Loading...
HomeMy WebLinkAboutC2011-113 - 3/8/2011 - Approvedengin*W-rs architects contractors TSPE FIRM NO. P -366 801 Navigation, Suite 3-00 Corpus Christ., Texas Phones 361- 883 -1984 Fax:.:`361 -883 -1986 FOR City of Corpus Chfisti DEPARTMENT OF ENC31NEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/826 -3501 PROJECT NO: 64.69 DRAWING NO: STR 841 . r t n� f � h o / 2 d�C y lE (Revised 6/27/99) STAPLES STREET, PHASE 2.. BARRACUDA PLACE TO GOLLI ROAD (BOND 2008) PROJECT No 6469 Table of Contents NOTICE TO BIDDERS (Revised 10/21/98) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B 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 /Explanation of Bid Items 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 A -11 Cooperation with Public Agencies 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 Office 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Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required A -24 Surety Bonds A25 Sales Tam Exeffiptien (NO LONGER APPLICABLE) .(6/11/98) A 726 Supplemental Insurance Requirements R Respensibllif=y €ems - Damage mits (NOT USED) A--28 Considerations for Contract Award and Execution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 Table of Contents Page '1 of 7 (NOT USED) A -36 Other Submittals A Amended rr City (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A Gertifieate of GeeiipaRey and Final Reeeptanee (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A -51 Electronic Submittal of Bids A -52 Dust Control A -53 Regional Transportation Authority (RTA) Contract Documents ATTACHMENTS 1 -- Project Sign 2 - Electronic Bid PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D - RTA CONTRACT DOCUMENTS PART S - STANDARD SPECIFICATIONS Section 022020 Excavation and Backfill for Utilities and Sewers Section 022022 Trench Safety for Excavations Section 022100 Select Material Section 026202 Hydrostatic Testing of System (S -89) Section 026206 Ductile Iron Pipe and Fittings (S -81) Section 026210 Polyvinyl. Chloride Pipe (S -83.) Section 026402 Water Pipe (S -88.) Section 026404 Water Service Lines (S -87) �. Section 026409 Tapping Sleeve & Valve Section '026411 Gate Valves for.'Water Lines Section 026416 Fire Hydrants Section 027203 Vacuum Testing of Manhole Section 027602 Gravity Sanitary Sewers (S -61) Section 030020 Portland Cement Concrete Section 032020 Reinforcing Steel (S -42) Section 038000 Concrete Structures (S -41) Section 055420 Frames Gates Rings and Covers PART T - TECHNICAL SPECIFICATIONS 100 Preparing Right of Way 105 Removing Stabilized Base and Asphalt Pavement 110 Excavation Table of Contents Page 2 of 7 132. Embankment 150 Blading 204 Sprinkling 210 Rolling 216 Proof Rolling 247 Flexible Base 260 Lime Treatment (Road Mixed) 300 Asphalts, Oils, and Emulsions 301 Asphalt Antistripping Agents 302 Aggregates for Surface Treatments 310 Prime. Coat 314 Emulsified Asphalt Treatment 316 Surface Treatments 320 Equipment for Asphalt Concrete Pavement 341 Dense - Graded Hot Mix Asphalt (QC /QA) 360 Concrete Pavement 400 Excavation and Backfill for Structures 420 Concrete Structures 421 Hydraulic Cement Concrete 424 Precast Concrete Structures (Fabrication) 427 Surface Finishes for Concrete 432 Ripxap 440 Reinforcing Steel 440 -001 Reinforcing Steel (Revision) 462 Concrete Box Culverts and Storm Drains 464 Reinforced Concrete Pipe 465 Manholes and Inlets 496 Removing Structures 500 Mobilization 502 Barricades, .Signs, and Traffic Handling 506 Temporary Erosion, Sedimentation, and Environmental Controls 528 Colored Textured Concrete and Landscape Pavers 529 Concrete Curb, Gutter, and Combined Curb and Gutter. 531 Sidewalks 585 Ride Quality for Pavement Surfaces 636 Aluminum Signs 644 Small Roadside Sign Supports and Assemblies 662 Work Zone Pavement Markings 666 Reflectorized Pavement Markings 672 Raised Pavement Markings 677 Eliminating Existing Pavement Markings 678 Pavement Surface Preparation for Markings 5121 Geogrid Base Reinforcement 6007 Removing Traffic Signals 6011 Testing, Training, Documentation, Final Acceptance and Warranty 6013 Electronic Components 6038 Portable Changeable Message Sign T- 020800 Well Pointing, Dewatering and Disposal T- 026700 Air Release Valves T- 027205 Glass -Fiber Reinforced Polyester (FRP) Manholes T- 027604 Disposal of Waste from Wastewater Line Cleaning Operations T- 027611 Cleaning and Televised Inspection. of Wastewater Lines TS -100 General Notes TS -416 Drilled Shaft Foundations TS -600 Traffic Signal Standards & Specifications TS -601 Traffic Signal Controller Unit Table of Contents Page 3 of 7 TS -615 Traffic Signal. Cabinet and Assemblies TS -618 Conduit TS -620 Electrical Conductors TS -621 Tray Cable TS -624 Ground Boxes TS -628 Electrical Services TS -633 Uninterruptable Power Supply TS -655 Controller Foundation TS --680 Installation of Highway Traffic Signals TS -682 Vehicle and Pedestrian. Signal Head TS -683 LED Pedestrian Signal Countdown Module TS -684 Traffic Signal Cables ti TS --686 Traffic Signal Pole Assemblies (Steel) TS -698 Pan /Tilt /Zoom Camera TS -699 Radar Presence Detection Device TS -6041 Internally Lighted Street Name Sign with Light- Emitting Diode Lamps PART W - DRAWINGS 1 Cover Sheet 2 Sheet Index 1 3 Legend 4 Location Map 5 General Motes & Testing Schedule 6 General Notes 7 Estimated Quantities 8 Base Bid Typical. Street Sections 1 OF 3 9 Base Bid Typical Street Sections 2 OF 3 10 Base Bid Typical Street Sections 3 OF.3 11 Alternate Typical Street Sections 1 OF 3 12 Alternate Typical Street Sections 2 OF 3 13 Alternate Typical Street Sections 3 OF 3 14 Control Layout & Alignment Data 15 Removal Summary 16 Base Bid Construction and Traffic Control Notes 17 Alternate Construction and Traffic Control Notes 18 Base Bid Construction Sequence Typical Sections 19 Alternate Construction Sequence Typical Sections 20 Advance Warning Signs At Project Limits 21 Base Bid Construction Sequence Layout 22 Alternate Construction Sequence Layout 23 Traffic Control Plan Step 2 1 of 2 24 Traffic Control Plan Step 2 2 of 2 25 Traffic Control Plan Step 3 1 of 2 26 Traffic Control Plan Step 3 2 of 2 27 Traffic Control Plan Step 4 28 Traffic Control Plan Step 5 29 Traffic Control Plan Step 6 30 Traffic Control Plan. Step 7 31 Supplemental Traffic Control Plan For Base Bid Construction Sequence Step 2 32 Supplemental Traffic Control Plan For Base Bid Construction Sequence Step 3 33 Supplemental Traffic Control Plan For Base Bid Construction Sequence Steps 4 & 5 34 Everhart Road Intersection Reconstruction Traffic Control Plan Step 1 35 Everhart Road Intersection Reconstruction Traffic Control Plan Step 2 36 Everhart Road Intersection Reconstruction Traffic Control flan Step 3 Table of Contents Page 4 of 7 37 Everhart Road Intersection Reconstruction Traffic Control Plan Step 4 38 Gollihar Road Intersection Reconstruction Traffic Control Plan Step 1 39 Gollihar Road Intersection Reconstruction Traffic Control Plan Step 2 40 Existing Wastewater Basemap 41 Existing Water Basemap 42 Existing Storm Water Basemap 43 Existing Gas Basemap 44 Base Bid Utility Plan and Profile STA 45 +00 to STA 47 +75 44A Additive Alternate Water Line Plan and Profile STA 45 +00 to STA 47 +75 45 Base Bid Utility Plan and Profile STA 47 +75 to STA 53 +00 45A Additive Alternate Water Line Plan and Profile STA 47 +75 to STA 53-00 46 Base Bid Utility Plan and Profile STA 53 +00 to STA 58 +25 46A Additive Alternate Water Line Plan and Profile STA 53 +00 to STA 58 +25 47 Base'Bid Utility Plan and Profile STA 58 +25 to STA 63 +50 47A Additive Alternate Water Line Plan and Profile STA 58 +25 to S`.['A 63 +50 48 Base Bird Utility Plan and Profile STA 63 +50 to STA 68 +75 48A Additive Alternate Water Line Plan and Profile STA 63 +50 to STA 68 +75 49 Base Bid Utility Plan and Profile STA 68 +75 to STA 74 +00 49A Additive Alternate Water Line Plan and Profile STA 68 +75 to STA 74 +00 50 Base Bid Utility Plan and Profile STA 74 +00 to STA 79 +25 50A Additive Alternate Water Line Plan and Profile STA 74 +00 to STA 79 +25 51 Base Bid Utility Plan and Profile STA 79 +25 to STA 84 +50 51A Additive Alternate Water Line Plan and Profile STA 79 +25 to STA 84 +50 52 Base Bid Utility Plan and Profile STA 84 +50 to STA 89 +00 52A Additive Alternate Water Plan and Profile STA 84 +50 to STA 89 +00 53 Waterline Tie --in Details 1 of 3 53A Additive Alternate Waterline Tie -in Details 1 of 2 54 Waterline Tie -in Details 2 of 3 54A Additive Alternate Waterline Tie -in Details 2 of 2 55 Waterline Tie -in Details 3 of 3 56 Drainage Area Map STA 45 +00 to 54 +00 57 Drainage Area Map STA 54 +00 to 81 +00 58 Drainage Area Map STA 81 +00 to 89 +00 59 Hydraulic Data Sheet 60 Storm Water Plan and Profile STA 45-00 to STA 47 +75 61 Storm Water Plan and Profile STA 47 +75 to STA 53 +00 62 Storm Water Plan and Profile STA 53 +00 to STA 58 +25 63 Storm Water Plan and Profile STA 58 +25 to STA 63 +50 64 Storm Water Plan and Profile STA 63 +50 to STA 68 +75 65 Storm Water Plan and Profile STA 68 +15 to STA 74 +00 66 Storm Water Plan and Profile STA 74 +00 to STA 79 +25 67 Storm Water Plan and Profile STA 79 +25 to STA B4 +50 68 Storm Water Plan and Profile STA 84+50 to STA 89 +00 69 Storm Water Laterals 1 of 3 70 Storm Water Laterals 2 of 3 71 Storm Water Laterals 3 of 3 72 Street Plan and Profile STA 45 +00 to STA 47 +75 73 Street Plan and Profile STA 47 +75 to STA 53 +00 74 Street Plan and Profile STA 53 +00 to STA 58 +25 .75 Street Plan and Profile STA 58 +25 to STA 63 +50 76 Street Plan and Profile STA 63 +50 to STA 68 +75 77 Street Plan and Profile STA 68 +75 to STA 74 +00 78 Street Plan and Profile STA 74 +00 to STA 79 +25 79 Street Plan and Profile STA 79 +25 to STA 84 +50 80 Street Plan and Profile STA B4 +50 to STA 89 +00 81 Intersection & Curb Ramp Details Carmel Parkway Table of contents Page 5 of 7 "i 82 Intersection & Curb Ramp Details Gollihar Road 83 Intersection & Curb Ramp Details Everhart Road 84 Intersection & Curb Ramp Details Gollihar Road & Autotown Drive 85 Intersection & Curb Ramp Details Barracuda, Coral, Miramar & Barry 86 Standard Water Details 1 of 5 87 Standard Water Details 2 of 5 88 Standard Water Details 3 of 5 89 Standard Water Details 4 of 5 90 Standard Water Details 5 of 5 b 91 FLDCD With Vault and Meter Vault Details 92 Sanitary Sewer Standard Details 1 of 5 93 Sanitary Sewer Standard Details 2 of 5 , 94 Sanitary Sewer Standard Details 3 of 5 95 Sanitary Sewer Standard Details 4 of 5 96 Sanitary Sewer Standard Details 5 of 5 97 Miscellaneous Details I of 5 98 Miscellaneous Details 2 of 5 99 Miscellaneous Details 3 of 5 100 Miscellaneous Details 4 of 5 101 Miscellaneous Details 5 of 5 102 Storm Water Standard Details 1 of 2 103 Storm Water Standard Details 2 of 2 104 Single Box Culverts Precast And Cast in Place SCC -5 &6, SCP -6, SCC -MD, SCP -MD 105 Single Box Culvert SCP -5 106 Commercial Driveway Details 1 of 2 107 Commercial Driveway Details 2 of 2 108 Pedestrian Facilities PED -05 Sheets 1 - 4 109 Sign Layout STA 45 +00 to STA 66 +00 r 110 Sign Layout STA 66 +00 to STA 89 +00 111 Traffic Sign Requirements TSR(4) -08 112 Sign Mounting Details SMD -08, SMD(SLIP- 2) -08, SMD(TWT) -08 113 Pavement Markings Layout STA 45 +00 to STA 52.50 114 Pavement Markings Layout STA 52 +50 to STA 63 +00 115 Pavement Markings Layout STA 63 +00 to STA 73 +50 116 Pavement Markings Layout STA 73 +50 to STA 84 +00 117 Pavement Markings Layout STA 84 +00 to STA 89 +00 118 Pavement Marking Details PM(1) -03 - PM(4) -03 119 Pavement Marking PM(5)- 01(Words) PM(6)- 01(Arrows) 120 Storm Water Pollution Prevention Plan STA 45 +00 to STA 52 +50 121 Storm Water Pollution Prevention Plan ,STA 52+50 to STA 63+00 122 Storm Water Pollution Prevention Plan STA 63 +00 to STA 73 +50 123 Storm Water Pollution Prevention Plan STA 73 +50 to STA 84 +00 124 Storm Water Pollution Prevention Plan STA 84 +00 to STA 89 +00 125 Pollution_ Control Measures Erosion Control Log 126 Pollution Control Measures EC (3) -93 127 Environmental Permits Issues and Commitments (EPIC) Sheet 1 of 2 128 Environmental Permits Issues and Commitments (EPIC) Sheet 2 of 2 129 Barricade and Construction Details BC(1) -07 - BC(4) -07 130 Barricade and Construction Details BC(5) -07 - BC(8) -07 131 Barricade and Construction. Details BC(9) -07 - BC(12) -07 132 Traffic Control Plan Typical Details TCP (2-- 1)--98 TCP(2 -2) -03 TCP(2 -4) -03 TCP(2 -5) -03 133 Traffic Control Plan Mobile Operations TCP(3 -1) -98 TCP(3 -3) -98 134 Work Zone, Traffic Control, Signing for Uneven Lanes WZ(STMP) -03, WZ(TD) -03, WZ(UL) -03 135 Concrete Paving Details Joint Seals JS -94 Table of Contents Page 6 of 7 136 Continuously Reinforced Concrete Pavement CRCP(1) -09 Traffic Signal Improvements Staples St. and Gollihar Rd - Autotown Dr. T1 Traffic Signal Layout T2 Traffic Signal Summary T3 Termination and Phasing Summary T4 Signal Head Detail Sheet T3 . ILSN Sign Details (LED) T6 Traffic Signal Signage Sheet TRAFFIC SIGNAL STANDARD SHEETS SMA- 100(1) -99 SMA- 100(2) --96 TS -FD -99 ED (1) -03 ED (2) -03 ED (3) --03 ED(4) -03 ED(5) -03 ED (6) --03 ED(7) -03 LUM -A- 9 9 MA -C -09 MA -D -07 TS -CF -04 APPENDIX A - GEOTECHNICAL INVESTIGATION NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 7 of 7 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: STAPLES STREET PHASE 2 - BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008) ; PROJECT NO. 6469; The Base Bid for this project consists of (approximately) 37,479 square yards of roadway excavation, 37,479 square yards of flexible base, 34,381 square yards of HMAC, 37,479 square yards of geo -grid, 8,816 linear feet of curb and gutter, 49,090 square feet of concrete sidewalk, 4,534 linear feet of 18 " -54" RCP, 1,029 linear feet of concrete box culvert, curb inlets, proposed 5' diameter manholes, 470 linear feet of 8 " -15" PVC wastewater line, 2,703 linear feet of 6 " -12" PVC water line, 6 -20" gate valves, fire hydrant assemblies, 8 " -24" tapping sleeves, ABA improvements, concrete bus pad and traffic signal improvements; in accordance with the plans, specifications, and contract documents. Alternate No. 1 - ALTERNATE TRAFFIC CONTROL PLAN & CONSTRUCTION SEQUENCING% Consists of constructing the proposed improvements in three (3) separate parts or phases. a_ Part 1: Carmel Parkway to Everhart. b. Part 2: Barracuda to Carmel Parkway. c. Part 3. Everhart to Gollihar / Autotown. Alternate No. 2 - CONTINUOUSLY REINFORCED CONCRETE PAVEMENT IN LIEU OF HMAC (SEQUENCING /TRAFFIC CONTROL SAME AS 'SHOWN FOR THE BASE BID): Consists of installing 9" of Continuously reinforced concrete pavement (Type P) in lieu of HMAC from Barracuda to Gollihar / Autotown. Alternate No. 3 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT IN LIEU OF HMAC (SEQUENCING /TRAFFIC CONTROL SAME AS SHOWN FOR ALTERNATE NO. 1) : Consists of installing 9" of continuously reinforced concrete pavement (Type P) in lieu of HKAC. Sequencing and phasing limits are the same as shown in Alternate No. 1. Alternate No. 4 - EXPEDITED SCHEDULE FOR CARMEL PARKWAY TO EVERHART (HMAC OPTION) provides for additional compensation to the Contractor for an accelerated construction schedule to complete the project by October 1, 2011 (from Notice to Proceed). This only applies for the section of work from Carmel Parkway to Everhart. Alternate No. 5 - EXPEDITED SCHEDULE FOR CARMEL PARKWAY TO EVERHART (CONCRETE OPTION); provides for additional Compensation to the Contractor for an accelerated construction schedule to complete the project by October 1, 2011 (from Notice to Proceed). This only applies for the section of work from Carmel Parkway to Everhart. Alternate No. 6 — WATER IMPROVEMENTS: Consists of approximately 3,492 linear feet of 6 " -8" PVC waterline and associated fittings, 6 " -8" gate valves, 8 " -20" tapping sleeves & valves and fire hydrant assemblies. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, February 9, 2011 and then publicly opened and read. Any bid received after Closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday, February 2, 2011 beginning at 10:00 a.m. The pre -bid meeting will convene at the Engineering Services Conference Room, 3rd Floor, City Hall, 1203 Leopard Street. The pre -bid meeting will be conducted by the City and will not include a site visit. No additional or separate visitations will be conducted by the City. 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 One Hundred and no /100 Dollars ( $100.00 ) as a guarantee of their return in good condition within two weeks of M 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.CGRPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary 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: r--- TYPE OF INSURANCE MINIM M INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including; $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard G. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY - -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH.THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long -term environmental impact for the disposal of NOT REQUIRED contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ` ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except workers compensation liability coverage. The 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 Xnterest" 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 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTERS EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self- insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 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 1 I "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; (S) 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 L 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 gKohic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on. file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it 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. (c) 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 certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person begin_ ning 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 _w (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 W 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 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §40). (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 Page 7 of 11 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 employeY or status as an employee. "Call the Texas Workers' Compensation Commission at 51.2- 440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. if 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 -8I, 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 ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate 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 verify coverage and report lack of coverage. L 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 thoproject, 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; (S) 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 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 se f insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A - SPECIAL PROVISIONS STAPLES STREET, PEASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008) PROJECT NO. 6469 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals/Pre-Bid Meetin Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 .m., Wednesday-, Februaa 9, 2011. 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 - STAPLES STREET, PEASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008) PROJECT NO. 6469 Any prop osals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non -res onsive. Late p roposals will be returned unopened to the proposer. The proposer is solel responsible for delivery to the City Secretary's Office. Delivery of an proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any Cit Z address or office other than the City Secretary's Office will be deemed non - responsive if not ia3, possession of the City Secret 's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday, February 2, 2011 beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. The pre -bid meeting will be conducted by the City and will not include a site visit. No additional or separate visitations will be conducted by the City A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project STAPLES S TREET PHASE 2 - BARRACUDA PLACE TO GOI=MR ROAD (BOND 2008) ; PROJECT NO. 6469; The Base Bid for this project consists of (approximately) 37,479 square yards of roadway excavation, 37,479 square yards of flexible base, 34,381 square yards of HMAC, 37,479 square yards of geo -grid, 8,816 linear feet of curb and gutter, 49,090 square feet of concrete sidewalk, 4,534 linear feet of 1$" -54" RCP, 1,029 linear feet of concrete box culvert, curb inlets, proposed 5' diameter manholes, 470 linear feet of 8 -15" PVC wastewater line, 2,703 linear feet of 6 -12" PVC water line, 6"-20" gate valves, fire hydrant assemblies, 8" -24" tapping sleeves, ADA improvements, concrete bus pad and traffic . signal improvements; in accordance with the plans, specifications, and contract documents. Alternate No. 1 - ALTERNATE TRAFFIC CONTROL PLAN & CONSTRUCTION SEQUENCING: Consists of constructing the proposed improvements in three (3) separate parts or phases. a. Part 1: Carmel Parkway to Everhart. b. Pant 2: Barracuda to Carmel Parkway. - c. Part 3: Everhart to Gollihar / Autotown. Section A - SP (Revised 12/15/64) Page 1 of 26 Alternate No. 2 - CONTINUOUSLY REINFORCED CONCRETE PAVEMENT IN LIEU OF HMAC (SEQUENCING /TRAFFIC CONTROL SAME AS SHOWN FOR THE SASE SID): Consists of installing 9" of continuously reinforced concrete pavement (Type P) in lieu of HMAC from Barracuda to Gollihar / Autotown. Alternate No. 3 - CONTINUOUSLY REINFORCED CONCRETE PAVEMENT IN LIEU OF HMAC (SEQUENCING /TRAFFIC CONTROL SAME As SHOWN FOR ALTERNATE NO. 1) : Consists of installing 9 , 1 of continuously reinforced concrete pavement (Type P) in lieu of HMAC. Sequencing and phasing limits are the same as shown in Alternate No. 1. Alternate No. 4 - EXPEDITED SCHEDULE FOR CARMEL PARKWAY TO T (HMAC OPTION ): provides for additional compensation to the Contractor for an accelerated construction schedule to complete the project by October 1, 2011 (from Notice to Proceed) . This only applies for the section of work from arms Parkway to Everhart. This, work would need to be completed in its entirety prior to October 1, 2011. This includes completing the utility work, concrete work, . and MMC over ay . This also includes striping and open to traffic without any barricades or ° traffic control remaining. The anticipated start of Construction for this project is estimated to be around April 11, 2011 (approximate) Alternate No. 5 - EXPEDITED SCHEDULE FOR CARMEL PARKWAY TO - SV$RHART (CONCRETE OPTION): provides for additional compensation to the Contractor for an accelerated construction schedule to complete the project by October 1, 2011 (from Notice to Proceed). This only applies for the section of work rom arms Parkway to Everhart. This work would need to be completed in its entirety prior to October 1, 2011. This includes completing the utility work, concrete work, and concrete pavement This also includes striping and open to traffic without any '5 or traffic control remaining. The anticipated start of Construction for this project is estimated to be around Aril 11, 2011 (approximate) Alternate No. 6 - WATER LINE IMPROVEMENTS: Consists of approximately 3,492 linear feet of 6 " -12" PVC waterline and associated fittings, 6 11 -12n gate valves, 8"-20 tapping sleeves & valves and fire hydrant assemblies. A -4 Method of Award The bids will be evaluated based on the following, subject to availability of funds 1. Total Base Sid -or- 2. Total Base Bid plus Any Combination of Alternates 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 STAPLES STREET, PHASE 2 - BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008); PROJECT NO. 6469, 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 Section A - SP (Revised 22/15/04) Page 2 of 26 A -6 Time of Completion/Liquidated ]lama es The working time for completion of the Project will be broken down as follows: Description Project Limits Calendar Liquidated Days / Damages /Day Alloted Base Bid Barracuda to Gollihar /Autotown 350 $1,100 Alternate No. 1 Part 1 Carmel Parkway to Everhart 195 $1,100 Part 2 Barracuda to Carmel Parkway go $1,100 Part 3 Everhart to Gollihar / Autotown 65 $1,100 Alternate No. 2 Barracuda to Gollihar /AUtotown Same as Base Bid shown (Concrete Pavement) - Sequencing /TCP as above. Shown in Base Bid Alternate No. 3 Barracuda to Gollihar /Autotown Same as Alternate No. 1 (Concrete Pavement) - Sequencing /TCP as shown above. Shown in Alternate No. I Alternate No. 4 Carmel Parkway to Everhart - Expedited 165 $2,000 Schedule (EMAC Option) Alternate No. 5 Carmel.Parkway to Everhart - Expedited 165 $2,600 Schedule (Concrete Pavement Option) Alternate No. 6 Barracuda to Gollihar /Autotown - Water Included in Base Bid Line Improvements 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. Any section of work not completed within the allotted contract time as shown in the breakdown above will be assessed liquidated damages as stated below. For each calendar day that any work. remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, ONE THOUSAND AND ONE HUNDRED DOX,LARS ($1,100.00) per calendar day, or TWO THOUSAND DOLLARS ($2,000.00) (For Alternate No. 4 &5) will be assessed against the Contractor as liquidated damages.. Said liquidated damages are not imposed as a penalty but' as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coveraae If the Contractors 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 Section A - SP r (Revised 12 /15/04) Page 3 of 26 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 ,r The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation .of non- receipt, could have an adverse effect when determining the lowest responsible bidder. A - 10 wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy & Highway construction in e ase 9-9 eenfliet eentraeter shall -tise 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 4 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%) times the specified hourly wage must be paid for all hours worked in excess of hours in any one week and for all hours worked on Sundays or holidays. (See Section. B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Coo eration 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 the Dig Tess at Section A - SP (Revised 12/15/04) Page 4 of 25 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 Project Engineer LNV ENGINEERING Dan S. Leyendecker, P.E. Ruben T. Perez, Jr., P.E. Antonio Saenz, III., P.E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C /AT &T 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) 826 -3500 883 -1984 883 -1986 (fax) 883 -1984 883 -1986 (fax) 883 -1984 883 -1986 (fax) 826 -3540 886-2600 826 - 1881 . (826 -1888 after hours) 826 -1800 (826 -1888 after hours) 885 -6900. (885 -6900 after hours) 826 -1875 (826 -1888 after hours) 826 -3461 826 -1940 1- 877 - 373 -4858 881 -2511 (1- 800 -824 -4424, after hours) 826 -1946 826 -3547 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 A -12 Maintenance of Services 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. 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 Section A - SP (Revised 12 /15/04) Page 5 of 26 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 J 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 public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Cox 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 CityFs Traffic Engineering Department. All costs for traffic control shall be as shown in the proposal. Please see Traffic Control sheets included in the Construction draw.in s for Base Bid a Lion and also Alternate options. 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. Band 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 _J 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 an d any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, .etc., are shown in the removal summary and paid for as shown in the proposal. 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. Section A - SP (Revised 12/15/04) Page 6 of 26 A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air- conditioned and heated and must be furnished with an inclined table that measures at least 30 x 60 and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and PAX machine paid for by the Contractor. There is no separate pay item for the field office. This item shall be considered subsidiary to the appropriate bid items. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on cALmwAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must - indicate the schedule of the following work items: 1. Initial Schedule Submit to the City Engineer.three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. _ 2. Items to Include Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates Indicate submittal dates required for all submittals. 4. Re- Submission Revise and resubmit as required by the City Engineer. 5. Periodic Update Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The detailed updated construction progress schedule shall be submitted with the monthly pay request. The working time for completion of the.Project will be broken down as follows: Description Project Limits Calendar Liquidated Days / Damages /Day Alloted Base Bid Barracuda to Gollihar /Autotown 350 $1,100 Alternate No. 1 Part 1 Carmel Parkway to Everhart 195 $1,100 Part 2 Barracuda to Carmel Parkway 9t1:2, ,100 Part 3 Everhart to Gollihar / Autotown 6 100 Alternate No. 2 Barracuda to Gollihar /Autotown Same as Base Bid shown (Concrete Pavement)- Sequencing /TCP as above. Shown in Base Bid Alternate No. 3 Barracuda to Gollihar/Autotown Same as Alternate No. 1 (concrete Pavement) - Sequencing /TCP as shown above. Shown in Alternate No. 1 Alternate No. 4 Carmel Parkway to Everhart - Expedited 165 $2,000 Schedule (HMAC Option) Alternate No. 5 Carmel Parkway to Everhart - Expedited 165 $2,000 Schedule (Concrete Pavement Option) Alternate No. 6 Barracuda to Gollihar/Autotown - Water Included in Base Bid Tine Improvements Section A - SP (Revised 12 /15/04) Page 7 of 26 The Contractor shall commence work within ten (10) calendar days after receipt Of written notice from the Director of Engineering Services or designee ( "City Engineers) to proceed. Any section of work not com feted within the allotted contract time as shown in the breakdown above will be assessed li idated damages as stated below. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, ONE THOUSAND AND OM HUNDRED DOLLARS ($1,100.00) per calendar day, or TWO THOUSAND DOLLARS ($2,000.00) (For Alternate No. 4 & 5) will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Days Allocation for Rain The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the nearest location is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days. July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the. Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection, (Contractor shall have red lined set ready to submit to City with all corrections /notes - Engineering Services to coordinate As -Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, As- Builts, manuals (in electronic format as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst.,.the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "waiver of Lien" (b) Submittal of all remaining payrolls _ section A - SP (Revised 12/15104) Page 8 of 26 (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d) , t.'r....i c-t (8) Final.Acceptance Memorandum prepared by Administrative Assistant. (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork. (10) Administrative Asst. submits to director of Engineering Services /Operating Department Head for approval and forwarding to Asst. City Manager. (11) Final Acceptance memo returned from Asst. City Manager. (12) Authorization.for payment (AFP) prepared and submitted to Accounting Department. (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor informing him or her when one -year warranty date begins (Acceptance Memorandum). _ City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on'the. date that the Acceptance Memorandum is issued to the Contractor. A -19 Construction Project Layout and Control, The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. if, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. if, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. Section A - SP (Revised 12/15/04) Page 9 of 26 The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Surveyor or in house (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party or in. house Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200 interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Gasing elevations tap ef pipe and flew line) (TY-POT and RR permits). Water: • All top of valves box; • Valves vaults rim; C 4- n.vn• — a -- • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Gasing elevatiens (t9P ef pipe and flow line) (T-XDGT- and RR per-mite). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the.payment to the Contractor. The.Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install 2 Project signs.as furnished by the City and as indicated on the following drawings (Attachment 1, B01M 2008 Project sign). The signs must be installed before construction begins and. will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 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 Section A - 3P (Revised 12/15/04) Page 10 of 26 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. Minorit 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 51.01; of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 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. Section A - SP (Revised 12/15/04) Page 11 of 26 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 50.0a 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 W 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 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved: The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a .timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate Ong inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection applieable. Section B -6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. Section A - SP w (Revised 12/15/04) Page 12 of 26 A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas., If performance and payment bonds are in an.amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (.10°6) 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 (10 of the reinsurer(s capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of. Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements.. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NO LONGER APPLICABLE) Seetien —B 6 22, Tex— Exemptien Previeien, is deleted in its entirety and the feliewing substituted in lieu thereef. Centraets— fer— imprevemeRts to real — preperty awarded b-y —the City ef— Gears Publie Fla&aee the Texas • , the Cemp-treller of Publie— Aeee�mts of Texas. of . . . . . . . . . . . . . . Section A - SP (Revised 12/15/04) Page 13 of 26 A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section 13-6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance Policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material chap a 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, J 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 RegPonsibility for Damage Claims (NOT USED) Section A - SP (Revised 12/15/04) Page 14 of 26 eeverage, 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 field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower. and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage.rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all tunes that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Section A - SP (Revised 12/15/04) Page 15 of 26 Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such supefintendent 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. 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 Section A - SP (Revised 12/15/04) Page 16 of 26 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 -x, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra work and Change orders Under "General. Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract° 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 Meetina 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 Section A - SP (Revised 12/15/04) Page 17 of 26 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) All -- materials any-- equipment used in the repair-, reassembly, items, Whieh eeeld eeffie inte eentaet with petable water, must eefiferm MOWN 61 dese3F4:bed in S r, .t as the Standard All -- materials any-- equipment used in the repair-, reassembly, items, Whieh eeeld eeffie inte eentaet with petable water, must eefiferm FOundatlen (ANSI��F) Standard 61 dese3F4:bed in S r, .t as the Standard All trash generated by the— Sent - aeter er his employees age er subeeR must be eentained at all times at the water faellity site Siewing- trash will net — be— allewed. a Gentraeter —s 1j;a3,! —)eel werA areas— el-ean at all times and remeve all trash Elally. Section A - SP revised 12/15/04) Page 18 of 26 .-- M-. M W- -� - -- -- fT ....ay =► -- RNw ell per €erred -enly detemmined fteet-ding g l } €ie� ee ieel the efaa;lifiea ae iens g s��ex x ee thi-{t 8 belew. a sc This e1 —es wer-1 a.ael--ee, but is net limited to, i iea;iens, additiens. ehanges, seleetiens, furnishing, ee-a-u-eeting, f a t He is reTalarl-y engaged in the eempi*ber- based flenitering ;a3 � eentrel system business, preferably as applied te-- the He has per-fermed war-Ira en systems ef eeemipaEable size, type, eempleXity -as L-equireel is this Gentraet en at least -� -de 3. He has been aetively engaged in the type ef wer-k speeifled herein €eE at least 5 years. 4. lie — emgleys --a-- Registered. Pie €essienal Engineer, aGen-tEe'l Syst Engiaeea', e:e an Bleetrieal Engineer $e supervie! per-€ewm she wewk - e , b t ; „ _ ; U, e t ; ons . eempletedamanu€aeturer' s training- eeuFse in senfigur-Ing; nd implementing the feel €ie eat €eEs, RWS' s, and se €twa e prepesed feE the EentEaet. f-aei•lity within 400 miles e€ the Picejeet site te maintain, repair, ealibr- and pregrram the systems speeiffied :7. He shall furnish equipment whieh is Wie preduet ef . Section a - Sp (Revised 12115/04) Page 29 of 26 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 seven (7) copies 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. Contractors Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, - verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Section A - SP (Revised 12/15/04) Page 20 of 26 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. Sam 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 b X the cit " ( NOT USED) the fellewlngt add- 'IT-he r=entr-aeteE must eemply with the City ef Ger-pus Ghristile Water Genser-vation and Dr-ought Gentingeney Plan as a-mended (the "Plan") This eepy of the Plan en the Prejeet site thr-eugheut eenstL-aetien. _ p n A -38 Government Entities on Coverage for Building or Construction Projects for „ The requirements of "Notice to Contractors 'B ''I are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance NOT USED A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Adviso 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 7 the unit price indicated in the proposal. Section A - SP (Revised 12/15/04) Page 21 of 26 A -42 OSHA Rules a Recrulations 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, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. 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 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. Section A - SP (Revised 12/15/04) Page 22 of 26 A -46 Disposal of Hi 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 T.C.E.Q., EPA, etc. It will be the Contractors 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 whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project at tie -in locations, possible conflict areas, and crossings which pass within twenty (20)feet of proposed pipelines of the project. The Contractor shall survey the exact vertical and horizontal location of each existing pipeline tie -in /conflict and determine the pipeline diameter. For existing pipelines which parallel and are within ten (10) feet of proposed pipelines of the project, Contractor shall excavate and expose said existing pipelines at a maximum of 300 -feet O.C., and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at a maximum of 300 -feet O.C. 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, elevations of the top of existing pipelines, and their diameters. Contractor shall perform no construction work on the project until 1) all exploratory excavations have been made in their entirety, 2) the results thereof reported to the Engineer, and 3) un til Contractor receives Engin eer's approval of the report. . Exploratory excavations shall be paid for as indicated in the proposal. Ewpleratery exea�eatians -aid Any pavement repair associated with exploratory excavations shall be considered subsidiary to the appropriate bid item. paid €eraeeerdinq to the established priee far pa-vemeat patehing. C ontractor 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 AFP /CP&L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Section A - SP (Revised 12/15/04) Page 23 of 26 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 -43 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty add the following: "The Contractors 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 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization /remobilization costs. Such costs shall be addressed through a change order to the contract." A -51 Electronic Submittal of Bids The following paragraph modifies Paragraph 'B -2 -7 - Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer- generated print -out, in lieu of, the Proposal (SHEETS: 1 THRU 24 OF 24), INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 21 OF 24). If the Contractor chooses to submit a print- out, the print -out shall be accompanied by properly completed proposal pages 1, 2, 22, 23, and 24. A "sample" print out is shown in Attachment 2. In addition, the print out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including -. any additive or deductive alternates) contained in this proposal are the unit -- prices and no other Information from this print -out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print- out by the respective estimated quantities shown in the Proposal ( Column II) and then totaling the extended amounts. (Signature) (Title) (Date)" Section A - SP (Revised 12/15/04) Page 24 of 26 A -52 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant. when practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A -53 Regional Trans ortation Authority (RTA) Contract Documents All RTA Contract Documents (as listed in PART D) shall be executed and submitted to the City, prior to award of Contract. The RTA Contract Documents shall apply only to the RTA - identified improvements on this project. The City of Corpus Christi Standards shall take precedence, for the remainder of the project elements included on this'Contract. Section A. - SP (Revised 12/15/04) Page 25 of 26 SUBMITTAL TRANSMITTAL FORM PROJECT: STAPLES STREET, PHASE 2 - BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008) PROJECT No. 6469 DRAWING No. STR 841 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Antonio Saenz, III PE, LHV, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: .APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 26 of 26 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 8TH day of MARCH 2011, by and between the CITY OF CORPUS CHRISTI of the County of Nue ces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Texas Sterling Construction Co. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $6,313,253.50 by City and other obligations of City. as set out herein, Contractor will construct and complete certain improvements described as follows: STAPLES STREET, PHASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD(BOND 2008) PROJECT NO. 6469 (TOTAL BASE BID: $6,313,253.50) 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, 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 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 P R 0 P 0 S A L F 0 R M F 0 R STAPLES STRLET PRASE 2 B"mACUDAw. PLACE TO GOILTHAR ROAD (BOND 2008) PRoJECT No. 6469 DUAFt'NHENT OF WGIAM" RING SERVICES CITY OF CORPUS CHRISTI, TFJW9 nwas n- rnoNcem sOPM TAGS 1 or 34 r~ IM a4 PROPOSAL place, City of Corpus Christi, Texas Date: February 16, 2010 Texas Sterling Construction Co. , Proposal of - a Corporation organized and existing under the laws Of the state of Delaware OR a partnership or Individual doing business as To: The City Of COacpus Ch =iSti, 2eXaLS Gentlemen: The undersigned hereby praposes to furnish all labor and materials, tools, and necessary equipments and to perform the work required for: STAPLES STRUT pWSL 2 'AMA PLACJR TO GOLLIEAR ROAD (BOND 200) PROJECT NO. 6469 at the looations set out by the plans and specifications and in strict _accordance with the contract: documents for the following prices, to-Wit Addendum No. 2 Mtv SM- Ppiwom TOM Attactment no. 4 FAM 2 op 24 Page 2 of 24 STAFI,ES STREET P1 E 2 BARRACUDA PIACE TO GOT+I,IRM ROAD (BOND 2009) PROJECT N 6469 PART A - STREET IMQROMSNTS r SJD x �z TA2 A3 A4 A5 A6 A7 AS A9 A10 All Al2 A13 A14 A15 r A18 MVISM- MPOSAL P024 FAGS 3 ov 24 MUndum No. 2 Attachment No _ 4 Page 3 of 24 III Iv v II MIT PRICE BIB YT3M QTY & DESCRIBTION nN YI(;M$S 19 E'iIENS10N LiNTx Preparing Right of Way, complete 'n place per $ - 44.00 STA 100 -FT station. Concrete Curb and Gutter, oornp2ate in place 3Z Zd0"� 8,816 LF per linear foot. Concrete Header Curb, complete in place per --�-` 1, 23.1 LF linear foot. in per Concrete Driveway, complete place $ 2,291 SY squa yar d. Concrete Island (Staples @ Everhart), 1,569 SF complete in place per a uar_ge foot. Excavation (Roadway), complete in place per $�� .37,479 SY square yard Hot -Mix Asphalt Concrete Pavement 34.381 SY Type D (4 "), complete in place per s are ard. 34,382 SY Seal Coat, complete in place per igmrE Yard Emulsified ,Asphalt Treatment (Base Or $�- 37,479 SY Subgrade) (MC-30) , complete in place per — s uare ard. Base (Complete In Place) (Type A 37,479 SY Flexible Grade 1)(12 "), complete in place per s_guare $ ��-- yS rd Base Reinforcement (Type 11 complete $_5 $ 11�� -- 37,479 SY Geogrid in place per s are ard. 00 in place $ �"3� Full Depth Pavement Repair, complete $ 2,000 SY per s note ard. 02 100 -} S Barricades, Signs and Traffic Handling, $ 1.� L- 12 MO complete in place per month �� Temporary Driveways complete in place per $ W � ~ 2,241 SY s axe ard. Temporary Speed Humps, complete in place per $ $ 10 EA each 2 ), ,e�y S oa Construction Exits Installed ('Type $ W _ 550 5Y complete in place Per square yard in r lace -r Construction Exits Removed, complete p $ $ 550 SY per square yard. $ $ 3 EA ozone Day, complete in place pex each �� MVISM- MPOSAL P024 FAGS 3 ov 24 MUndum No. 2 Attachment No _ 4 Page 3 of 24 Iv v UNIT PRICE BzD ITEM CIA QTY S DESCRIPTION 7W FIGURES 1 MT$EfiT0N 3 TEM UNIT Sign Assemblies with Aluminum Signs (Type H), $ - $ ` X19 33 EA complete in place per each Portable, Changeable Message Sign, complete !Lo $ (� X20 720 DAY place per day. Erosion Control Log (12" Diameter)(Install & $_ ? $ �• ��-� ,2Z 2,357 IF Remove), complete in place per linear foot Erosion Control Log (12" Diameter)(Remove & $ 2,357 IF Replace), complete in place per linear foot Cellulose Fiber Mulch Seeding, complete in $ 04� $ �t�I � - 51,916 SF 1 � place per square foot Mobilization ! Demobilization, complete in r� o� 1 LS r2 r lump sum -- e Pavement Marking Short Tenn (TAB) A2 590 low - 2, compl ete in place per each . Short Term (TAB) mark Zone Pavement Marking 1,320 EA Type White, complete in place per each Reflectorized Pavement Marking Type I (White) 09 � A27 2,020 LF 4" (Broken) (90mil), complete in place per $ linear foot. � Reflectorized Pavement Marking Type I (White) � $ A28 1,400 LF 8" (Solid) (90mil), complete in place per $ Linear foot _ Reflectorized Pavement Marking Type I (White) A29 600 IF 24 ( Solid) (90mil), complete in place per line ax toot. Reflectorized Pavement Marking Type I $ A30 8,940 LF (Yellow) 4" (Solid) (90mil), complete in $ � ' place per linear foot. - Reflectorized Pavement Marking Type A31 980 IF (Yellow) 4" (Broken) (90mil), complete in $ �- place per linear foot Reflectorized pavement Marking Type I A32 350 IF (Yellow) 24" (Solid) (90mil), complete in _ place vex linear foot Type C (White) q Prefabricated Pavement Marking $ F0� $ A 94 EA (Arrow), complete in place per each Prefabricated Pavement Marking Type C (White) A34 26 (Word), complete in place per each Prefabricated Pavement Marking Type C (White) $ -- A35 1 14 EA (Dauble Arrow), complete in place per each - --�" Prefabricated Pavement Marking Type C (White) $ S A O A36 7 EA, (1.8 ") (Yield Triangle), complete in place per $ each Addam&= No. 2 VZn8 D - pp.M8AL F=4 Attadment No 4 7= 4 OF 24 Page 4 of 24 zzs IV v UNIT PRICE 3a7]? QTY & DESCRIPTION IN PIGURES EXTIMMBxON 3 r-%Sm UNIT Pavement Marker Type II - A A r g ��`" _ a 4 ✓ Reflectorized A37 350 EA complete in place per each Reflectorized Pavement Marker Type I -C, A38 220 EA complete in place per each $ 3 2 32 B Lj .?D PART A - SUB -TOTAL STRMET nWgOVXMWTS (ITZ,49 Al TIMU A38) Addendum NO. 2 asyssm- r�toPOSU ro a At tachment: No. 4 �AGB 5 QS 24 Page 5 0£ 24 STAPLES STRMT PEASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD (BONN 2008) PROJECT NO. 64 PART B - ST01W WATER I&ROVEMENTS r rY ix I IV V SID QTY & UNIT PRICE BID ITEM DESCRIPTION IN FIGURES FX`I'ENSIGM yTEM UNIT 5' Curb Inlet (Type C) (Complete) , D $ �33� 5 gl 38 EA complete in place per each $ • 5 ' Curb Inlet ('Type c) (Modified) O $ i coo. � 3 + B2 fi F1°, (Complete }, complete in place per each S 52 EA 5' Curb Inlet Extension (Type E) , $ r jy (p� . OCR $ I, C)5 B3 complete in place per each 5 Storm Water Manhole, complete in place $�' $ L: a® B4 15 EA per each Manhole 5' Storm Water Manhole (Modified) , $� OOOA $ ppu . flc7 B5 2 EA complete in place per each Trench Safety Water inlets), $ $ pp g6 44 , complete in place per each Trench Safety (Storm 'Water Manholes) , $ I S 00 $ ( Cjp 87 17 Eh complete in place per each Trench Safety (storm Water), complete in $ I - o $ �51,0 - 0 5,560 LF place per linear foot NB9 Dewatering, complete in place per linear x.00 $ S`J_ _0 .. O 5, 560 LF f oot. . $ 18 Reinforced concrete Pipe (Class III), $ 10 $ 9 - p - r - 924 LF complete in place per linear foot - 29" Reinforced Concrete Pipe (Class III), $ IZC $ _ 9 0 P 9 bo .0 B11 758. LF complete in place per linearffoot. 30" Reinforced Concrete Pipe (Class III ), $ -LS. � d� $ (� $7]`'j e� B12 95 LF , nea complete in place per li r foot• 36" Reinforced Concrete Pipe (Class III), $; 3_ Q`CK:) $ �rDZ�, o0 B13 474 LF complete in place per linear foot 42" Reinforced Concrete Pipe (Class III) , 215. C)[) $ $ `I "S. t7 '914 343 LF complete in place per linea foot. 4 $" Reinforced Concrete Pipe (Class III) , $ Z. 1 5.0D $ j t Z L7 , Bl5 68. 8. LF complete in place per lineal t- 54 Reinforced Concrete Pipe (Class 111) , s2 2-O. $ Bi& 1, 249 LF complete in place per linear foot• I►�deadum rife. 2 nwilggp ram xttad meat NO. +4 wMa 6 OF 24 Page 6 of 24 � II III rV i UNIT PRICE ElD =TZK j2% ID QTY & DESCRIPTION IN FILMS LXTEMS10m UNIT Concrete Box Culvert (5'X5'}, complete in $ yip $ �t0i�.� g17 67 LF place per linea r foot• Concrete Box Culvert (5'X5'), complete 'n $ p.� $ 3�1�i 0.0 -018 $50 LF place per linear foot concrete Box Culvert (6'X5'), complete in $ � $ •� 5319 112 LF place per linear foot Post Televised Inspection (Storm Water), linear +� $ ' � $ 9 �D .� B20 5, 560 LF complete in place per ot. Sidewalk Drains, complete in place per $ $ � �. O . �IDC7 B21 5 EA linear .foot l S � D 54P.S. on PART B - SUB -TOTAL STORM WATER ZMPROVEtV -1 TS (ITEMS B1 TM B211 Aftudum No. 2 nEU'tszD rnOVOSnt FORM Attaftont No. 4 FAGS 7 A Cr 24 INSO 7 of 24 STAPLES STREET PHASE 2 BARRACUDA PLACE TO GOLLIHAIR ROAD (BONE] 2008) PROJECT NO. 6469 PAR' -- C - - WASTEWATER I11PROVEMERTS z iI II BID =TM UNIT PRICZ EXTE14SION SID QTY & DESCRIPTION TN FIG=S STEM UNIT Cl C2 C3 C4 C5 G6 C7 C8 C9 C10 C11 C12 C13 C14 Remove B" VCP & Replace with V PVC (SDR $ ,L�J cx=� It 228 LF 26}(10' --14' Depth), complete in place per linear foot. Remove 10" VCP & Replace with 10" PVC in $ 1 ZS-o® $ 100 LF complete _ p (SDR 26) (18 . 20 Dept place per linet• Remove 12" VCP & Replace with 12" PVC in $ � r J' $ ' 3C 9 .C) V 62 LF (SDR 2.6) (1 4' -18' Depth)„ complete place per linear foot. Remove 15" VCP & Replace with 15" PVC $1105 $ �� Zoo. �� 80 LF (SDR 26)(18' -20' Depth ), complete in place per linear foot Trench Safety (Wastewater), complete in 470 LF place per linear' foot- 4 Dia. Wastewater Manhole (56VF) 3 FA (Fiberglass), complete in place per each 4' Dia. Wastewater Manhole (Extra Depth) $ 2-y5 -o ® $ 1`'>L.5 45 VF (Fiberglass) , complete in place per vertical foot. Remove 4' Dia. Wastewater Manhole, $ 1 Do. $ Z 1 00. 00 3 EA complete in place per each —^ 5' Dia. Wastewater Manhole (:�L6VF) $ r--, $ 2 EA (F1.berglaas), complete in place per each 5' Dia. Wastewater Manhole (Extra Depth) $ � O $ q 00 1 22 VF (Fiberglass), complete in place per vertical foot• Trench Safety (Wastewater Manholes). $ $ , - C10 5 EA complete in place per each By -pass pumping for 'Wastewater Manholes, $ ? ��, $ �o ®o 00 5 EA complete in place per each pre and post Televised Inspection $ 3.50- $ j . 00 470 LF (Wastewater), complete in place per linear foot. Utility Pavement Repair, Complete in $11.5a $ n r J -(-P 582 SF place per s are Toot - Ad4gmdum No. 2 VZW Yom Attsebment wo _ 4 VA= 6 o r 24 Page B of 24 PART C _ SUB - TOTAL WASTMMTrR IMPROVEMNTS (ITEMS C1 THRV C17) : $ I, k. SC> , 5 o p AddegdUm Na . 2 Psvxssn—rRoRoBKL sons Attachment Ho . 4 gAm 9 o3p 24 gage 9 a� 24 ZII ry v BIM i� ]BID QTY & DESCRIPTION zrt�I� PRICE �x�Nrsi STEM UNIT IN FIGMS EA Wastewater Connections, complete in $ ��5� $ pin C15 3 place per each Adjust Wastewater Manholes, complete in $ 3co.0 $ d O C16 12 RA place per each Wastewater Utility Allowance, complete $ 25,000.00 $ 25 000,00 C17 1 LS in place per lump sum " PART C _ SUB - TOTAL WASTMMTrR IMPROVEMNTS (ITEMS C1 THRV C17) : $ I, k. SC> , 5 o p AddegdUm Na . 2 Psvxssn—rRoRoBKL sons Attachment Ho . 4 gAm 9 o3p 24 gage 9 a� 24 STAPLES STREET PHASE 2 BARRACUDA PLACE TO GOLL'nn ROAD (BOND 2008 ) III Iv I PROJECT NO. 6469 ONIT PRICE PART D - ADA ImpR4VEbffi BID QTY & DESCRIPTION ix Yxz N V UNIT PRICE HID ITEM BID QTY DESCRIPTION IN FIG MS EXTENSION ::.rTTim UNIT Concrete Shelter Pad, complete in place �Q Concrete Sidewalk, complete in place $ ---=�� Dl g9,09D SF per square ot- Concrete Curb Ramp, complete in place $ �, ,QQ $ � 5® `1 39 .0 D2 2, 967 5F per square foot Reflectorized Pavement Marking Type s� $ Q .170 D3 1,920 LF (White) 12" (Solid) (90zuil), complete in place per linear foot Reflectorized Pavement Marking Type I $ 1 I i O r D. ®c) 1 D4 1,720 LF {White) 24' (Solid) (90mil), Complete - in place per linear r foot. PART D - SUB -TOTAL Ank IMMOVOENTS (ITEMS DI TiRtU D $ 3Lo3 1 $ . C® FART E - RTA ne ROVMUNTS I II III Iv I V ONIT PRICE BID ITEM BID QTY & DESCRIPTION IN FIGURES E)[TEl�3I4N STEM UNIT Concrete BUS Pad, complete in place per s Ioo.po $ ( r C)00. 4 E 1 690 SY square yard . Concrete Shelter Pad, complete in place �Q $ ,� �Q��,{ E2 204 Sy per s yard PART E - MM-TOTAL 1tTA I1�RVH•UIENTS (ITEM$ E7. THRU E2) : $ vi a�sEn- MPOSAL romd !►Lt PAGE 1C OF 24 24 PAl2T V — MSS IWROVEMENTS T i2 IIT IV v SID QTY & UNIT PRICE SID ITEM ITEM UNIT DESCRIPTION IN FIGURES mmxlgsION F1 8,220 LF 2" Fiber Optic Conduit, complete in $ CC) $ DO Gl place per linear foot F2 8 EA Fiber Optic Ground Box, complete in $�aZ�, $ .� place per each BART F - suB -TOTAL Dais I1 M OVED NIS (ITEMS P1 THRU F2) : I II III IV V SID QTY & UNIT PRICE Ell) ITEM ITEM UNIT. DESCRIPTION IN FIGURES EXTENSION 94 LF Drill Shaft (TR SIG POLE) (30 IN), $ $ 0�.D Gl complete in place per linear foot G2 26 LF Conduit (PVC) (SCHD 40) (2 "), complete 71 312.0 in place per linear foot G3 354 LF Conduit (PVC) ( SCHD 40 ) ( 3 11 ) , complete $ 00 s O I 'S. 00 in place per linear toot G4 42 LF Conduit (PVC) (SCHD 40) (4 "), complete $ ZI •00 $ $$Z .C)r-> In place per linear foot -- 396 LF Elec. Condr. (No. 6) Bare, complete in $ I $ 5 cc) G5 place per linear foot G6 52 LF Elec. Condr. (No. 6) Insulated Elec. $ 1.(d� in .Place per linear foot G7 },242 LF Elec- Condr. (No. 12) Insulated, $��� $ I '� complete in place per linear ,foot. G8 414 LF Tray Cable (4 Condr.) (12 AWG), complete $ $ `1 Z C) in place per linear foot G9 5 EA Ground box TY D (162922) wlApron, $ -� complete in place per each �_-- Gio 1 EA Ele. Sxv. TY D 120/240 060 (NS) AL (E) $ 2- L- 1 P $ _ 2.!A � O SP (0) , complete in place per each Gil 1 EA Install HWY TRF SIG (Isolated), complete in place per each Addendum No. 2 asvls�o- rxi»osAS. �rxrns Atracbmint No. 9 PAaz 11 Or 24 Page 12 of 24 PART G - SUB -TOTAL TRAFFIC SIC14AL IMPROVEMENTS (ITEMS G1 TRW 029): Addeaduaa No . 2 Auvx81W PROPOSAL EOM achment Ito. 4 me a JL2 OP 24 Att Page 12 of 24 Iv V QTY & PRICE SI;D XTEM DESCRIPTIpN UNIT xN FIGURES EX`DENSIOII FC12 Sack Plate (12 IN)(3 SEC), complete in $ S5.00 7 EA place per each Back Plate (12 iN)(5 SEC ), complete in $ + '� 00 3 E A place per each -.LLD, — Ped. Sig. Sec. (12 IN)LED(2 in S�J� OO $ �• G14 S EA Indications) Countdown, complete place per each veh. Sig. Sec. (12 IN)LED(GRN ARW), 3 $ Z' $ 5 p GI5 EA complete in place per each G16 10 EA Veh. Sig. Sec. (12 IN) LET) (GRN) , $ ZS.3 ,C) - S 2 , UO complete in place per each Veh. Sig. Sec. (12 IN)LED(YEL ARW), $ ��$ $ G1 # 3 EA complete in place per each G18 1 0 EA Veh. Sig. Sec. (12 IN)LED(YEL), $ J•o S O Cj complete in place per each Veh. Sig. Sec. (12 IN) LED (RED) , G19 10 EA complete in place per each Trf. Sig. Cbl. (TY A) (14 RWG) (10 linear $�S $ lo L i c) G20 72 LF Condr.), complete in place per ._ foot Trf. Sig. Cbl. (TY A) (20 AWG) (10 linear QQ S ti.l $ �"�•# O G21 438 LF Condr.), complete in place per foot I EA Trf. . Sig. pl. Am. (S)1 ARM (28' LUM & $- I� `„� $ . U� G ILSN, complete in place per each. fi 3 EA Trf. . Sig. pl . rim. (S)1 ARM (32') LUM 6 $ 5, o $ _1S • 0 9 D o a `-� G23 ILSN, complete in place per each. Ped. Pole Assembly, complete in place $I 2I $ --a ( 0 9 0, U0 G24 3 EA per each 8 EA Ped Detect. (2 Inch Push Stn.), y� G25 complete in place per each PTZ Camera Assembly, complete in place '3 ( $ 3�4 ( G26 1 EA per each — ILSN (LED) (6S) , complete in place per� $ • ��• U1 7 G27 4 EP. each r _ - L PTZ Communication Cable (COAXIAL), �t� $ 5.02 G25 26 LF complete in place per linear - Radar Advance Detection Device, $��� Dm. $ �Q� G29 4 complete in place per each — '� PART G - SUB -TOTAL TRAFFIC SIC14AL IMPROVEMENTS (ITEMS G1 TRW 029): Addeaduaa No . 2 Auvx81W PROPOSAL EOM achment Ito. 4 me a JL2 OP 24 Att Page 12 of 24 PART H - GA 1WROVRMENTS z xx III xv V BID QTY & UNIT PRICE $ID ITEM ITEM UNIT DESCRIPTION IN FIGURES EXTENSION BID ITEM ITEM UNIT H1 IN FIGURES Adjust gas valves, complete in place per $ �J Il 15 EA each SUBTOTAL GAS 1147 S OVMaNT8 - (ITEM H1) : PART I - WATER nWROVMGNTS •�I Z IT IxI IV V BID QTY S UNIT PRICE BID ITEM ITEM UNIT DESCRIPTION IN FIGURES EXTENSION EN Il 6" PVC Waterline (C900 DR 1$), complete $- $ ..- 176 5S - 321 LF in place per linear foot 12 LF '8" PVC Waterline IC900 DR 1$), complete $ $ r(O� 2,161 in place per linear foot —5�— PVC Waterline (C905 DR 18) , complete $ (L/ J I3 221 LF in place per linear foot in Remove & Replace 20" DIE Waterline, $ (8'7�� — I$ 60 LF complete in place per linear foot 6" Gate Valve, complete in place per $ 7�3� $" I5 3 EA leach 8" Gate Valve, complete in place per $ to-10 $ I6 29 each 12 Gate Valve, complete in place per x7 5 EA each �-�- 20" Gate Valve, complete in place per ++ $ ` 18 2 ER each w 19 2 EA 6" 11 Bend, complete in place per each _ $ $ in each $ $ 2 14 110 21 EA 6" 45 Bend, complete place per 00 rRrrl 00 $ 0 � I11 2 EA 8 11 Bend, complete in place per each $ -/- Addendum ND. 2 1tLv1ssD- PR0VosaL ram Att�ctlment 170. 4 RAm 13 OR 24 Page 13 of 24 x IY YII O� [ $ '� V ]BID QTY & UNIT PRICE DID ITEM STEM UNIT DESCRIPTION IN P`IGURES MTEwstoN $ 125 [- 4-3 112 3 EA 8", 22'x Send, complete in place per each $ B" X 6" Reducer, complete in place per $ $ -^ in each 6 EA each 113 71 EA 8" 45 Bend, complete place per " in each s �2(�VL� 12$ 17 EA &� 214 9 EA 12 45 Bend, complete in place per each mP � Hydra -Stop for 20" DIP Waterline, 115 4 EA 24" 45 Bend, complete in place per each. 2 EA complete in place per each 8" X 6 Tapping Sleeve, complete in place $ � $ ZS Ti6 1 EA per each 2,015 LF place per linear foot 8" X 0" Tapping Sleeve, complete in place $ , � $ 217 1 EA per each use 20" X B" Tapping Sleeve, complete in $ �jZ [,� $ 104 -r -° 118 2 ZA place per each 20" X 12" Tapping Sleeve, complete in $� 4 ,JrQ� I1 1 place per each 24" X 8" Tapping Sleeve, complete in $ $ I20 1D EA place per each 1 EA 24" X 12" Tapping Sleeve, complete in 77(05 5 Ill place per each 122 1 EA 12" X 6 Tee, complete in place per each $ ' f $ _ in each 123 2 EA 12" X B" Tee, complete place per in $ $ JZQ� I24 4 EA 8" X S^ Tee, complete place per each RMMM- PROPOSRL POW pp= 14 OF 24 Addendum ao _ 2 Attacimmat No. 4 Paga 14 of 24 " O� [ $ '� +� 8 _ I25 3 EA B" X 5 Tee, complete in place per each _ ✓� 2 EA 8" X 4" Reducer, complete in place per $ 125 each B" X 6" Reducer, complete in place per $ $ -^ 127 6 EA each " in each s �2(�VL� 12$ 17 EA 6 Plug, complete place per mP � Hydra -Stop for 20" DIP Waterline, $ $ 129 2 EA complete in place per each Remove 4" -12" 'Waterline, complete in $ / $ X30 2,015 LF place per linear foot RMMM- PROPOSRL POW pp= 14 OF 24 Addendum ao _ 2 Attacimmat No. 4 Paga 14 of 24 0 PARS' I - SUB- -TOTAL WATER IMP ROVEKENT3 (IT MS 21 THRU 142) : Rxvxs�- raQrrasaz. NOM pAre is or 24 �+ddaaaum I3o . 2 Attachimt No. 4 page Is of 2 4 IV v BID QTY & UNIT? PRICE BM IrXIM ITEM UNIT DESCRIPTION IN FIGEMES EXIMNSXON Fire Hydrant Assembly with B° X 6" Tee 4 131 11 EA and 6" gate valve, complete in place per $ $ f C) -- each 132 1 EA Fire hydrant Assembly with 6" X 6" Tee �� �� and 6" gate valve, complete in place per $ 4 1" $ each 133 3 EA Fire Hydrant Assembly with 6" gate valve, $ 7� $���� L complete in place per each 139 7 EA Water Service, complete in place per $ l / .r $ � 0 each 135 6,824 5E ' Utility Pavement Repair, complete in $ $ 6aZ3�� place per square foot 2' 63 LF Trench Safety (Waterlines), complete in $ I36 place per linear fact 15 EA Waterline Connection (6 ", 8 ", 12" & 16 "), $ T37 complete in place per each Air Release Valve Assembly, complete in ¢ $ $ 010 138 1 EA " � f � place per each 139 200 LF Excavation Trench, comple rr� Exploratory complete $ �F $ in place per linear foot Exploratory Excavation Spot, complete in $ Gro 0r�� 140 14 EA place per each ` 141 33 EA Adjust water Valves, complete in place $ per each I42 1 ZS Water Utility Allowance, complete in $20,DDO.OD 20,pp0.00 „ place per lump sum PARS' I - SUB- -TOTAL WATER IMP ROVEKENT3 (IT MS 21 THRU 142) : Rxvxs�- raQrrasaz. NOM pAre is or 24 �+ddaaaum I3o . 2 Attachimt No. 4 page Is of 2 4 X STAPLES STREET PHASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008) PROJECT NO. 5469 AL.TERMATF. NA. 3 - ATMERVAT'R TRAEPTO MUTR O1. PIJM & SE013ENCING I iI IZI IV V BID QTY & QTY & TWIT PRICE BIa ITEM UNIT PRICE SID ITEM DESCRIPTION UNIT ITEM UNIT EX IN FIGURES L XgJNSION 37 479 6„ Time Stabilized Subgrade (6$), Additive /Deductive Alternate to construct $ 5 � 5Y ` the project in three (3) phases, as shown in the plans in lieu of the Traffic Flexibly Base (Complete in Place) ('Type A Control & Sequencing included in the Base 1 37,479 BY Grads 1) (6 , complete in place per $ Bid. The limits for this sequencing 00 a® A1-1 1 LS consist of (1) Carmel Parkway to $ $ Everhart (includes the Everhart OQ �0&45( A2 -3 intersection up to Sta. 78 +00),(2) (1 Bond Breaker, complete in place per $ O Barracuda to Carmel Parkway, and (3) square yard Everhart to Gollihar /Autotown, complete Continuously Reinforced Concrete Pavement in place per lump sum �Q OJ StMTOTAL ALTERNATE NO. 1 - (ITEM Al -1): $ 006cr_> ALTERMTE NO. 2 - CONTINUOSI,Y REINFORCED CONCRETE PAVEMENT IN LIEU Off' MAKa (SEODENCING /TRAFFIC CONTROL &AMli AS SHOWN FOR THE SAS.L BID) I II III IV V BID QTY & UNIT PRICE SID ITEM ITEM UNIT DESCRIPTION IN FIGURES EX A2 -1 37 479 6„ Time Stabilized Subgrade (6$), $ �1 $ 5 � 5Y ` complete in place per square Yard Flexibly Base (Complete in Place) ('Type A A2 -2 1 37,479 BY Grads 1) (6 , complete in place per $ $ square yard Type D Hot - Misr Asphalt Concrete Pavement OQ �0&45( A2 -3 34,381 BY (1 Bond Breaker, complete in place per $ O square yard Continuously Reinforced Concrete Pavement /��� �Q OJ A2 -A 34,381 SY (9 ") ('Type P), complete in place per $ square yard A2 -5 (34,381) Delete Type D Asphalt Concrete Pavement $ Ter SY (4 "), complete in place per square yard - A2 -6 (34,381) Delete Seal Coat, complete in place per $ 2 $t 6 BY square re yard. asvrssn - PROPOSAL POPM PACE 16 OF 24 Addeudam No. 2 Attachftnt No. 4 Page 16 of 24 STAPLES STMT PHASE 2 BARRACUDA PLACE To GOLL'M ROAD (BOND 2008) pROJLCT NO. 5469 zI III IV v { SEQUENCING / TRAFFIC COWMOL SAME AS S"DM FOR THE ALTZ"hTE No . ) UNIT PRICE B113 ITEM BID QTY & AE$CRIPTION 1N PTGMS EXTMgSl0N ='1'EM UNIT BID I',CM BYD QTY & DESCRIPTION IN gxGURES Delete Flexible Base (Complete in in $. L� $( ? r A2 (37,479) Place) (Type A Grade 1) (12 ) , complete - - _ (6$), SY place per square yard 6" Lime Stabilized Subgrade ( 37 479J Delete Geogrid Base Reinforcement (Type $ 3 00 $ ( 112-437 ) A2 -$ r 5X 1), complete in place per square yard Flexible Base (Cemplats In Plaae)(Type A /J -8) . 43 7, I 7 Grade 1) (61T) , complete in place par $ _ SVSTOTAL ALTERNATE NO. 2 - (ITEM A3--1 THRU ITM A2 STAPLES STMT PHASE 2 BARRACUDA PLACE To GOLL'M ROAD (BOND 2008) pROJLCT NO. 5469 A,LTEMATE go_ 3 - CONTINUOSLY p Mr07,tCED CONCRETE YAVEMNT IN LIEU OF HMAc { SEQUENCING / TRAFFIC COWMOL SAME AS S"DM FOR THE ALTZ"hTE No . ) Z ZZ ITT IV V UNIT PRICE BID I',CM BYD QTY & DESCRIPTION IN gxGURES E]C`1'EN'SZOY� ITEM UNIT (6$), 6" Lime Stabilized Subgrade $ A3 - 1 _ 37,479 SY complete in place per s are 2.rd. Flexible Base (Cemplats In Plaae)(Type A /J A3 37,478 SY Grade 1) (61T) , complete in place par $ _ $ square Y�erd Type D Hot -Mix Asphalt Concrete Pavement +�Q $ `_��/_ -� A3 - 3 34,381 SY (1 Bond Breaker, complete in place per — FI13 square Yard Continuously Reinforced Concrete Pavement / l �$ 4 I J ! -4 3q, 3g1 gy {g ") {Type P) , complete in place per S — soars axd. Pavement dQ � (34, 381) Delete Type D Asphalt Concrete A3 -5 SY (4 , complete in place per s are ard. _ (3A•381) Delete Seal Coat, complete in place per $ o A3 -6 SY s oars ard. Flexible Base (Complete Delete in A3 -7 537, 479) , 4 Place) (Type A Grade 1) (12 "), complete in $ place per scmare yard. Adde taum No. 2 RMSM- PROPGBA . roRK Attaalamt No. A pAm 17 OF 24 Page 17 03= .24 I Ix III TV V SID QTY & UNIT PRICE BID 7Tg�„ DESCRIPfiION I TEM UNIT IN FIGURES EXT "sanN A3 -8 (37,479) Delete Geogrid Base Reinforcement (Type r $ ® $( �1 SY 11 , complete in place per square yard SUBTOTAL ALTERNATE NO. 3 - (ITEM A3 -1 TMW ITEM A3 - $ 4 I Z 7 - 75 6 30 30 STAPLES STREET PHASE 2 BARRACUDA PLACE TO GOLL,IHAR ROAD (BOND 2008) PROJECT NO. 6469 Ar, No. d - mxPrnx n scMn Slr.R VOR CAPIML PARKWAY TO EVEMORT {MAC OPTIomi Z II iii IV V SID QTY & UNIT PRICE BID ITEM DEBCRIPTZ4N ITEM UNIT IN FIGURES EXTENSION Compensation for an Accelerated Construction Schedule to complete construction from Carmel Parkway to the Everhart intersection (includes the EVerhart int63COOCt3.on up to Sts. 78 +00) "^ A4 -1 1 LS prior to Octobez� 14 2011. This includes ' /(��' $ $ all construction., including utilities, concrete woxk & roadway items up to drivable surface (2" HMAC), Liquidated damages associated with this work shall be 22,000.00 per calendar day, complete SUBTOTAL ALTERNATE NO. 4 - (ITEM A4 -1) : $ tccco Addendum No . 2 Rsvrssn pxoPasA?. row Attach me�st No. � P AM 18 of 24 Page 19 of 24 AT of M NO. 5 - FIMMTTM srRMirrM PnR rARMEi. MAMY Td. L% RHM1 T LCCNCRETE OPTICNI = II III ry y SIA QTY & MICE BID ITEM fI =TEM UNIT DESCRIPTION IN Gti Z ZXTP BID ITS! ITEM! Compensation for an Accelerated DESCRIPTION IN E'IGURE3 Construction schedule to complete A6 - 1 569 LF construction from Carmel Parkway to the r0� $ Everhart intersection (includes the in place per linear foot Everhart intersection up to Sta. 78 +00) -� 1 L5 prior to Oatab_er 14, 2011 This includes $ $ 8" PVC Waterline (0900 DR 18), complete $ — all construction, including utilities, concrete work & roadway items up to final riding surface (Continuously Reinforced 7 EA 6" Gate Valve, complete in place per Concrete), Liquidated damages associated with this work shall be $2,000.00 per SUBTOTAL ALTERNATE NO. 5 - (ITEM AS-1) STAPLES STREET PHASE 2 BARRACtMA PLACE TO GOLLIHAR ROAD (BM 200$) PROJECT NO. 6469 ALTERNATE NO. 6 - WATER IMPROWMMS I II III TV V HID Q'2Y & UNIT PRICE BID ITS! ITEM! UNIT DESCRIPTION IN E'IGURE3 IxTsNszox A6 - 1 569 LF 6" p PVC Waterline (0900 DR 18), comp late r0� $ in place per linear foot A6 -2 2 2,923 LF 8" PVC Waterline (0900 DR 18), complete $ — S G� ✓� in place per linear foot A6 -3 7 EA 6" Gate Valve, complete in place per each 19 EA 8" Gate Valve, complete in place per $� 070W $ A6 -9 each �J 4aD C7Z `" $ � 000 A6 - 5 40 EA 6 45 Bend, complete in place per each $ A6_6 19 EA 8" 45 Bend, complete in place per each $ �6 -7 4 EA 8" X 6" Cross, complete in place per $ each A6--8 I EA 12" X 8" Cross, complete in place per $ 4 r 0 '—L? S each 76-19 r-A 6 -9 1 E74 8" X fi" Tapping Sleeve, complete in place $ L $ per each PIMM U--PROP08AL POEM PAGE 19 OF 24 Addaadum No_ 2 AttaCbftnt No. 4 P494 19 of 24 Y LI IST BY V pin QTY & DESCRIPTION UNIT PRICE 13ID I1'Eb� STEM UNIT IN FIGURES EXTENSTON ALTE MMM No. 6 - SM -ToIAL WATER IWROVEMNTS (ITEMS A6 -1 THRU A -23) : Addendua He. 2 Rsv=SeKD R popoSAL rOM Attaebiftt No. 4 pAm 20 OF 24 Paga 20 of 24 20" X. 6" Tapping Sleeve, complete in 1A $ $ k ' p,fi -10 place per each A6 -17 44 X 8" Tapping Sleeve, complete in ( - 3) EA $ $ ��� place per each { - 1) EA 12" X 8" Tee, complete in place per each $ Cr $ �? 6 - 13 4 EA 8" X 8" Tee, complete in place per each $ $ 3 EA 8" X 6 Tee, complete in place per each $ $ 6" X 4" Reducer, complete in place per $ �rf� $ �i A6 -15 1 EA each --�"`' 8" X 4" Reducer, complete in place per $ $ A6 -1f ( -1) EA each A5 -17 1 EA 6 " - 12" Plug, complete in place per each $ Remove 9" -12" Waterline, complete in $� A6 -18 Sl LF place per linear foot Eire Hydrant Assembly with 8" X 6" xee t A6 -19 10 EA and 6" gate valve, complete in place per $� $ � each Eire Hydrant Assembly with 6" gate valve, 3 EA $ e r $_ A6 -20 complete in place per each. Utility Pavement Repair, complete in $ $ A6 -21 6,808 SE place per square foot Trench Safety (Waterlines), complete in $ $ 116 22 3,492 LF place per linear foot Waterline Connection (6 ", 6 ", 12" & 16 "), $ jqO0 $ �r A6 -23 3 EA complete in place per each ALTE MMM No. 6 - SM -ToIAL WATER IWROVEMNTS (ITEMS A6 -1 THRU A -23) : Addendua He. 2 Rsv=SeKD R popoSAL rOM Attaebiftt No. 4 pAm 20 OF 24 Paga 20 of 24 STAPLES STREET PHASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD (BONA 2 0 08) PROJECT NO. 5469 10- Va . TOTAL BASE HID (PART A + DART S + PART C + PART D + PART E + PART F + PART G + PART H + PART I) ALTERNATE NO. I (I'T'EM A1-1) ALTERNATE N0. 2 (ITEM A2 -1 THRU ITEM A2 - 8): ALTERNATE N0. 3 (ITEM A3 -1 THRU A3 -8): . ALTERNATE NO. 4 (ITEM A4 -1): ALTERNATE NO. 5 (ITEM A5 -1): ALTERNATE N0. 6 (ITEM A6 -1 THRU A6-23): $ 20 66 $ � cuc -- 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 Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Entexprise 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 seta of boo ments: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. xavxs=- PROaasnz. VM Addendum No. 2 PALE 21 OF 74 .Att achmgat No- 4 Rage 21 of 24 Time of Completion. The undersigned agrees to complete the work withirk- The working t3z% for completion of the Project will be broken down as follows: Doaariptlan projeot Limits Csleudas IIV3 -dated Day■ ! Damage$ /nay Allota4 Base Sid Barracuda to Gollihax /Autotown 43$ 51,100 Altornate No. S Part 1 Carmel Parkway to Everhart (in03.udQu 240 $1,loo the Everhart i.nt:er9slotion up to Ste. 78 +00) Part 2 Barracuda to Carmel Parkway 1.05 51.100 Part 3 Evibrhart to Gollihar / Autotown 90 $1,100 Alternate No. 2 Barracuda to Gollihar /Autotown Same as Base Hid shown (Concrete Pavement)- Sequoncing /TCP as above. shown in Bane Did Altarnate NO. 3 })utr9GUda to G.o].lihar /Alutotom Same as Alternate No, 1 {Concrete Osvement)-- 9egnenczng /TCP as shown above. Shown in Alternate V, 1 A1tpcnate NO- 4 Carmel Parkway to Everhart. (iVICIUd" 160 $2,000 the Everhart intereaction up to Sta. 78400) - Expedited Schedule tMC ( t'iON Alternate llo. 5 Carmel Parkway to Everhart (inaXud8b 180 the Everhart i.nte =section up to Sta. 70 +00) - Fxpadtted Schedule Car�creto Pavement 0 " nn:� lllternate No. 6 Barracuda to G0111har /Autotown - Water Included in na.ae Bid Idne Imp rovements 1. from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal., in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or suM above set forth. Receipt of the following addenda is acknowledged (addenda rnumber): Addendum # 1 - 02/03/11 Addendum #2 - 02/10/11 Respectfully submitted: N Terry Willi Lai " 1 1111�J , ,ry (SEAL - IF BIDDER T5 a Corporation) Address 2081 F rnbush Lane U . Box) (street) ston, Texas 77073 (City) ' (State) Telephone-. 281 - 821 - 9091 l3 TE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. xsvls$n- YmoEOSAI. FOWW Wevieed August 2000 Adt1GXdU% No. 2 Attachment No. 4 gage xa of 24 Contractor shall indemnify, sage harmless and defend the City of Corpus Christi in accordance vi th General Provision P -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 435 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 AT City Secretary APPROVED AS TO LEGAL, RM: By: c. Asst. City Attorney ; (If orporation) (Seal Below) (Note- If Person signing for corporation is not President, attach copy of authorization to sign) L. 5 . CITY OF ORPUS C I&SI By: Juan Peral.es, Ar.,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P. E. r m— Director of Engineering Services CONTRACTOR Texas Ste lin onstruct,ion Co. By. Tit 1 e : Williamson, President 20810 FERNBUSH LANE (Address) HOUSTON, TX 77073 (City) (State)(ZIP) 281/821 -9091 * 281/821 -2995 (Phone) (Fax) ( -n�v AUTHORIZED ly COUNCIL—OaLaf/ 4 SECR A Page 3 of 3 Rev. Jun -2010 P E R F O R M A N C E B O N D Bond No. 105534476 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: 8 THAT Texas Sterling Construction Co. of HARRIS County, Texas, hereinafter called "Principal ", and Travelers Casualty and ly a corporation organized under the laws of the State of CT , -- 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, THREE HUNDRED THIRTEEN THOUSAND, TWO HUNDRED FIFTY —THREE AND 50/100 ($ 6,313,253.50 ) 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 8TH of MARCH , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: STAPLES STREET, PHASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD(BOND 2008) PROJECT NO. 6469 (TOTAL BASE BID: $6,313,253.50) 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. IN WITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 16th day of March 20 11 PRINCIPAL By: Terry (Print Name ATTEST tle) President (Print Name & Title SURETY Travelers Casualty and Surety Compan By: Kathleen M. Irelan, Attorney -in -Fact Attorney -in -fact Kathle M. Irelan (Print Name) The Resident Agent: of the Surety in Nueces County, Texas for delivery of notice and. service of process is: Agency: Cop-tact Person: Address: Phone Keetch & Associates Mr. Kev Keetch e.0 B �8�0 Carpus Christi TX 78463 -3280 361 -883 -3803 (NOTE: Date of P 4zfi - ,. Ante L=- must not uc pzlor tc, lot's of C. ,ntiuct) "Re , Ji�e2� Performance Ponce Page 2 o_ J P A Y M E N T B O N D Bond No. 105534476 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Texas Sterling___ Construction Co. of HARRIS County, Texas, hereinafter called "Principal ", and Trav Casualty and Surety Company a corporation organized under the laws of the State of CT 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, THREE HUNDRED THIRTEEN THOUSAND, TWO HUNDRED FIFTY - -THREE AND 50/100 ($ 6,313,253.50 ) 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 8TH day MARCH , 20 11 , a copy of which is -- hereto attached and made a part hereof, for the construction of: STAPLES STREET, PHASE 2 BARRACUDA PLACE TO GOLLIHAR ROAD (BOND 2008) PROJECT NO. 6469 (TOTAL BASE BID: $6,313,253.50) 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 This bond is given Vernon's Civil Statutes the State of Texas. Th as used herein are in Article. to meet the requirements of Article 5160, of Texas, and other applicable statutes of e terms "Claimant ", "Labor" and "Material ", accordance with and as defined in said 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 16th day of Ma rch 20 11 PRINCIPAL Texas Sterlinq C G� ATTEST inn r n (Print Name & Title) SURETY Travelers Casualty and Sure! Compan By: Kathleen M. Irelan. Attorney -in -Fact Attorney -in -fact Kathleen M. Irelan (Print Dame) The Resident Agent of the Surety in Nueces County, Texas for delivery of notice and service of process is: Agency: Keetch & Associates Contact Person: Mr. Kevin Keetch Address t Corpus Christi TX 78463 -3280 Phone Number: 361 -883 -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) Payment Bond Page 2 of 2 (Revised 3/08) (Print Name & Title) x IMPORTANT NOTICE To obtain information or make a complaint You may call Travelers Casualty and Surety Company of America and its affiliates' toll- free telephone number for information or to make a complaint at: 1- 800 -328 -2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1- 800 -252 -3439 You may write the Texas Department of Insurance: P. O. Box 149 Austin, TX 78714 -9'1 04 Fax: (512) 475 -1771 Web: httg:llwwwr.tdi,state.ix.us E-mail. ConsurnerProtection (cDtdi.state.tx.es PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first If the dispute is not resolved, you may contact the Texas DepailmentofInsurance- ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not be come a part or conditi on of the attached document and is given to comply with Texas legal and regulatory requirements. (pN -042-8) Ed. 7 CA 8.07 TRAVELER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney - In - Fact No. 221694 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies ") and that the Companies do hereby make, constitute and appoint Alan P Chandler, Chad Teague, Ian J Donald, Jeffrey A Chandler, Kathleen M.Irelan, Robert Trobec of the City of Troy, State of MI, their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings, and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 16th day of March, 2011. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Compan y St. Paul Fire and Marine Insurance Company State of Ohio City of Independence ss. St. Paul Guardian Insurance Company St. rcury Insurance Company a elers asualty and Surety Company 4�� rd s Casualty and Surety Company of America - ta de Guar Company Pau aska, 'dent On this the 16th day of March, 2011 before me personally appeared Paul W. Nebraska, who acknowledged himself to be the Assistant Secretary of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that himself, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 22nd day of June, 2012. Rae Soucek, Notary Public SUPPLIER NUMBER _ PURC1iASNGD1 — ` CITY OF CORPUS CHRISTI el" ° � DISCLOSURE OF INTEREST corpus Christi Clky of Corpus Christi Ordinance 171 12, as amended, requires all perSone or firms seeking to d bus #tress with the City to provide the fallowing. Information. i=ve ' question must bo answered. If the question Is not appplicebfo, answer with "l4A". See reverse 400 for Piling Requirements, Certifications and definitions. COMPANY NAME: Texas Sterling Construction Co. P. . 0. BOX: STREET ADDRESS: 20810 Fernbush Lane FIRM IS: 1. Corporation 4. Association Li CITY: Houston 2. Partnership q 5. Other U ZIP: 77073.. 3. Sole Owner 0 pISCLOSURIr QUESTIONS If additional space Is necessary, please use tits reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corppos Christi harrino. ark Interest" constituting 3% or more of the own4ibip In the above named ` " firth" 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 4. State the names of each employee or officer of a "con sultant" for the Clt� 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 Consultant N/A Addendum No. 2 Attachmont Ko. 4 page 23 at 24 REVISED- PROPOSAL rORM PAGE 23 Or 24 FILING REQUIREMENTS If a person who requests official aotlon on a matter lthows that the. re. jested action will confer air economic benefit oh any City official or eniplpy�ee that is dietingulsha a frarn the effect that the, aeti+an will have an merrnbers of the ,public in eheral or a substariftl sea th�ereaf, you sholi disclose that #actin.a signed wilting to th+� C O"Idal ennployee or 160 y that has been requested T act in the matter, unfe�s tfZe interestof lire ity pfficlal or employee In the matter la apparent. The disclosure shall also be rruade In a signet writing flied with the City Secretary 1�thits Ordinance Section 2-349 (d)] CERTIFiCATI I certlfy that all information provided is true and corredt as Of the date of thls statement, t1hat i statements will�bep ompt y subml� d to the Clty of Co p s Ch requested; sti s as changes vccur� Certifying Person: Terry Williamson Title: President _ (type or Pint) •. Signature of Certifying ate: 02/16/11 Person: 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. , Economic benefit % An action that Is likely to affect an economic interest if it Is likely to have an effect on that Interest that Is distinguishable from its effect on members of the public in general or a suibstantial segment thereof. c. "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. d. "Firm." Any entity rporated for economic gain, whether professional, industrial or came nerclal, and whether established to pfoduce or deal with a product or service, Including but not limited to, entities operated. In tiro form of solo proprieto.rshlo,, as self employed person, .partrterahlpr corporation, jolr►t stook comp;arkY, 16 ver+ture, rece or trust, and entities which for porpoises of taxation lire treated as no pr*fl -organizations. e. , offlcial." 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. f, "OwnershipIntorest." Legal or equitable interest, whether actually or canstructiv,eiy held, in a firm, InoWding when such interest is held through an argent, trust, estate, or holding entity. 'Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreerrierits." g. "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. L um No. 2 7 ND 24 of F4 Revis8D FORM PA(m 24 or 24 ACORD CERTIFICATE OF LIABILITY INSURANCE 03/22/zo 3/22/20D ll PRODUCER 1- 248 -828 -3377 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Valenti Trobec Chandler Inc. 1175 West Long Lake Road Suite 200 ON N TH THIS CERTIFICATE DOES NOT p CERTIFICATE EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE Tray, MX 48098 jackie Wilson 225 INSURED Texas Sterling Construction Co {NSURERA:Twin City Fire Insurance Cc INSVRERB:Twin City Fire Insurance Co $ 1,000,000 20810 Fernbush INSURER C: COMMERCE & INDUSTRY INS CO INSURER D: Hartford Ins Cc of the Midwest Houston, TX 77073 INSURER E: TRAVELERS COMMERCIAL CAS CO $2,000,000 C'nVF=RO[ytS 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSUR CE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMMMDNY) LIMITS A GENERALUABILITY 350QUO580 03/01111 03/01/12 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fil OCCUR FIRE DAMAGE (Anyone fire) MED EXP {Any one person} $300,000 $ 10,000 X X CU & Waiver of Sub. PERSONAL & ADV INJURY $ 1,000,000 X Blanket Add'1 Insured GENERAL AGGREGATE $2,000,000 GEN'LAGGREGA TELIMITAPPLIESPER: PRODUCTS- COMPIOPAGG $2,000,000 OLICY X P PRO- ! LOC H AUTOMOBILELIABILRY X :,` / Yl ANY AUTO 3SUENQUO581 03/01/11 03/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIREDAUTOS NON- OWNEDAUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE L"ILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG C EXCESS LIABILITY 9781111 03/01/11 03/01/12 EACH OCCURRENCE $25,000,00 0 X OCCUR 171 CLAIMS MADE AGGREGATE $25,000,000 $ DEDUCTIBLE $ RETENTION $ D WORKERS COMPENSATION D 35WNQU0582 03/01/11 03/01/12 X WCSTATU- OTH- ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER E Contractors Equipment QT6302810n798 03/01/11 03/01/12 Leased and Rented s2,000,000 s s DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Staples Street Phase 2, Barracuda Place to Gollihar Road (Bond 2008 ), Project No. 6469 / City of Corpus Christi is named as additiional insured on the liability policies above. The cancellation 4f clause below is amended to include 30 day notice of any material change to these policies. These provisions are pursuant to a written contract between the insured and the City of Carpus Christi. r - , r - m I Ir n A I C rnuL i r-m I ADDITIONAL INSURED: INSURER LETTER:. GANGtLLA I IL7N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Corpus Christi, City of DATE THEREOF, THE ISSUING INSURER WILL BAW0 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, t Dept of Engineering Services P 0 Box 9277 x] OMXtXl�CId6Kx161mr ]CdR�D><8R7�I4RX X $ K41&= XXXXXXXXXXXXXXXXXXXXXXX XXXXXXXXXS XXXXxxxx Corpus Christi, TX 78469 -9277 AU7HORCL£DREPRESEN7A71VE USA 1�cw�_/ �■ ACORD 25 - (7197) knanning ACORD CORPORATION IRRR LUL1.3 a03 J POLICY NUMBER: 35 C QUO580 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT OPTION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Designated Project(s) or Locations) Of Covered Operations ALL ALL Information required to complete this Schedule, if not shown above, will be shown in the Declarations_ A. Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy, but only to the extent that such person or organization is liable for "bodily injury", "property damage" or "personal and advertising injury" caused by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or c, In connection with "your work" for the additional insured at the project(s) or location(s) designated in the Schedule Form HS 24 81 06 05 and included within the "products - completed operations hazard:, but only if: (1) The written contract or agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (2) This Coverage Part provides coverage for "bodily injury' or "property damage" included within the "products- completed operations hazard ". 2. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only: 1. If the 'occurrence" or offense takes place subsequent to the execution of such written contract or written agreement; and Page 1 of 3 (c) 2005, The Hartford (includes copyrighted material of Insurance Services Office, Inc. with its permission.) 2 While such written contract or written b. Notify us as soon as practicable, agreement is in force, or until the end of the policy period," whichever is earlier, The additional insured must see to it that we receive written notice of the claim or "suit" as C. With respect to the insurance afforded to these soon as practicable. additional insureds under this endorsement, the following additional exclusion applies: 3. Assistance And Cooperation Of The This insurance does not apply to "bodily injury", Insured "property damage" or "personal and advertising The additional insured must: injury" arising out of the rendering of or the failure a. Immediately send us copies of any to render any professional architectural, demands, notices, summonses or legal engineering or surveying services by or for you, papers received in connection with the including; claim or "suit "; 1. The preparing, approving, or failing to b. Authorize us to obtain records and other prepare or approve maps, shop drawings, information; opinions, reports, surveys, field orders, c. Cooperate with us in the investigation or change orders, designs or specifications; and settlement of the claim or defense against 2. Supervisory, inspection, architectural or the "suit "; and engineering activities. d. Assist us, upon our request, in the D. How Limits Apply To Additional Insureds enforcement of any right against any person The most we will pay on behalf of the additional or organization which may be liable to the insured shown in the Schedule is the lesser of; insured because of injury or damage to which this insurance may also apply. 1. The limits of insurance specified in the written contract or written agreement; or 4. Obligations At The Additional Insureds Own Gast 2. The Limits of Insurance shown in the Declarations. No additional insured will, except at that Such amount shall be a part of and not in addition insured's own cost, voluntarily make a payment, assume any obligation, or incur any to Limits of Insurance shown in the Declarations expense, other than for first aid, without our and described in this Section. consent. E. Duties Of Additional Insureds In The Event Of 5. Additional Insureds Other Insurance Occurrence, Offense, Claim Or Suit if we cover a claim or "suit" under this The Duties Condition in Section IV - Conditions Coverage part that may also be covered by is replaced by the following and applies to the other insurance available to the additional additional insured shown in the Schedule: insured, such additional insured must submit 1. Notice Of Occurrence Or Offense such claim or "suit" to the other insurer for The additional insured must see to it that we defense and indemnity. are notified as soon as practicable of an However, this provision does not apply to the "occurrence" or an offense which may result in extent that you have agreed in a written a claim. To the extent possible, notice should contract or written agreement that this include: insurance is primary and non - contributory a. How, when and where the "occurrence" or with the additional insured's own insurance. offense took place; 6. Knowledge Of An Occurrence, Offense, b. The names and addresses of any injured Claim Or Suit persons and witnesses; and Paragraphs 1. and 2. applies to the additional c. The nature and location of any injury or insured only when such "occurrence", "suit" damage arising out of the "occurrence or offense, claim or is known to; offense. a. The additional insured that is an 2. Notice Of Claim individual; If a claim is made or "suit" is brought against b. Any partner, if the additional insured is a the additional insured, the additional insured partnership; must: c. Any manager, if the additional insured is a a. Immediately record the specifics of the limited liability company; claim or "suit" and the date received; and d. Any "executive officer" or insurance manager, if the additional insured is a corporation; Page 2 of 3 Form HS 24 8106 65 e. Any trustee, if the additional insured is a the extent not subject to Exclusion g, of trust; or Section I -- Coverage A -- Bodily injury f. Any elected or appointed official, if the And Property Damage Liability; additional insured is a political subdivision e. Property Damage to Borrowed or public entity. Equipment Or Use Of Elevators F. Other insurance If the loss arises out of "property damage" With respect to insurance provided to the to borrowed equipment or the use of additional insured shown in the Schedule, the elevators to the extent not subject to Other Insurance Condition Section IV - Exclusion j. of Section I - Coverage A - Conditions is replaced by the following: Bodily Injury And Property Damage 1, Primary Insurance Liability; or a. Primary Insurance When Required By f. When You Are Added As An Additional Contract Insured To Other Insurance This insurance is primary if you have That is any other insurance available to agreed in a written contract or written you covering liability for damages arising agreement that this insurance be primary, out of the premises or operations, or If other insurance is also primary, we will products and completed operations, for share with all that other insurance by the which you have been added as an method described in 3. below, additional insured by that insurance. b. Primary And Non - Contributory To When this insurance is excess, we will have Other Insurance When Required By no duly under Coverages A or B to defend Contract the insured against any "suit" if any other If you have agreed in a written contract or insurer has a duty to defend the insured against that "suit". If no other insurer defends, written agreement that this insurance is we will undertake to do so, but we will be primary and non - contributory with the entitled to the insured's rights against all additional insured's own insurance, this those other insurers. insurance is primary and we will not seek contribution from that other Insurance. When this insurance is excess over other Paragraphs a. and b. do not apply to other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the insurance to which the additional insured has sum of: been added as an additional insured or to other insurance described in paragraph 2. a. The total amount that all such other below, insurance would pay for the loss in the 2. Excess Insurance absence of this insurance; and b. The total of all deductible and self - insured This insurance is excess over any of the other amounts under all that other insurance. insurance, whether primary, excess, contingent or on any other basis: We will share the remaining loss, if any, with a. Your Work any other insurance that is not described in this Excess insurance provision and was not That is Fire, Extended Coverage, bought specifically to apply in excess of the Builder's Risk, Installation Risk or similar Limits of insurance shown in the Declarations coverage for "your work'; of this Coverage Part. b. Premises Rented To You 3. Method Of Sharing That is fire. lightning or explosion If all of the other insurance permits insurance for premises rented to you or contribution by equal shares, we will follow temporarily occupied by you with this method also. Under this approach each permission of the owner; insurer contributes equal amounts until it has c. Tenant Liability paid its applicable limit of insurance or none of That is insurance purchased you to the loss remains, whichever comes first. cover your liability as a tenant ant for If any of the other insurance does riot permit "property damage" to premises rented to contribution by equal shares, we will you or temporarily occupied by you with contribute by limits. Under this method, each permission of the owner; insurer's share is based on the ratio of its d. Aircraft, Auto Or Watercraft applicable limit of insurance to the total applicable limits of insurance of all insurers. If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to Form HS 24 81 06 05 Page 3 of 3 POLICY NUMBER: 35UENQUO581 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by 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 another date is indicated below. Endorsement effective Named Insured Texas Sterling Construction Co. V Ccun1!Z : y . �E, Irtumurizeta rceprasenearrve) SCHEDULE Name of Person(s) or Organization(s): City of Corpus Christi, Texas (if no entry appears above, Information required to complete this endorsement will be shown in the Declarations 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 orthe Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1990 Page 1 of 1 POLICYNUMBER: 35CQU058A V Ftll THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. V / NOTICE OF CANCELLATION TO DESIGNATED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy is subject to the following condiWm Number of Days Notice 3 0 V/ I Name of Person(s) or Organization(s) SCHEDULE r. i Carpus Christi, City of Mailing Address 1201 Leopard St. Corpus Christi TX. 78.401 If this policy is cancelled, we agree that the person(s) or organization(s) listed in the Schedule above will be notified at least: a. 15 days before the effective date of canceliation if we cancel for non - payment of premium; or b. The number of days shown in the Schedule above before the effective date of cancellation if we cancel for any other reason. In no event, however, will notice of cancellation be less than the minimum number of days required by the jurisdiction to which this endorsement applies. If notice is mailed, proof of mailing to the address shown in the Schedule above will be sufficient proof of notice. Form IH 03 03 06 08 Page 1 of 9 0 2008, The Hartford POLICYNUMBER: 35LJFNQU0581 V KIM THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. V NOTICE OF CANCELLATION TO DESIGNATED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy is subject to the following conditions•: SCHEDULE Number of Days Notice 30 •. / Name of Person(s) or Organization(s) Carpus Christi, City of Mailing Address 1201 Leopard St. Corpus Christi TX 78401• If this policy is cancelled, we agree that the person(s) or organization(s) listed in the Schedule above will be notified at least: a. 15 days before the effective date of cancellation if we cancel for non - payment of premium; or b. The number of days shown in the Schedule above before the effective date of cancellation if we cancel for any other reason. In no event, however, will notice of cancellation be less than the minimum number of days required by the jurisdiction to which this endorsement applies, If notice is mailed, proof of malling to the address shown in the Schedule above will be sufficient proof of notice. Form IH 03 03 06 08 Page 1 of 1 0 2008, The Hartford / f Policy Number 35WNQUO582 THE HARTFORD This endorsement forms a part of the policy as numbered Named Insured and Address above, ]sued by THE HARTFORD INSURANCE GROUP company designated therein, and takes effect as of the effective date of said policy unless another effective date Is stated herein. £B OV& Date Effective flour Is Vw same as stated In the bealairwtions w he u a Endo No. WRITTEN NOTICE OF CANCELLATION V This policy shall not be cancelled or materially changed without first giving 3 0 days prior wdtten notice to: Name: Corpus Christi, City of Address: 1201 Leopard St., Corpus Christi, Tx 78401 Nothing herein contained shall be held to vary, weive, alter, or extend any of the terms, conditions, agromnents or declarations of the policy, other than as herein stated. This endorsement shall not be binding unless countersignad by a duly authorized agent of the company; provided that if this endorsement takes effect as of the effea5ve date of the pollcy and, at issue of said policy, forms a part thereof, countersignature f on the declarations page of said policy by a duly authorized agent of the company shall constitute valid countersignature of this endorsement. Form WC 99 04 63 (ed. IV98) Printed In USA Countersigned by .._ Authorized Agent