) (100 mil), complete and in place per Linear Foot. $ t ." S 4 8 b •oa C 12 3LF Reflective Pavement Markings TY.1 (W) (12 ") (SLD) (100 mil), complete and in place per Linear. Foot. os $ 1 ` �„. $ 24o r--- C13 8 EA Raised Reflective Pavement Markings (TYTI -B-B) Blue, complete and in place per Each. $ 1 f a, $ 8 8 cf- C14 EA inlet Protection, complete and in place per Each. $ to ° b. $ 1 i Za ° N C15 C15 L Silt Fence, complete and in place per Linear Foot. $ 2 so $ 160 °-° _ C16 48 EA Wood Tree Protection, complete and in place per Each. $ 25 n t-L. $ 1210 ar C17 17 2,600 SY Sod Restoration, complete and in lace per Square p P Pe qu Yard. $ 5 o o i'° t t 0 O 9 ._ 03 (218 SY Full -Depth Street Repair (Gollihar Road, Sunnybrook Road & McArdle Road t✓ia Nesbitt Drive), complete and in place per Square Yard (O0 $ .1_4_11, a $ cer R- a. yr c 19 70 LF Remove and Replace Existing Wood Fence, complete and in place per Linear Foot. $ Zt •--- $ 1,q(00 12- C20 80 LF Remove and Replace Existing Chainlink Fence, complete and m place per Linear Foot. $ 14 °- -- $ t,14 20 °' Revised Proposal Fonn Page aof19 ADDENDUM NO. 1 ATTACHMENT NO. 2 r 1 11 III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL ADA IMPROVEMENTS C21 16,983 SF Remove 4' Concrete Sidewalk, complete and in place per Square Foot. $ o .25 $ 4114 G C22 17,031 SF 4' Sidewalk, complete and in place per Square Foot. $ s 9! $ 85, t 5s Jr- C23 765 SF Sidewalk Ramp, complete and in place per Square Foot. $ 12'= $ l i t 86 `� DRAINAGE IMPROVEMENTS C24 1,300 LF Remove Existing 66" RCP, complete and in place per Linear Foot $ tp -2._ $ 43, o0o y C25 1,300 LF Remove Existing 60" RCP, complete and in place per Linear Foot $ to t s $ 13 , oa a ..a- C26 8 EA Remove Existing Curb Inlet, complete and in place per Each $ t o O 4^ $ $ b 0 C27 160 LF Remove Existing 18" RCP Laterals, complete and in place per Linear Foot b $ D $ °~ o C28 2 EA Remove Existing Manhole, complete and in place per Each $ , ot, L'_'- $ Lao 20 0 °= C29 220 LF 18" Class III RCP, complete and in place per Linear Foot $ 13a,°= $ z %,Irfl„ •= C30 1,295 LF 6'x6' RC Box Culvert, complete and in place per Linear Foot $ 41s r= $ s-51,42.50,3--- C31 1,339 LF 7'x7' RC Box Culvert, complete and in place per Linear Foot $ t4.61.I° "- s (X 4 , l, 4.4 ° C32 16,500 CY Select Backlit! Material ( *), complete and in place per Cubic Yard $ (O `2:-. $ 16 5 t o o a b C33 3934 LF Pipe Trench Safety, complete and in place per Linear Foot $ 1 °. $ 3,1-1' C34 LS Cast -in -Place 10' x 10' Junction Box/Manhole (Gollihar Road @ Nesbitt Drive), complete and in place per Lump Sum $ 4s ao a a_ 1. $ 45, op.* °r * With the exception of item C32, all materials necessary for backfdling associated with the project shall be considered subsidiary to the various bid items and not paid for separately. Revised Proposal Form Page 9of19 ADDENDBM NO. 1 ATTACHMENT NO. 2 1 - II III IV V ITEM QTY & UNIT' DESCRIPTION UNIT PRICE TOTAL DRAINAGE IMPROVEMENTS - CONTINUED C35 1 EA 8'x8' Junction Box/Manhole, complete and in place per Each $ 18, boo V $ 1 9, uoo ,..2_ C36 2 EA 7'x7' Junction Box/Manhole, complete and in place per Each s i4, 000' -' $ 2 g, 000 C37 6 EA Storm Manhole over Box Culvert, complete and in place per Each $ 1.10 o s? 10 t Znfl .� C38 10 EA Adjust Manhole Ring & Cover, complete and in place per Each $ 30. tg. $ 31°0D `�- C39 10 EA Manhole Trench Safety, complete and in place per Each $ I �° $ 10 '7-9- C40 16 5' Curb Inlet, complete and in place per Each $ 2.45D6 e. $ 4. , 00.D *-2-- C41 16 EA Curb Inlet Trench Safety, complete and in place per Each. $ (�.r $ 1 - C42 2 EA Remove and Replace Post inlet, complete and in place per Each. $, 2t 4 oo i $ ' i-, 'o 0 0 4J C43 2 EA Post Inlet Trench Safety, complete and in place per Each $ 1 .0 .2 Z" WATER IMPROVEMENTS C44 1,300 LF Abandon -In -Place Existing 6" ACP Waterline, complete and in place per Linear Foot $ 5 $ 6,500 r C45 2 EA Remove Existing Fire Hydrant, complete :,and .�in place per Each .. 445a yr $ 9 0c P2- C46 2 603 LF 8" C900 PVC Waterline (includes horizontal and vertical bends), complete and in place per Linear Foot $ S 3 °� $ III, 9 9;1 ° C47 2,603 LF Pipe Trench Safety, complete and in place per Linear Foot $ o .10 $ 26.o 52- C48 1 EA 16 "x8" TS&V (Gollihar ® Nesbitt), complete and in place per Each $ 1, aaQ °- $ /10 oo b= C49 1 EA Connect to Ex. 8" Waterline (McArdle Q Nesbitt), complete and in place per Each $ 1, goo °-° s 1, go 0 s.=-'- Revised Proposal Form Page 10 of 19 ADDENDUM NO. 1 ATTACHMENT 140 . 2 I II III ry v ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL WATER IMPROVEMENTS - CONTINUED C50 45 EA Reconnect Existing Water Service (Nesbitt North), complete and in place per Each $ 9 as $ +o t 500= J C51 EA New Single Water Service (Nesbitt South) - (Incl. Meter Box, but No House Connection/Meter), complete and in place per Each $ !, 3GO u� $ 2:21. t b 00 - C52 13 EA New Double Water Service (Nesbitt South) - (Incl. Meter Box, but No House Connection/Meter), complete and in place per Each $ 2 t o0.1--"- $ , oo O =' C53 22 EA Adjust Valve Box Cover, complete and in place per Each $ z 6-2-- po ' - $ 4040o C54 1 EA 8 "x8" Cross (Sunnybrook Road), complete and in place per Each $ 3a o _ $ 30 0 °= C55 14 EA 8" Gate Valve & Box, complete and in place per Each $ I r oco ° $ 14 t 1 06 C56 EA Fire Hydrant Assembly (Incl. 8 "x6" Tee, 6" V&B and 6" D.I. Lead), complete and in place per Each a, $ 4.4°° — $ 11 t 4 O o '2– WASTEWATER IMPROVEMENTS (NESBIT NORTH ONLY) C57 1250 LF Grout & Abandon -In -Place Existing 8" VCP Wastewater Line, complete and in place per Linear Foot $ ' �= $ ll ZS a C58 1 EA Remove Existing Manhole, complete and in place per Each $ 450 •— $ 45 o - 2 EA Remove Existing Manhole & Backfill with Cement- Stabilized Sand, complete and in place per Each $ 9 0 ° $ 1, 8 L o C60 1,210 LF 10" SDR26 PVC Wastewater Line, complete and in place per Linear Foot $ 12 = $ g'1, 12o r C61 1,210 LF Pipe Trench Safety, complete and in place per Linear Foot $ o .% o $ i 21 o,- C62 70 LF 8" CIPP Wastewater Line Repair, complete and in place per Linear Foot $ lZp v $ ( 460 t..2._ C63 5 EA 4' Wastewater Manhole, complete and in place per Each $ --1,-/ Et, $ 3g t S 0 • C64 4 EA Adjust Manhole Ring & Cover, complete and in place per Each $ I, 400 •' $ 5, L o o ' i- Revised Proposal Form Page 11 of 19 ADDENDUM NO. 1 ATTACHMENT NO. 2 I 11 III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL WASTEWATER IMPROVEMENTS (NESBIT NORTH ONLY) C65 5 EA Manhole Trench Safety, complete and in place per Each $ i ez- $ s • C66 45 EA New 6" WW Service w/ Cleanout (Incl. Connection to Existing Service), complete and in place per Each $ i t 3o a — $ 5 2) , Spa "–= _ C67 1 LS Wastewater Bypass, complete and in place per Lump Sum $ 5 egoo'— s st.caa C68 1 LS Unanticipated Utility Allowance (Mandatory), complete and in place per Lump Sum $ 25,000.00 $ 25,000.00 SUBTOTAL PART C – NESBITT DRIVE: (Items Cl thru C68) $ 21304 4 934 5-- TOTAL BASE BID –PROJECT 1 (PARTS A thru C – Items Al thru C68) $ 51144, o yq sv PROJECT 1: MANSHIEM AND HELEN BID SUMMARY SUBTOTAL PART A (Items Al thru A5) – GENERAL: SUBTOTAL PART B (Items 131 thru B63) -- MANSHEIM BOULEVARD: SUBTOTAL PART C (Items Cl thru C68) – NESBITT DRIVE: TOTAL BASE BID – PROJECT 1 (PARTS A thru C – Items Al thru C68): Revised Proposal Form Page 12 of 19 $ 'lTl000 $ 2,l30,125`5— $ 2 ga � 9 3J ADDENDUM NO. 1 ATTACHMENT NO. 2 I II III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE _ TOTAL PROJECT 2: MANSHEIM AREA IMPROVEMENTS PART A — GENERAL & MISCELLANEOUS Al 1 LS General, Bonds and Mobilization, complete and in place per Lump Sum $ 35,aooa� °= $ 3S,000:9- A2 1 LS Traffic Control, complete and in place per Lump Sum s as ooa sa S at ntro at A3 2000 SY Full -Depth Street Repair (Incl. Hauling Off Street Excavation Materials), complete and in place per Square Yard S5 °= $ .o i t o .ff $ , 410- 6117. - A4 LF Remove/Replace Curb and Gutter (Inc. 6" Type A, Grade l Base Beneath C &G to l' BOC), complete and in place per Linear Foot $ (0° s `+,'6 o c .21-- AS 250 SY Remove/Replace 4' Sidewalk, complete and in place per Square Yard. s 54,m- $ l;,Sac 2? A6 2,600 SY Sod Restoration, complete and in place per Square Yard $ g °t $ 2o, woo ° A7 500 LF Fence Restoration, complete and in place per Linear Foot s l s v $ 'ti So a SUBTOTAL PART A — GENERAL & MISCELLANEOUS: (Items Al thru A7) $ C-.T€z _ PART B — WASTEWATER IMPROVEMENTS (PIPE BURSTING) 21a' boa -- BI 29,696 LF Cleaning & CCTV of WWL's Before and After Rehab, complete and in place per Linear Foot s 41:1 s 11 g 4.� a' B2 50 EA internal Obstruction Removal, complete and in place per Each s Zoe '= s la.00a o B3 35 EA Point Repair (Up to 10 LF) (0' -6'), complete and in place per Each s },Zno p� s 14,2,o„o ° B4 15 EA Point Repair (Up to 10 LF) (6' -10'), complete and in place per Each s 1,4u° `= s 2t to a A °- - B5 8,376 LF Rehab by Pipe Bursting 6" VCP to 8" HDPE (0' -6'), complete and in place per Linear Foot s 42e- s 3S t,-Ig2 °= 96 3,500 LF Rehab by Pipe Bursting 6" VCP to 8" HDPE (6' -10'), complete and in place per Linear Foot $ 4 Z -°--- s k 41, ro 0092— Revised Proposal Form Page 1.3 of l9 ADDENDUM Q. 1 ATTACHMENT NO. 2 I ti m iv V ITEM QTY Sr UNIT DESCRIPTION UNIT PRICE TOTAL WASTEWATER IMPROVEMENTS (PIPE BURSTING) - CONTINUED 87 665 LF Rehab by Pipe Bursting 8" VCP to 8" HDPE (6' -10'), complete and in place per Linear Foot s 42."=3. $ Z"l ,c lo a, B8 1,866 LF Rehab by Pipe Bursting 8" VCP to 10" HDPE (0' -6'), complete and in place per Linear Foot $ 41 $ 81,102. 9= B9 441 LF Rehab by Pipe Bursting 8" VCP to 10" HDPE (6' -10'), complete and in place per Linear Foot $ 41 $ 28 t121 * B10 371 EA New Services Laterals (with C/O) on Rehab'b WWL's (0' -6'), complete and in place per Each $ 450 O s l b(r List) C— B11 154 EA New Services Laterals (with C /O) on Rehab'b WWL's (6' -10'), complete and in place per Each $ 4so tr $ ja9 ,'3a0 312 24 EA Rehab Existing manhole with Cement Litter and Epoxy Coatings and New 30 -inch Ring & Cover (0'-6'), complete and in place per Each s L, Boo s 143,'Zo o '= B13 3 EA Rehab Existing manhole with Cement Liner and Epoxy Coatings and New 30 -inch Ring & Cover (6' -10'), complete and in place per Each $ 3 , 0oo t?' $ 1 < ° O 0 o? B14 EA 4' Dia. MH (0' -6'), complete and in place per Each S,117-00"- $- 141400 �� B15 1 EA 4' Dia. MH (6' -10'), complete and in place per Each $ 1, 800 `= $ 1, $ o o °= B16 525 CY Disposal of Sewage-Contaminated Soil, complete and in place per Cubic Yard $ 25 ° $ (, i 125 e-'--- B17 LS Unanticipated Point Repair Allowance (Mandatory), complete and in place per Lump Sum $ 25,000.00 $ 25,000.00 B18 1 LS Unanticipated Utility Allowance (Mandatory), complete and in place per Lump Sum $ $0,000.00 $ $0,000.00 SUBTOTAL PART B - WASTEWATER IMPROVEMENTS (PIPE BURSTING): (Items 81 tbru 818) $ 4 /25 e 11 o ° — Revised Proposal Form Page 14 of 19 ADDENDUM NO. 1 ATTACHMENT NO. 2 1 u DI Iv v ITEM QTY& UNIT DESCRIPTION UNIT PRICE TOTAL PART C — WASTEWATER IMPROVEMENTS ("T" GRAVTTY LINES) Cl 5 EA Connect to Existing WW Manhole, complete and in place per Each. $ $So ' $ 4,250 °? C2 1200 LF 8" C900 (DR18) PVC Wastewater Main (Intl. Grout Plug & Abandon -in -Place Exist. WW Main), complete and in place per Linear Foot $ gL °' $ 1.03, Zoo C3 29 EA New 4" Wastewater Service Extension (Incl. Connect to Existing Service, Avg. 30 LF 4" C900 (DR18) PVC & Connect to New Wastewater Main), complete and in place per Each. $ 11400 9.'— $ 'o , 60 o s_° C4 15 EA 4' Dia. MH (0' -6'), complete and in place per Each. $ icy }b0 = $ Quo 1 oao. v C5 34 EA Waterline Adjustment at Water/Wastewater Crossing, complete and in place per Each. $ S i oo, t� s 14; oao ` SUBTOTAL PART C — WASTEWATER IMPROVEMENTS ("T" GRAVITY LINES)` (Items Cl thru C5) li g ti o s o °-- TOTAL BASE BID PROJECT 2 (PARTS A thru C — Items Al thru C5) 5 PROJECT 2: MANSHEIM AREA IMPROVEMENTS BID SUMMARY 1‘123 114,D 2.161(1,0o •�'-- SUBTOTAL PART A (Items Al thru A7) — GENERAL & MISCELLANEOUS: $ 41-12- SUBTOTAL PART B (Items Bl thru Bl$) — WASTEWATER IMPROVEMENTS: $ 22S tiro °-9— SUBTOTAL PART C (Items Cl thru C5) — WASTEWATER IMPROVEMENTS: $ 21 ti-'' i DS a �' TOTAL BASE BID PROJECT 2 (PARTS A thru C -- Items Al thru C5) Revised Proposal Form Page 1.5 of 19 ADDENDUM NO. 1 ATTACHMENT NO. 2 TOTAL BASE BID SUMMARY BASE BID PROJECT I (PARTS A thru C - Items Al thru C68) BASE BD) PROJECT 2 (PARTS A thru C - Items Al thru C5) TOTAL BASE BB) (PROJECT 1 AND PROJECT 2) Revised Proposal Form Page 16 of 19 5 st b itt - $ t $ dgfiyesatzto-- c-re- I (12-; ( 3(. "-2-- $ ADDENDUM NO. 1. ATTACHMENT NO. 2 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of -the City of Corpus Chnsti in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 540 calendar days from the date designated by a Work Order. The undersigned further declares 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 requirements pertaining thereto, for the sum or sums above set forth. #1 and #2 Receipt of the following addenda is acknowledged (addenda number): (SEAL - IF BIDDER IS a Corporation) Respectfully submitted: Name: Gregg T. Reyes, President By: IGNA'TU1tE) Address: 1901 Hollister Telephone: 713.957.4003 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (P.O. Box) (Street) Houston, Texas 77080 (City) (State) (Zip) Revised Proposal Form Page 17 of 19 (Revised August 2000) ADDENDUM NO. 1 .ATTACHMENT NO. 2 Li • P E R F O R N A N C E B O N D Bond No . 6712441 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Reztec Construction Resources, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and bavaInsurance Company of a corporation organized under the laws of the State of Washington 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 SIX MILLION, EIGHT HUNDRED NINETY THOUSAND, FIVE HUNDRED FIFTEEN AND 50/100 ($6,890,515.50.) 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 31ST of AUGUST , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: PROJECT 1: MANSHEIM & HELEN (BOND 2008)GABRIEL TO KOSTORYZ & SUNNYEROOK TO GOLLIHAR - PROJECT NO.6491 PROJECT 2: MANSHEIM AREA IMPROVEMENTS -- PROJECT NO.7397 PROJECT NO.7397 (TOTAL BASE BID: $6,890,515.50) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void;' otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., .accompanying the same shall in anywise affect .its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to'whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. _t IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 8th day of •September , 20 10 . Houstoun, Woodard, Eason, Gentle, Toniforde, and Anderson, Inc. dba Insurance Alliance 1776 Yorktown, Suite 200 Houston, Texas 77056 -4114 TDI License #1381 FEW #760362043 Attorney -in -fact PRINCIPAL Reytec Construction Resources, Inc. By: J Gregg T. Reyes, President (Print Name & Title) ATTEST 1 Rebecca Reyes, Secretary Treasurer (Print Name & Title) SURETY Safeco Insurance Company of America By Harlan J.- Berger (Print Name) TheTrreside_zre-Agr_e.nt-TofT.--the----- . Surety- - Nueces -.. Coun :delivery of notw.o0Taud service of process' is Agency: Contact Person: Address: Phone Number: Keetch & Associates Kerry Wks 1718 Sante Fe Road . Corpus Christi, Texas 78404 (361 ) 883-3803 (NOTE; Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond • Page 2 of 2 PAYMENT BOND STATE OF TEXAS § Bond No. 6712441 SNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Reztec Construction Resources, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and Insurance Company 9f a corporation organized under the laws of the State of Washington , 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 SIX MILLION, EIGHT HUNDRED NINETY THOUSAND, FIVE HUNDRED FIFTEEN AND 50/100 {$6,890,515.50) 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 31ST day AUGUST , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: PROJECT 1: MANSHEIM & HELEN (BOND 2008)GABRIEL TO KOSTORYZ & SUNNTBROOK TO GOLLIHAR - PROJECT NO.6491 PROJECT 2: MANSHEIM AREA IMPROVEMENTS - PROJECT N0.7397 PROJECT NO.7397 (TOTAL SASE BID: $6,890,515.50) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment' to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER-, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond. Page 1 of 2 1 1 1 1 1 1 1 1 1 1 1 1 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 8th day of Septeniber , 20 10 . PRINCIPAL Reytec Construction Resources, Inc. By: 1 Gregg T. Reyes, President (Print Name & Title) Houstoun, Woodard, Eason, Gentle, Toniforde, and Anderson, Inc. dba Insurance Alliance 1776 Yorktown, Suite 200 Houston, Texas 77056 -4114 TAI License #1381 FEIN #760362043Attorney -in -fact Rebecca Reyes, Secretary Treasurer (Print Name & Title) SURETY Safeco Insurance Company of America Harlan J. Berger (Print Name) Th Resident • . Agent - of • • the Surety in Nueces Coun T ras for delivery of notice and service of process is Agency: Contact Person: Address: Keetch & Associates Kerry Woods 1718 Sante Fe Road Corpus Christi, TX 78404 Phone Number: (361) 883 -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 THIS POWER OF ATTORNEY 1S NOIvApatINLESSIIT ,IS-PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Cornpany except in the manner and to the extent herein stated.: SAFECO INSURANCE - COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY - KNOW ALL PERSONS :BY THESE PRESENTS That Safeco Insurance Company of America (the 'Company'); a Washington stock insurancecompany, pursuant to and by authority of the By law and Authonzahorrhereinafterset .forth does. hereby name constitute and appoint c. w "ADAMS HARLAN J BERGER, SUE KOHLER, ANDREW J:`;JANDA, CHERYL R COLSON, DONALD E WOODARD,. JR , D A SHARON" CAVANAUGH, LEf AND L RAUCH, MICFIAEL.�COLE, JO ANN: PARKER, JAMES "WYNNE TOMFORDE, ALL OF THE CITY OF HOUSTON,STATEOFTEXAS ; ;,� each individually-..if there be morethan one named . its true and lawful attomeyan fact to, make execute seal, acknowledge and deliver for and Pk ite behalf as Surety :and as its 'O.= and deed any and alt undertakings bonds recognizances and - -other surety obligations .iii the - "penal sum._ not' exceeding; TWENTY "FIVE MILLION AND 0W1:O0* •!.!. * * * ** *.=DOLLARS:_($ 25 000,000 00'� *'" *** ** * *** * ** * * }" each,-.-.: and -;the :execution of such.:: undertakings bonds ,; recognizances,andouter surety obligations; in pursuance ofthesepresents shall :be as binding upon thecompanyas:ifthey had been duly-Signed by the president -and attested by the. - secretary of the ; Company_iin their. proper persons. That this power is made and executed pursuant to and by authority of,the following By -law and Authorization L ARTICLE IV - Execution of Contracts Section 12 Surety Bonds and Undertakings. y: Any officer or other official of the Corporation authorized for that purpose in wrrting by the Chairman or the President, and subject to such limitations as the Chairman or the :President may prescribe shall appoint such attorneys-in-fact, as-may be necessary to act in behalf of the :Corporation to. make, ., execute, seal acknowledge and deliver as surety any and all undertakings bonds recognizances and other surety obligations Such attorneys -in- fact, subject to --the limitations set forth in their respective powers of attorney;: shall have full power to bind the Corporation by their signature and : executed, such instruments shall:: be as binding as if signed the president and attested by the secretary. to By the following instrument the chairman or the president has authorized the officer or other official named thereinto appoint attorneys-in-fact: g Pursuant to Article IV Section 12 of the By-laws, Garnet W Elliott Assistant Secretary of Safeco Insurance Company of America, is authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Corporation to make execute seal,.: acknowledge and deliver as surety any and all undertakings "bonds:. recogrizances: and other surety obligations:. _ E 1 IN WITNESS WHEREOF. this Power of Attorney has been subscribed by y y an authorized officer or official of the Company and the corporate seal of ,�. Safeco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 9th day of August , :� . .- co O .E CL ca. co 0 O c (5 That the By law: and the Authorization set forth above are true copies thereof and are now in full force and. effect COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY SAFECO: INSURANCE COMPANY OF AMERICA By 61/- • Garnet W. Elliott Assistant Secretary On this :9th c day of :August 2010 before me a Notary. Public personally came Garnet W Elliott, to me known and .0 O acknowledged that he is an Assistant Secretary of Safeco Insurance Company of :Arnenca;- that he knows the seal of said corporation and that he c�►ii executed the.. above. Power of Attorney and affixed the corporate seal of Safeco insurance Company o1 America thereto with the authority and at the N direction of said corporation. name and affixed my notarial seal at Piyi-nouth "Meeting Pennsylvania on the"" day and year : ; o 0 IN TESTIMONY:WHEREO rst above fi ve written CERTIFICATE I, the undersigned Asst �' r Safeco = Insurance Company of America do 'hereby certify that the original power of attorney of which the : - foregoing is a full, true and ce spy,: re in full force and effect ors the:date" of this certificate, and: l do- further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as - provided in Article IV, Section "12: of the By-laws of Safeco Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Safeco Insurance Company of America at meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy, of any power of attorney issued by the company " "in: connection with surety bonds, shall be valid and binding upon the company with the same force and effect as thou h manually affixed ` - IN TESTIMONY WHEREOF I have hereunto subscribed my na r September 2610 @ xed the corporate seal of the said company this 8th day of y subscribed my Ce[esa Pl t i a Notary.f� • ?ryirraun i u;; ttn9g��r Caur - 14y corA E6s art i xpirs m6r :2.. Za 3 g.li> ere a Pastelta, Notary Public Ravi M. Carey; Astant Secretary Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint; 2 You may contact Home Office Surety at 1206.473 -3799 3 You may call (oompanyrs toll -free telephone number for information or to make a complaint at (800) 472-5357 Surety Option If7 4 You May also write to Safeco Insurance Company at Safeco Plaza Seattle, WA 98185 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at (800) 252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 Fax (512) 475 -1771 Web: http:llwww.tdLstate.bc.us P -mail: ConsumerPratec onQtdcsfate.fx us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) Tryst. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POUCY: This notice Is for Information only and does not become a part or condition of the attached document. 8.012813A 7107 AYISO IMPORTANTE Para obtener Informaoibn o pare someter una queja: Usted puede contactar a servioio de Ia oficlna principal de Safeco Surety al: 1 206- 473 -3799 Usted puede Itamar al nQmero de telofono gratis de ( companyrs pars Informadbn o pare someter una queja al: (800) 472-5357 Surety Opci6n De Usted tamblen puede escrlbir a Safeco Insurance Company Safeco Plaza Seattle, WA 98185 Puede comunicarse con el Departmento de Seguros de Texas para obtener informacion acerca de compaMas, coberturas, derechos o quejas al: (800) 252 -3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 787149104 Fax: (512) 475 -1771 Web: http: /twww.tdi.state.tx.us E- �riail: ConsUmerProtac orabaatate.tc.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el (a`gente) (la compafiia) (agente o la compafila) primero. Si no se resuelve Ia disputa, puede entonoes comunicarse con el departamento (TDI). UNA ESTE AYISO A SU POLIZA: Este aviso es solo pars prop6stto de Informacion y no se convierte en parte o condiclbn del documento adjunto. j CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide-the following information. Every question must be answered. if the question is not applicable, answer with "NA ". FIRM NAME Reytec Construction Resources, inc.. STREET: 1901 Hollister CITY: Houston ZIP: 77080 FIRM is: 1. Corporation X -2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the- above named "firm ".__. Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City: of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title N/A 3. State the names of each 'board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee N/A 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/A CERTIFICATE Consultant I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Gregg T. Reyes (Type or Print) Signature of Certifying Person: Title: President Revised Proposal Form Page 18of19 Date: July 14, 2010 ADDENDUM Na . 1 ATTACHMENT NO. DEFINITIONS a. "Board Member ". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. 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. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non - profit 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 equitable 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. f. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Revised Proposal Form Page 19of19 ADDENDUM NO. 1 ATTACHMENT NO. 2 ACORD_ CERTIFICATE OF LIABILITY INSURANCE OP ID s1. REYTE -2 DATE(MMIDDIyyyy) 09/07/10 PRODUCER Insurance Alliance 177 f Yorktown, Ste 200 Houston TX 77056 Phone: 713- 966 -1776 Fax:713- 966 -1700 TYPE OF INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Re ec Construction Resources 1901 Hollister St Houston TX 77080 ? / ` INSURER A: Illinois National Ins Co GENERAL X INSURER B: Everest National 4376238 J INSURER C: The ins Co of the State of Pa INSURER D: $ 1000000 INSURER E: IJAMALat I U 11tH I GU PREMISES (Ea occerence) COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRD TYPE OF INSURANCE POLICY NUMBER p. Li Y FE IV DATE (MMIDDIYY) •.--. L 3 -IRA ION DATE MMIDD/Y Lusts .A X GENERAL X LIABILITY .COMMERCIAL GENERAL LIABILITY 4376238 J 10/16/09 EACH OCCURRENCE $ 1000000 10/16/10 IJAMALat I U 11tH I GU PREMISES (Ea occerence) $ 100000 CLAIMS MADE X OCCUR MED EXP (Any one person} $ 5000 X XCU INCLUDED /% `F PERSONALSADV INJURY $ 1000000 X CONTRACTUAL GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY { JECOT- p LOC PRODUCTS - COMPIOP AGG $ 2000000 AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 8263413 `/ 10/16/09 10/16/10 ` Iii COMBINED SINGLE LIMIT (Ea accident) $ 1000000 BODILY INJURY (Per person} $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELLA X X LIABILITY / 7106000277091 1 10/16/09 10/16/10 EACH OCCURRENCE $ 100000Q0 OCCUR CLAIMS MADE AGGREGATE $10000000 DEDUCTIBLE RETENTION $ 10000 $ $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? S yes, describe under SPECIAL PROYISIONS Lteiow / 006988003'1 - 10/16/09 I 10/16/10 • • X TORY LIMITS sER E.L. EACH ACCIDENT $ 1000000 E.L. DISEASE - EA EMPLOYEE $ 1000000 E.L. DISEASE - POLICY LIMIT $ 100000 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project 1 - Mansheim & Helen (Bond 2008)Gabriel to Kostoryz& Sunnybrook to Gollihar Project #6491; Project 2 - Mansheim Area Improvements Project #7397. t Additional Insured applicable to all policies (Except WC) in favor of City of Corpus Christi as required by written contract. CERTIFICATE HOLDER CANCELLATION CORPUO3 City of Corpus Christi Dept, of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi TX 78469 -9277 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS. AGENTS OR REPR SENTATIVES- 1 ED R' RESENTATIV� G /r T` ® ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL. INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2009 forms a part of policy No. GL 437-62-38 issued to REYTEC CONSTRUCTION RESOURCES, INC. by. ILLINOIS ._NATIONAL INSURANCE CQ_...,_,_,_ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS ✓ This endorsement modifies insurance provided under the following: f COMMERCIAL GENERAL LIABIUTY COVERAGE FORM The following paragraph is added to SECTION 11 - WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) your work" performed for the additional insureds and me u �n The "Products-completed operations hazard": This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the._.other_ _similar__insurance. Me_ ..will - not require _contribution__at_. limits _from - the .._other ._similar . insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. orer ..:ABthorized .iepresentative.-or- Countersignature (in States Where Applicable] 90533 (3/06) Page 1 of 1 ENDORSEMENT This endorsement. effective 12:01 A.M. 10/16/2009 forms a part of policy No. GL 437 -62 -38 / issued to REYTEC CONSTRUCT I ON RESOURCES, INC. by ILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL. INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II - WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products - completed operations hazard ": This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other sirniiar inSIirant=e We will not require rnntrihutin_,__n _nf limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. Countersignature (in States Where Applicable 90533 (3/06) Page 1 of 1 Reytec Construction 'Resources Effective: 10/16/2009 -2010 POLICY NUMBER: CA 826 -34 -13 , f COMMERtIA AUTQ CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: _-. `.BUSJNESS...AUT_O. GOVFRAGE FORM..- _.._...... -.. Ni ' GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless her anot date is indicated below. Endorsement Effective: 10/16/2009 Countersigned By: y 1 . 3 (Authorized Representative) Named Insured: REYTEC CONSTRUCTION RESOURCES, INC. SCHEDULE Name of Person(s) or Organization(s): AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA20480299 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT _This_endorsement„effective 12:0_1 A.M.. 10116/200.9___Iorms a part .of_ // Policy No. GL 437-62-38 issued to REYTEC CONSTRUCTION RESOURCES, INC. By ILLINOIS NATIONAL INSURANCE CO. EARLY NOTICE OF CANCELLATION PROVIDED BY US -This-endorsementmodifies insurance provided under-the-following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM GARAGE COVERAGE FORM COMMON POLICY CONDITIONS, A. - Cancellation, 2. is amended to read: 2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: 771 a. TEN (010) * days before the effective date of cancellation if we cancel for nonpayment of premium; or THIRTY- --(030)-* -days before- the effective date--of cancellation if we cancel for any other reason. * The notice period provided shall not be less than that required by applicable state !awls). 1440424.4., e•aburt. V AUTHORIZED REPRESENTATIVE 99307 16/091 includes copyrighted niaterial-of Insurance Services Office, Inc., with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/290_9 forme_a p_art df _ . Policy No. CA 826-34-13 issued to REYTEC CONSTRUCTION RESOURCES, INC. By ILLINOIS NATI6NAL INSURANCE CO. EARLY NOTICE OF CANCELLATION PROVIDED BY US This endorsement-modifies insurance provided under-the following: - - - - / COMMERCIAL GENERAL LIABILITY COVERAGE FORM %, BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM GARAGE COVERAGE FORM COMMON POUCY CONDITIONS, A. - Cancellation, 2. is amended to read: 2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: a. TEN 1010)* days before the effective date of cancellation if we cancel for nonpayment of premium; or b• •--(030)A--days before •the -effective -date -of cancellation -if we- cancel for any other reason. * The notice period provided shall not be less than that required by applicable state 99307 16108) 441.. 84-r AUTHORIZED REPRESENTATIVE Includes copyrighted material of Insurance Services Office, Inc., with its permission. TEXAS ONLY - ADVANCE NOTICE OF CANCELLATION OR NON - RENEWAL BY US EXTENDED This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a • different date is indicated below. (The following °attaching clause' need be completed only when this endorsement is issued subsequent to prepssabon This endorsement, effective 12:01 AM 10/16/2009 forms a part of Policy No. WC 006 -98 -8003 By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA This endorsement modifies insurance provided under the following: • s • yMr PART SIX - CONDITIONS, D. - Cancellation of the Texas Amendatory Endorsement (WC 42 03 01F) is deleted in its You may cancel this policy. You must mail or deliver advance notice to us stating when the cancellation is to take effect. We may cancel or non -renew this policy. We must send by certified mail or deliver to you in person, not less than the number of days shown below, advance written notice stating when the cancellation or non - renewal is to take effect. A copy of the written notice will be sent to the Texas Workers Compensation Commission. Except for non- payment of premium, non- payment of Toss reimbursement or non - delivery of satisfactory security or collateral when due for which we will provide the advance written notice required by law, we shall not provide less than the number of days advance notice set forth below, or in the policy and endorsements attached thereto, or as required by state law. If another insurance company notifies the Texas Workers' Compensation Commission that it is insuring you as an employer, such notice shall be a cancellation of this policy effective when the other policy starts. Texas law requires a minimum of ten (10) days advance written notice for cancellation or nonrenewal due to fraud in obtaining coverage, misrepresentation of the amount of payroll for purposes of premium calculation, failure to pay omission and that would produce an increase in the rate, including an increase because of failure to comply with reasonable recommendations for loss control or to comply within a reasonable period with recommendations designed to reduce a hazard that is under your control, and a determination by the Commissioner of Insurance that the creditors, or the general public. Texas law requires a minimum of thirty (30) days advance written notice for other cancellation or nonrenewal reasons. Cancellation: 30 ys Non - Renewal: 30 Days WC 99 42 07A (Ed. 004) Countersigned by Authorized Representative