Loading...
HomeMy WebLinkAboutC2011-394 - 9/27/2011 - Approved2011 -394 M2011 -215 09/27/11 Ti -Zack Concrete, Inc. (Revised 5/09) ADA IMPROVEMENTS GROUP 2 (Bond 2008) Project No. E09051 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) RTA INTSTRUCTIONS TO BIDDERS NOTICE TO CONTRACTORS -A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS -B (.Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and. Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7, Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A 17 Picld Officc (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -24 Surety Bonds _ -- -- -_ (NO LONGER APPLICABLE) (6/11/98) A -26 Supplemental Insurance Requirements A 27 Rcoponcibility for Dcmagc Claims (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended "Policy on Extra Work and Change Orders" A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Watcr racilitico: Cpccial Rcquircmcnto (NOT USED) TABLE OF CONTENTS PAGE 1 OP 7 A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Ccrtifi tc of Occupancy and Final Acccptancc• (NOT .USED) A -40 Amendment to Section B-8 --6: 'Partial Estimates" (NOT USED) A -42 OSHA Rules & Regulations A -43 Amended "Indemnification ' and Hold Harmless" (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) == (NOT USED) A -47 Pre - Construction Exploratory Excavations (7/5/00). A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A 50 Dcwatcring and Dicpocaa of Ground Water (NOT USED) _ - -- - (NOT USED) A 52 Vidco Documcntation (NOT USED) A -53 Electronic Proposal Form A -54 Amended Prosecution and Progress Attachment I - Project Sign Attachment II - Sample Computer Print -Out PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS FEDERALLY REQUIRED LANGUAGE RTA CONTRACT DOCUMENTS PART D - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021040 Site Grading 022 EARTHWORK 022080 Embankment 022100 Select Material 02.5 ROADWAY 0252 SUBGRADES AND BASES 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement (S -54) 025210 Lime Stablilization (S -28) 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions (S -29) 025412 Prime Coat (S -30) (Asphaltic Material Only). 025424 Hot Mix Asphaltic. Concrete Pavement (Class A) (S -34) 0256....... 025608 Inlets TABLE OF CONTENTS PAGE 2 OF 7 025610 025612 025614 Concrete Curb and Gutter (S -52) Concrete Sidewalks and Driveways (S -53) Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025807 Pavement Markings (S -45) 0264.......WATER LINES 026416 Fire Hydrants 028 SITE IMPROVEMENTS AND LANDSCAPING 028040 Sodding 030 CONCRETE, 030020 032020 038000 050 METALS 055420 GROUT Portland Cement Concrete (S -40) Reinforcing Steel (S -42) Concrete Structures (S -41) Frames, Grates, Rings, And Covers (S -57) PART E — TECHNICAL SPECIFICATIONS 025223 Crushed Limestone Flexible Base TxDOT 110 Excavation 247 Flexible Base 445 Galvanizing 449 Anchor Bolts 476 Jacking, Boring, or Tunneling Box or Pipe 618 Conduit 620 Electrical Conductors 624 Ground Boxes 644 Small Roadside Sign Supports and Assemblies 677 Eliminate Existing Pavement Markings and Markers 682 Vehicle and Pedestrian Signal Heads 684 Traffic Signal Cables. 687 Pedestal Pole Assemblies• 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals Special Specifications SS5522 Retrofit Detectable Warning Surface FOR USE ONLY ON. PART BB - STAPLES STREET CROSSING TxDOT 416 Drilled Shaft Foundations 628 Electrical Services 680 Installation of Highway Traffic Signals 686 Traffic Signal Pole Assemblies (Steel) 8260 LED Countdown Pedestrian Signal Module 8703 Accessible Pedestrian Signal Units TABLE OF CONTENTS PAGE 3 OF 7 LIST OF DRAWINGS: SHT. NO. DESCRIPTION GENERAL 1 TITLE SHEET & VICINITY MAP 2 PROJECT LOCATION MAP 3 ESTIMATED QUANTITIES SUMMARY 4 ESTIMATED QUANTITIES SUMMARY 5 LEGENDS, ABBREVIATIONS AND TESTING SCHEDULE 6 GENERAL NOTES 7 PEDESTRIAN SIGNAL GENERAL NOTES SIDEWALKS 8 9 10 11 12 13 14 15 LEOPARD LEOPARD. LEOPARD LEOPARD LEOPARD LEOPARD LEOPARD LEOPARD 16 LEOPARD RAMPS 17 AYERS 18 AYERS 19 AYERS 20 AYERS 21 AYERS 22 AYERS 23 AYERS 24 AYERS 25 AYERS 26 AYERS STREET - CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET - CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET - CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET - CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET -- CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET -- CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET - CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET - CITY HALL TO CROSSTOWN AND CITY HALL TO COKE STREET - CITY. HALL TO CROSSTOWN AND CITY HALL TO COKE SANTA SANTA SANTA SANTA SANTA SANTA SANTA SANTA SANTA SANTA FE TO FE TO FE TO FE TO FE TO FE TO FE TO FE TO FE TO FE TO 27 PROPOSED DEMOLITION PROPOSED IMPROVENTS BELDEN ST. PROPOSED DEMOLITION WILLIAMS ST. 30 PROPOSED DEMOLITION PROPOSED DEMOLITION ST. PROPOSED DEMOLITION SPUR PROPOSED DEMOLITION ST. PROPOSED DEMOLITION FITZGERALD ST. PROPOSED DEMOLITION ST. 36 PROPOSED'IMPROVEMENTS 37 PROPOSED IMPROVEMENTS 28 29 31 32 33 34 35 STAPLES STAPLES STAPLES STAPLES STAPLES STAPLES STAPLES STAPLES STAPLES STAPLES - ADA RAMPS - ADA RAMPS ADA RAMPS ADA RAMPS ADA RAMPS ADA RAMPS ADA RAMPS ADA RAMPS ADA RAMPS - TANCAHUA ST. - .TANCAHUA ST. - MESQUITE -- MESQUITE - MESQUITE - ADA RAMPS - ADA RAMPS ST_ AT IH 37 (PADRE ST.) & AT JOHN SARTAIN AND AT PEOPLE AND STARR ST. ST. AT TAYLOR AND TWIGG MESQUITE ST. MESQUITE ST. MESQUITE ST. MESQUITE ST. - MESQUITE - MESQUITE TABLE OF CONTENTS PAGE 4 OF 7 AT MANN ST. AND TX -544 AT BELDEN AND POWER AT PALO ALTO AND AT HUGHES AND BREWSTER ST. AT JOHN SARTAIN ST. AT WILLIAMS AND 38 PEOPLE ST. PROPOSED IMPROVEMENTS - ADA RAMPS ST. • 39 PROPOSED IMPROVEMENTS -- ADA RAMPS 40 PROPOSED IMPROVEMENTS - ADA RAMPS 41 PROPOSED IMPROVEMENTS - ADA RAMPS ST. PROPOSED IMPROVEMENTS - ADA RAMPS FITZGERALD ST. PROPOSED IMPROVEMENTS - ADA RAMPS ST 44 PROPOSED IMPROVEMENTS - ADA RAMPS 45 PROPOSED DEMOLITION - ADA RAMPS - 46 PROPOSED IMPROVENTS - ADA RAMPS - 47 PROPOSED•IMPROVENTS - ADA RAMPS - 48 ELIZABETH STREET NEAR 3RD STREET 49 PROPOSED IMPROVEMENTS - ADA RAMPS 50 PROPOSED DEMOLITION - ADA RAMPS - 51 PROPOSED IMPROVENTS - ADA RAMPS - 52' DEL MAR COLLEGE AT AIRPORT ROAD BUS STOPS 53 3RD STREET AND CRAIG 54 TANCAHUA AND KINNEY 55 PORT AVENUE AND DAVID (GUADALUPE) 56 CARANCAHUA AND COLEMAN 57 SANTA FE AND HANCOCK 58 AYERS AND 7TH STREET 59 AYERS AND ROOSEVELT 60 CARANCAHUA AND PARK 61 PORT AVENUE AND PEARSE 62 CARANCAHUA AND AGNES 63 MORGAN AND 25TH STREET 64 PORT AVENUE AND BRANNAN 65 PORT AVENUE AND GREENWOOD 66 TANCAHUA AND COLEMAN 67 HULBIRT AND VAN LOAN 68 PORT AVENUE AND SEGREST STAPLES ST CROSSING 69 STAPLES STREET AND LEOPARD STREET 70 ,STAPLES STREET AND LEOPARD STREET 71 STAPLES STREET AND LEOPARD STREET 72 STAPLES STREET AND LEOPARD STREET 73 STAPLES STREET AND LEOPARD STREET 74 STAPLES STREET MID BLOCK CROSSING 75 STAPLES STREET MID BLOCK CROSSING 76 STAPLES STREET MID BLOCK CROSSING 77 STAPLES STREET MID BLOCK CROSSING 78 STAPLES STREET MID BLOCK CROSSING 79 STAPLES STREET AND LIPAN STREET - 80 STAPLES STREET AND LIPAN STREET -- 81 STAPLES STREET AND LIPAN STREET - 82 STAPLES STREET AND LIPAN STREET - 83 STAPLES STREET AND LIPAN STREET - 42 43 - MESQUITE ST. AT STARR & TAYLOR - MESQUITE ST. AT TWIG AND MANN ST. - MESQUITE ST. AT TX -544 SPUR - MESQUITE ST. AT BELDEN AND POWER - MESQUITE ST. AT PALO ALTO AND - MESQUITE ST..AT RESACA AND HUGHES - MESQUITE ST. AND BREWSTER ST. MORGAN ADULT EDUCATION CENTER MORGAN ADULT EDUCATION CENTER MORGAN ADULT EDUCATION CENTER -- ANTELOPE AND N. TANCAHUA COOPERS ALLEY AT MESQUITE ST. COOPERS ALLEY AT MESQUITE ST. - EXISTING SIGNAL LAYOUT - PROPOSED PEDESTRIAN SIGNAL LAYOUT - WIRING DIAGRAM - CONDUCTOR. SCHEDULE & PHASING - TRAFFIC SIGNAL POLE FOUNDATION - EXISTING LAYOUT - PROPOSED PEDESTRIAN SIGNAL LAYOUT - WIRING DIAGRAM - CONDUCTOR SCHEDULE & PHASING TRAFFIC SIGNAL POLE FOUNDATION EXISTING SIGNAL LAYOUT PROPOSED PEDESTRIAN SIGNAL LAYOUT WIRING DIAGRAM CONDUCTOR SCHEDULE & PHASING TRAFFIC SIGNAL POLE FOUNDATION TABLE OF CONTENTS. PAGE 5 OF 7 LEOPARD ST TRANSIT • 84 TRANSIT STOP LOCATION & SITE LAYOUT 85 TRANSIT STOP ELEVATIONS & DETAILS TRAFFIC CONTROL 86 ,_SIDEWALK, CONCRETE NOTES, AND DETAILS 87 TRAFFIC CONTROL PLAN - NOTES AND DETAILS 88 TRAFFIC CONTROL PLAN - DETAILS 89 TRAFFIC CONTROL PLAN - MESQUITE AT COOPERS ALLEY 90 TRAFFIC CONTROL PLAN - MESQUITE AT COOPERS ALLEY CITY OF CORPUS CHRISTI DETAILS 91 STANDARD STORM WATER DETAILS 92 STANDARD DRIVEWAY DETAILS 93 STANDARD DRIVEWAY DETAILS 94 CURB, GUTTER AND SIDEWALK DETAILS 95 .STANDARD WATER DETAILS 9.6 STANDARD PEDESTRIAN SIGNAL DETAILS •TXDOT DETAILS 96A PEDESTRIAN SIGNAL DETAILS - CORPUS CHRISTI DISTRICT STANDARD 97 PEDESTRIAN FACILITIES - CURB RAMPS 98 .- PEDESTRIAN FACILITIES - GENERAL NOTES AND DETECTABLE WARNINGS 99 SIGN MOUNTING DETAILS - SMALL ROADSIDE•SIGNS TRIANGULAR SLIPBASE SYSTEM 100 PEDESTRIAN HANDRAIL DETAILS • 101 PEDESTRIAN HANDRAIL DETAILS 102 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES FENCE AND BALED HAY 103. ELECTRICAL DETAILS - CONDUIT 104 ELECTRICAL DETAILS - CONDUCTORS 105 ELECTRICAL DETAILS - GROUND.BOXES 106 ELECTRICAL DETAILS SERVICE SCHEMATICS AND SUPPORT -TYPE TP (OVERHEAD) . 107 ELECTRICAL DETAILS SERVICE ENCLOSURE & NOTES 108 ELECTRICAL DETAILS SERVICE SUPPORT TYPES SF AND SP 109 ELECTRICAL DETAILS - TYPICAL TRAFFIC SIGNAL SYSTEM DETAILS 110 ELECTRICAL DETAILS - ELECTRICAL SERVICE SUPPORT PEDISTAL SERVICE TYPE PS • 111 ELECTRICAL DETAILS - SERVICE SUPPORT TYPES GC AND OC 112 ELECTRICAL DETAILS -- DUCT CABLE 113 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 114 BARRICADE AND CONSTRUCTION PROJECT LIMIT STANDARD 115 BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT STANDARD 116 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES STANDARD 117 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT STANDARD 118 BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) STANDARD 119 BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & STTENUATOR STANDARD 120 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES 121 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICESS STANDARD 122 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 123 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD 124 _BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD 125 TYPICAL STANDARD PAVEMENT MARKINGS TABLE OF CONTENTS PAGE 6 OF 7 126 POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS 127 PAVEMENT MARKERS FOR TWO -WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS 128 STANDARD PAVEMENT MARKINGS (WORDS) 129 STANDARD PAVEMENT MARKINGS (ARROWS) 130 TRAFFIC CONTROL PLAN • 131 TRAFFIC CONTROL PLAN 132 TRAFFIC CONTROL PLAN 133 TRAFFIC CONTROL PLAN TYPICAL DETAILS 134 WORK ZONE SHORT TERM PAVEMENT MARKERS 135 SIGNING FOR UNEVEN LANES 136 TRAFFIC SIGNAL INSTALLATION TYPICAL DETAILS 137 TRAFFIC SIGNAL INSTALLATION BARRICADES AND SIGNS 138 WORK ZONE "GIVE US A BREAK" SIGNS 139 TRAFFIC SIGNAL AND SUPPORT STRUCTURES - SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) (1 OF 2) 140 TRAFFIC SIGNAL AND SUPPORT STRUCTURES - SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) (2 OF 2) 141 STANDARD ASSEMBLY FOR TRAFFIC SIGNAL SUPPORT STRUCTURES - MAST ARM CONNECTIONS 142 TRAFFIC SIGNAL SUPPORT STRUCTURES - MAST ARM POLE DETAILS 143 TRAFFIC SIGNAL CONTROLLER CABINET BASE AND PAD 144 STANDARD ASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES - ARM DETAILS 145 CLAMP ON FITTING ASSEMBLY FOR LUMINAIRE MAST ARM 146 ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) (1 OF 2) 147 ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIRTURES) (2 OF 2) 148 TRAFFIC SIGNAL POLE FOUNDATION 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: ADA Improvements Group 2 (2008 Bond) Project No. E09051, includes the installation of 113 ADA compliant curb ramps, 19945 SF of sidewalk replacement, 4734 SF of driveway replacement, 4128 LE of curb and gutter replacement, 15(10'x30') bus stop pads, and 20 PED Heads with audio and Braille; together with all appurtenances, in accordance with the plans, specifications and contract documents; will. be received at the office of the City Secretary until 2:00 PM on Wednesday August 10, 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, August 3, 2011 at 10:00 AM. The pre -bid meeting will be conducted by the City, and will convene at the 3' Floor Engineering Conference Room, 1201 Leopard Street, and will include a site visit to discuss the project. This project is funded through the Community Development Act of 1974 by funds approved in FY2009. Approximately 10 of the total estimated project cost will be funded through this source. A bid bond in the amount of 5a 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 5o bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer,." "workman," or "mechanic" employed on this project. The City reserves the right to reject . any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.S. Director of Engr. 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: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE 1 AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-tern environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT 0 REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B-6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit 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 worker's 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 -111 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions . regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page2of2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction- -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406:096 of the Act)- -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the. project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning ning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (13) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page .4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate 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. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one . year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and, provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one 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 (II) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid.. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675; to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675; §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7of11 T288110.1100)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance_ This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(0(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "cert f cate') -- A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9of11 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 notes 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. IL 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. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end. of the coverage period a new certificate of coverage showing extension of coverage, if the coverage period show n on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: . (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified 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 far whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, 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 ADA IMPROVEMENTS GROUP 2 (Bond 2008) Project No. E09051 SECTION A — SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official . advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, Corpus Christi, Texas, 78401 until 2:00 Wednesday, August 10, 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 - ADA IMPROVEMENTS GROUP 2 (Bond 2008), Project E09051 A y proposals not physically in possession of the City Secretary's Office at the time and date of the bid opening will be deemed late and non - responsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for the delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City. Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday, August 3, 2011, beginning at 10:00 am. The pre -bid meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project ADA Improvements Group 2 (Bond 2008) Project No. E09051, includes the installation of 113 ADA compliant curb ramps, 19945 SF of sidewalk replacement, 4734 SF of driveway replacement, 4128 LF of curb and gutter replacement, 15 (10'x30') bus stop pads, and 20 PED.Heads with audio and Braille; together with all appurtenances, in accordance with the plans, specifications and contract documents. A maximum of four intersections may be constructed at one time. Only Section A— SP (Revised 12/15/04) Page 1 of 29 one half (two corners max) of any intersection may be constructed at any one time and they may not be diagonal corners. Construction at any one intersection (2 corners) may not exceed eight (8) days unless approved by. the City of Corpus Christi and the engineer. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: I. Total Base Bid 2. Total Base Bid + Additive Alternate 1 The City intends to award the contract . based on lowest Total Base Bid + Additive Alternate 1. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 59a Bid Bond (Must reference ADA Improvements Group 2 (Bond 2008) Project No. EO9O51 as identified in the Proposal.) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 225 calendar days.. The. Contractor shall commence work within ten (10) calendar days after receipt of written notice to proceed from the Director of Engineering Services or designee ( "City Engineer "). For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain . from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Section A -- SP (Revised 12115/04) Page 2 of 29 A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract -is not in' effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. - A -8 Faxed Proposals Proposals faxed directly to the City will be considered non- responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be 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 Construction Type(s): Heavy and Highway. In case of conflict, Contractor shall use higher wage rate. Section A — SP (Revised 12115104) Page 3 of 29 Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker.. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the. Project. These documents will also be submitted to the City Engineer biweekly. (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 40 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 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using DIG TESS at 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 - 669 -8344, and the Verizon Dig Alert at 1 -800- 483 -6279. For the Contractor's convenience, the following telephone numbers are listed: City Engineer 826 -3500 Project Engineer 826 -3500 A/E Project Engineer, Harry Benoit, P. E. Maverick Engineering, Inc. 696-3500 A/E Project Engineer, Ricardo Martinez, P.E. Martinez, Guy, Maybik, Inc. .814 -3070. Street & Solid waste Services .826 -1940 Traffic Engineer 826 -3547 Police Department 886 -2600 Water Department 826 -1881 hours) Wastewater Department 826 -1800 hours) Section A - SP (Revised 12115/04) Page 4 of 29 : 696 -3599 fax: 991 -7970 (826 -1888 after (826 -1888 after Gas Department 885- 6900 . (826 -1888 after hours) Storm Water Department 826 -1875 (826 -3140 after hours) Parks & Recreation Department 826 -3461 American Electric Power Co. (AEP) 1- 877 - 373 -4858 Southwestern Bell Telephone Co.(SBC) 881 -2511 (1-800-824-4424 after hours) City Street Div. for Traffic 826 -3589 Signal /Fiber Optic Locate 826 - 1946 Cablevision hours) ACSI (Fiber Optic) KMC (Fiber Optic). ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 857 -5000 (857 --5060 after 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 or not 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 the Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It. is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by Section A — SP (Revised 12115/04) Page 5 of 29 the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All - weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile of suitable material on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. "Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb lines 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 sewers is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of. grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. Section A - SP . (Revised 12115/04) Page 6 of 29 All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items; therefore, no direct payment will be made to the Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to the Contractor. A -17 Feld Office (NOT USED) w, -a field officc at thc construction site. The field officc mutt .'_ m s-t c— itioncd and heated and must bc furnished with an inclincd table that measures at lest 30" x 60" and two (2) chairs. thc City Engineer or his representative. The field office must bc item for thc field officc. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar 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. Section A — SP (Revised 12115104) Page 7 of 29 A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) benchmarks, 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 benchmark, 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 benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant. Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer,. the required deviation would necessitate a revision to the drawings, the Contractor shall provide 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. 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 independent- Registered Professional Land Surveyor (R.P.L.S.) licensed in the State of Texas, retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor R.P.L.S. and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Strccta: + Curb and gutter flow linc both sidcc of strcct on a 200' interval, • Street crowno on a 200' interval and at all intersections. Wastewater. Section A - SP (Revised 12115104) Page 8 of 29 permitc). Watcr: • All top of valvc boxcz; • Valvc vault rim;; permitz) . Stormwater: • All rim /invert elevations at manholes; • All rim elevations • All intersecting lines in manholes; • Casing elevations (top o.f pipe and permits) . flow line) (TXDOT and RR A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost, of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must install one (1) Project sign furnished by the City of Corpus Christi. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations 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 Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Section A — SP (Revised 12115104) Page 9 of 29 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation,• association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c.. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.06 of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s).. 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.06 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. Section A - SP (Revised 12/15/04) Page 10 of 29 Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, . partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a -joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals 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 Section A— SP (Revised 12/15/04) Page 11 of 29 the City Engineer. The Contractor is to indicate the percent of . minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the. Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7 /5/00) (NOT .USED) 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 (1090 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 (100) 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!t) 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 Section A - SP (Revised 12/15/04) Page 12 of 29 Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption. (NO LONGER APPLICABLE) (6/11/98) and the following substituted in lieu thereof. "Contracts for improvements to real property awarded by thc City of Corpus Christi do not qualify for exemptions oo Sales, Excise, and Use Taxes unless thc Contractor elects to operate under a separated c of the Texas Administrative Code, or such If thc Contractor elects to operate under a - cparated contract, hc shall: 1. Obtain thc necessary sales Comptroller. permi from thc Cto.tc 2. Identify in the appropriate space on thc "Ctatcmcnt of Materials and Other Charges" in thc proposal form thc cost of materials physically incorporated into thc Preieet� Provide resale ccrtifi o.tcs to suppliers. thc proposal value of materials. contract, hc must pay for all Sales, Excise, and Use Taxes applicable to this Project. subcontractor aloe complies with the above requirements. The Contractor must issue a resale certificate to the subcontractor and thc subcontractor, in turn, issues a resale certificate to hi; supplier." A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Section A- SP (Revised 12/15/04) Page 13 of 29 1. Name: City of Corpus Christi Engineering. Services Department Attn: Contracts 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 General Provisions, 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 General Provisions, the Contractor shall obtain . an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses-and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) PevIe-iens is amended to include: Contractor must provide Builder's Risk or Installation Floater insurance coverage for thc term of thc Contract up to and Section A — SP (Revised 12115/04) Page 14 of 29 s tht Project or work. Builder's Risk or Installation Fester coverage must be an "All chi Builder's Risk or Installation Floater insurance coverage, including any. deductible. The City must be named additional insured on any policies providing such insurance coverage. 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 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 be 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. Section A — SP (Revised 12115104). Page 15 of 29 The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such 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 of the General Provisions. 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 Section A - SP (Revised 12115104) Page 16 of 29 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 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 of the General Provisions;. 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 Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision. A -29 concerning "Contractor's Field Administration Staff applicablc; 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." Section A — SP (Revised 12/15/04) Page 17 of 29 A -31 Amended °Policy_ on. Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section 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 ", Section 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 Meeti.nq referred to in Special Provision A -1. A -34 Precedence of Contract Documents' In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department. of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section A — SP (Revised 12115104) Page 18 of 29 A =35 City Water Facilities: Special Requirements (NOT USED) A. Visitor /Contractor Orientation Prior to performing work at any City watcr facility, thc Contractor, Visitor /Contractor Safcty Orientation Program conducted by thc City Watcr Department Personnel. A Visitor /Contractor Safcty Orientation for those persons who do- not have such a card, and who desire to information rcfcr to Attachmcnt 1. B. Operation of City Owncd Equipmcnt The Contractor shall not start, operatc, or stop any pump, motor, valve, cquipmcnt, switch, breaker, control, or any othcr itcm clated by an operator or othcr authorized maintcnancc employee of thc City Watcr Dcpartmcnt. C. Protection of Watcr Quality Thc City must dclivcr watcr of drinking quality to its cuctomcrs at all times. Thc Contractor shall protcct.thc quality of thc watcr in thc job site and shall coordinatc its work with thc City Water Dcpartmcnt to protect the quality of the water. D. Conformity with ANSI /NSF Standard Cl All materials and cquipmcnt used in thc repair, rcas.cmbly, transportation, reinstallation, and inspection of pumps, or any othcr items, which could comc into contact with potable watcr, must conform to Amcrican National Standards Institutc /National Sanitation Specifications. • thread compounds, coatings, or hydraulic equipment. Thczc items must not be used unless they conform to ANSI /NSF Standard 61 and unless immediately prior to usc. of ANSI /NSF Standard 61 approval for into contact with potable water. E=---Handling and Disposal of Trash All trash generated by thc -Contractor all Section A — SP (Revised 12/15104) Page '19 of 29 materials which could or his come cmployccc, agents, or CONTRACTOR'S ON SITE PREPARATIG than orange, blue, or white. Each employee uniform muot providc company name and individual cmploycc identification. C. Contractor ohall provide telcphonco for Contractor per:onncl. Plant tcicphonco arc not available for Contractor uoc. I. Contractor mutt not uoc any. City facility rcotroomc. Contractor m —t provide own oanitary facilitic deoignatcd by City- Watcr Department otaff. All Contractor vchicico Stevens Water Treatment Plant All evacuation. ACQUISITION) e Any work to thc computer bascd monitoring ■ e . e a.. u includco, but is not limited to, modifi ati pro, additions, changes, The Contractor or his subcontractor proposing to perform the SCADA work must be able to dcmonctratc the following: watcr and waotcwatcr induotry. 2. 'Hc has performed work on oyotcmo of c 6 ° = projects. 3. Hc has been actively engaged in thc type of work specified hcrcix for at 1caot 5 years. 5. Hc employs personnel on this Project who have oucce- ofully Section A -- SP (Revised 12/15/04) Page 20 of 29 complctcd a manufacturcr'w training couroc in configuring and implementing the opccific computcrs, RTi3C's, and software proposed for thc Contract. calibrate, and program thc syotcmc spccificd hcrcin. -- imum practic -al extent. Whcrc thio io not — practical, all cquipmcnt of a given typc will be thc product of one manufacturer. 8. Prior performance at thc O. N. Stevens Water Treatment Plant will the new work for thio Project. 9. Thc Contractor shall produce all filled out programming blocks an example of thc rcquircd programming blocks which thc City rcquires to.bc filled in and given to thc City Engineer with all changco made during thc programming phaoc. Thc attachcd ohcct io an example and is not intended to chow all of thc rcquircd ohcctc. Thc Contractor will provide all programming blocko uocd. L. Trcnching.Rcquircmcnta All trenching for thio- rrojcct at thc 0. N. Stcvens Watcr Tr atmcnt number of existing underground obstructions. No trenching machines shall be allowed on thc Projcct. A -36 Other Submittals (Revised 9/18/00) 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b. R producibles: 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. Section A — SP (Revised 12115104) Page 21 of 29 d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from the Contract Documents and any Product or system limitations which may 'be detrimental to the successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by the 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, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the Project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -15 "Arrangement and Charge for Water Furnished by the City ", add the following: Section A - SP (Revised 12/15/04) Page 22 of 29 "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions_ The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) constitute final acceptance Provision B 8 9. the improvements under Ccncral A-40 'Amendment to Section B -8 -6:. °Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B -8 -6 "Partial Estimates" is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered .to the Project worksite unless the Contractor. provides the City Engineer with documents; -satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory (NOT USED) Priming and hot mix paving operations must: not be conducted on day 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 A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and /or jobs. A -43 Amended "Indemnification and Hold Harmless"' (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -21 "Indemnification and Hold Harmless ", text is deleted in its entirety and the following is substituted in lieu thereof: Section A — SP (Revised 12/15/04) Page 23 of 29 "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 (4/26/99) Should a. change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7. /5/00) 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. 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: Horizontal and vertical dimensions due substitutions /field changes. b. Changes in equipment and dimensions due to substitutions. c. =Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. Section A- SP (Revised 12115/04) Page 24of29 A -46 Disposal of Highly Chlorinated Water (7/5/00) (NOT USED) Go' aminats in the water, particularly high levels of chlorine, will regulated by numerous agencies such as TCEQ,.EPA, ctc. It will bc tho There shall bc no separate pay for disposal of highly chlorinated for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty feet (20') of proposed pipelines of the Project, and the Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the Project, the Contractor shall excavate and expose said existing pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet O.C. maximum intervals. The Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. The Contractor shall perform no construction work on the Project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer, and Contractor has received Engineer's approval of the report. Exploratory excavations shall not be paid for separately, but shall be considered subsidiary to items that require excavations. Any pavement repairs associated with exploratory excavations shall be paid for according to the established unit price(s) for pavement repair. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. Section A — SP (Revised 12115104) Page 25 of 29 A -48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with A.E.P. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown on the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00). Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B --8 -11 nMaintenance Guaranty ", add the following: "The. Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A 59 Dcwatcring and Disposal of Cround Water As part of the Project requiremento, the Contractor shall perform ground water in emea atione and trenches iB. accordance with Tthnieal Specification Section 022021 "Control of Cround Water ". A-51 Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction Site Notice to the City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the. NOl and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal authorities, prior to commencement of any construction activities. Section A - SP (Revised 12/15/04) Page 26 of 29 The Contractor will be required to submit a Notice•of Termination (NOT) upon completion of this Project. The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A -52 Video Documentation (NOT USED) As part of thc Proj cct roquircmcnts, thc Contractor shall. perform £cction 027611 "Tcicvision Inspcction -of Conduits ". A -53 Electronic Proposal Form "General Provisions and Requirements for Municipal Construction Contracts" Section B -2 -7 "Preparation of. Proposal" is amended as follows: The bidder has the option of submitting a computer - generated print- out, in lieu of the Proposal Form (Pages 3 through 19, inclusive). The print -out shall list all bid items (including any additive or deductive alternates) contained on the Proposal Form (Pages 3 through 19, inclusive). The print -out shall be substantially in the form shown on Attachment II. If the bidder chooses to submit a print -out, the print -out shall be accompanied by properly completed Proposal Form pages 1, 2, 20, 21 and 22. In addition, the print-out shall contain the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print- out for bid items (including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. (Bidder) 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 on this print -out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts. A -54 Amended Prosecution and Progress Under "General Provision 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 • Section A —SP (Revised 12/15/04) Page 27 of 29 remobilization at a later date, the Contractor may request payment for demobilization /remobilization costs. Such casts shall be addressed through a change order to the contract." (Signature) (Title) (Date) Section A - SP (Revised 12115104) Page 28 of 29 SUBMITTAL TRANSMITTAL FORM PROJECT: ADA.Improvements Group 2 (Bond 2008) Project No. E09051 OWNER: City of Corpus Christi ENGINEER: Maverick Engineering, Inc. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITT. 25205, 25610, 25612, 25614 Concrete Design and Strength and vendor information 25205, 25404, 25412 25424 Pavement Repair - Pavement Design and vendor information 25205, 247 Pavement Repair - Base Material and vendor information 25608, 38000 Inlets used (where replaced) and vendor information 32020, Buy America Rebar and Wire Mesh used and vendor information 25807 Pavement Marking Material and vendor information 624 Ground Boxes (where replaced) and vendor information 618 Conduit Material and vendor information 682 Traffic Signal and Pedestrian Signal Heads and vendor information 687 Poles and Assemblies and vendor information 688 Pedestrian Buttons and vendor information Section A— SP (Revised 12/15/04) Page 29 of 29 AGREEMENT AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 27TH day of SEPTEMBER, 2011, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Ti -Zack Concrete, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,272,812.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ADA IMPROVEMENTS GROUP 2 (BOND 2008) PROJECT NO. E09051 (TOTAL BASE BID: $1,272,812.50) 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 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 225 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Jun -2010 ATTEST: City Secretary APPROVED AS TO LEGAL FORM: By: Asst. City Attorney ATTEST: (If Corporation) (Seal Below (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF C RPUS CHRISTI By: 4t. Juan Perales, Jr.,, .E. Assistant City Manager Public Works, Utilities, and Transportation By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Ti -Zack Concrete, Inc. By: Title: P. .CsSt^ e- 39352 2215t Ave. (Address) Le Center, MN 56057 (City) (State)(ZIP) 5071357 -6463 * 8661601 -8335 (Phone) (Fax) Page 3 of 3 Rev. Jun -2010 fa.--22:21LAUTHORIZEL, 1 C!JI C @ii..� PROPOSAL FORM FOR ADA IMPROVEMENTS GROUP 2. (Bond 2008) . PROJECT NO. E09051 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL Place: LE C , M� Date: A uG r 10 , c20! l Proposal of / .1 .Ck . C ANC> Tr p OR a Corporation organized and existing under the laws of. the State of a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: ADA IMPROVEMENTS GROUP 2 (Bond 2008) Project No. E09051 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: Page 2 of 34 ADA IPROVEMENTS GROUP 2 (Bond 2008) Project No. E09051 BASE BID PART A — LEOPARD ST ADA IMPROVEMENTS GROUP 2 - Part A LEOPARD STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST BID ITEM EXTENSION (QTY X UNIT PRICE) IN FIGURES Al 5,777.00 SF REMOVE EXISTING SIDEWALK $ 2- i $ 11,55 -° A3 A4 A5 745.00 233.00 LF REMOVE EXISTING CURB AND GUTTER SY SAW CUT AND REMOVE ASPHALT PAVEMENT 3,769.00 SF REMOVE EXISTING CONCRETE DRIVEWAY $ a5 $�11 00 o r $ g, '7075: 621.00 SF REMOVE EXISTING ASPHALT DRIVEWAY $ A6 490.00 SF REMOVE ASPHALT WALKWAY A7 122.00 LF REMOVE REFL PAVE MRKR 12" $ 603. g� A8 126.00 LF REMOVE REFL PAVE MRKR 24" $ 1316 7-� A9 3.00 EA REMOVE SM RD SN & PD (SALVAGE CUSTOM SIGN) $ /35o A10 3.00 EA REMOVE SM RD SN & PD (SALVAGE BUS STOP SIGN) 375 All 4.00 EA REMOVE SM RD SN &PD (SALVAGE TRAFFIC SIGN) Al2 110.00 LF FIBER LOGS FOR INLET PROTECTION A13 1.00 EA REMOVE ABANDONED SIGN POST A14 8,771.00 SF 4" REINFORCED CONCRETE SIDEWALK $ /a5 Page3of34 A15 1,039.00 LF 6" CURB AND GUTTER $31, 7o.�° A16 A17 317.00 0.00 LF SF TYPE A HEADER CURB CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE $ 30_ A18 3,773.00 SF 6" REINFORCED CONCRETE DRIVEWAY $ A19 232.00 SY FULL DEPTH PAVEMENT REPAIR $33957. =° $ 11(..66 A20 10.00 SMALL ROAD SIGN ASSEMBLY (SIGN SALVAGED) A21 208.00 SY SODDING I5 3,0o. °= A22 2.00 ADJUST PEDESTRIAN CROSSWALK BUTTON AND PLAQUE $ A23. 5.00 ADJUST METER, VALVE, AND CLEANOUTS bas. " A24 120.00 LF REFL PAVE MRKR 12" A25 126,00 LF REFL PAVE MRKR 24" $ . 0?04. s° A26 1.00 REMOVE AND REPLACE PARKING METER BASE COLLAR o25" A27 1.00 LS BARRICADES SIGNS AND TRAFFIC $ 3rca� TOTAL BID PART A (Items Al through A27): PART B - AYERS ST 8% ADA.IMPROVEMENTS GROUP 2 - Part B AYERS STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT B1 B2 2,716.00 333.00 SF REMOVE EXISTING SIDEWALK LF REMOVE EXISTING CURB AND GUTTER $ Page 4 of 34 B3 9 99.00 S SY S SAW CUT AND REMOVE ASPHALT $ $ /5-12 $ $ /115!________L. 84 2 218,00 S SF R REMOVE EXISTING DRIVEWAY $ $ a- -a $ $ T ?C - 5 B5 2 2.00 F FA R REMOVE SM RD SN & PD (SALVAGE 0 0250 _ TOTAL BID PART B (items B1 through B15): Page 5 of 34 PART C - TANCAHUA ST ADA IMPROVEMENTS GROUP 2- Part C TANCAHUA STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT C1 1,076.56 C2 103.66 C3 24.88 C4 70.00 C5 919.76 C6 104.49 C7 569.67 C8 23.66 C9 2.00 C10 63.12 C11 64.00 C12 1.00 SF REMOVE EXISTING SIDEWALK LF. REMOVE EXISTING CURB AND GUTTER SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ 15e- 5i8 3‘,2- $ 373.- LF FIBER LOGS FOR INLET PROTECTION SF 4" REINFORCED CONCRETE SIDEWALK $ 9 $.8 ..,777 LF 6" CURB AND GUTTER $ SF CONCRETE CURB RAMP IN/ DETECTABLE WARNING SURFACE $ 'It SY FULL DEPTH PAVEMENT REPAIR LF SMALL ROAD SIGN ASSEMBLY PREFAB PAV MRKR (12") (WHITE) (SOLID) $ $ 8o $ LF PREFAB PAV MRKR (24") (WHITE) (SOLID) sit 0.2V,12-41- LS BARRICADES SIGNS AND TRAFFIC $yro0aw TOTAL BID PART C (Items C1 through C12): Page 6 of 34 .2(9,aa9 PART D - MESQUITE ST ADA IMPROVEMENTS GROUP 2 - Part D MESQUITE STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT D1 8,378.23 SF REMOVE EXISTING SIDEWALK $ o2 $ It, 756.1-4- D2 821,07 LF REMTER EXISTING CURB AND $ 51 521 $ / Jo C. r • D3 229.12 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ /5:5 $ `3' L/ 3b. a " 04 162.73 SF REMOVE EXISTING DRIVEWAY $ d - 5 $ 3,25 316- 05 0.00 EA REMOVE EXISTING GRATE INLET : COVER $ /00 i 0. °= D6 4.00. EA REMOVE TREE $ 5°° $ o? °CO . 137 2,232.38 • LF REMOVE REFL PAVE MRKR 12" $ . $ 7 37� Y. 7L 08 844.24 LF REMOVE REFL PAVE MRKR 24" $ or• 3— $ /, •, �s D9 720.00 LF FIBER LOGS FOR INLET PROTECTION . $ /- . $ r% D 10 262.39 SF 4" REINFORCED CONCRETE SIDEWALK °ci $ 5� $ a 3 ,/ 011 : 867.92 LF ' 6" CURB AND GUTTER $ 30- —ao - $ j24,, D 3 7 012 0.00 • LF TYPE A.HEADER CURB $ 3o - $ 0. D13 9,005.65. SF CONCRETE CURB RAMP W! DETECTABLE WARNING SURFACE $ $ �f r ��0 D14 216.90 SY FULL DEPTH PAVEMENT REPAIR $ 56..°2- $ 10, &15 015 ` 7.00 EA SMALL ROAD SIGN ASSEMBLY $ V40,- $ -20cb, 016 1,582.59 LF PREFAB PAV MRKR (12 ") (WHITE) . (SOLID) $ 0' t, aq3 - $ I !, Page 7 of 34 D17 1,89 &.88 LF PREFAB PAV MRKR (24 ") (WHITE) (SOLID) $ /6 $ 3o . 2 D18 1.00 EA ADJUST MANHOLE $ 53-6. i $ 536 • ev D19 7.00 EA ADJUST GRATE INLET $• /°25-242- $ 375: =° D20 8.00. EA ADJUST UTILITY BOX $ /075 -61 $ /000, ' D21 5.00 EA ADJUST METER $ a?5 on $ ‘075: D6 D22 1.00 • EA ADJUST METAL LID $ 2515 $ /•)571151- D23 2.00 EA ADJUST VALVE $ ��� $Sd D24 025 . 1.00. .3.00 EA RELOCATE TRAFFIC SIGNAL POL{- $57600•..' $5.40en EA RELOCATE UTILITY POLE $ •0/90' $ 7500 • — D26 1.00 LS BARRICADES SIGNS AND TRAFFIC • 1 $ . 3,6)b . i 027 27:00 - LF • TRF SIG CBL (TYA)(14AWG)(A6CONDR) $ /a r+ ` $ 3aY D28 27.00 LF CONDUIT (PVC)(SCH40)(41N) 4 0E30 % . D29 3.00 EA CONDUIT (PVC)(SCH40)(4IN) $ ¥d- el-' $ • /ay. i TOTAL BID PART D .(Items D1 through D29): PART E — MORGAN ADULT EDUCATION CENTER 2Z?,. Y57 2 ADA IMPROVEMENTS GROUP 2 - Part E - ADDITIVE ALTERNATE 1 MORGAN ADULT EDUCATION CENTER ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT El 1,756.72 SF REMOVE EXISTING SIDEWALK $ 3,5t3. Page 8 of 34 E2 5167 LF REMOVE EXISTING CURB AND GUTTER. $ S $ o2-5-8, 51 E3 26.73 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ / 5 °J $ ? f E4 606.53 • SF REMOVE EXISTING DRIVEWAY $ Q $ / aI 3. - E5 221.31 LF REMOVEREFL PAVE MRKR 12" $ o� �o $ #4,.- 62 E6 210.12 • LF REMOVE REFL PAVE MRKR 24" . $ dc• $ VS3_ 7 1.00 Eq REMOVE SMALL ROAD SIGN (SALVAGE SIGN) $ /4975:w $ • /a5 .= - E8 30.00 LF FIBER LOGS FOR EROSION CONTROL $ �. y $ 3 E9 1,920.83 SF 4" RE=SIDEWALK INFORCED CONCRETE $ %• .0° $ 17, 267. E10 131..33 LF 6" CURB AND GUTTER $ 3o• $$. 3 939 E11 332.35 SF CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE p °`) • $ / $ °5 991 . . E12• 434.61 SF 6 "REINFORCED CONCRETE ❑RIVEINAY . $ /b .' • $ 3y� . E13 28.86 SY FULL DEPTH PAVEMENT REPAIR $ �O • J $ / f/Yj E14 219.36 • LF PREFAB PAV MRKR (12 ") (WHITE) (SOLID) $_ 9. % $ if 97Y-°'"/ E15 225.71. • LF PREFAB PAV MRKR (24 ") (WHITE) (SOLID) // °d $ /b' $ �`1 3L E16 1.00 LS . BARRICADES SIGNS AND TRAFFIC $( 60- $ 3,,- Ow. r' E17 1.00 EA SMALL ROAD SIGN ASSEMBLY $ 4160-14--'_ _ $ (06. y_ TOTAL BID PART E (Items El through EV): Page 9 of 34 $ `/51'6? 5 PART F — ELIZABETH ST AND 3RD ST ADA IMPROVEMENTS GROUP 2 - Part F ELIZABETH STREET NEAR 3RD STREET ITEM QUANTITY UNITS DESCRIPTION UNIT AMOUNT COST 111 824.00 104.00 SF REMOVE EXISTING SIDEWALK $ $ VB, . - REMOVE EXISTING CURB AND GUTTER $ S °%. . $ .a20 . °c? i0 SY REMOVE .e PAVEMENT F4 217.00 LF REMOVE 190.00 REMOVE • 20.00 FIBER f f- PROTECTION $ / !i REMOVE TRAFFIC ' '• 4" REINFORCED CONCRETE SIDEWALK 00 AND / • ! 522.00 CONCRETE CURB RAMP W/ cP-1—°' DETECTABLE F11 22.00 SY FULL DEPTH PAVEMENT REPAIR $ 5°- --- 110D .v- i 11 f ` 248.00 • r 2.00 EA ADJUST VALVE $ P5 V $ 0750. 22.00 SY SODDING FOR EROSION CONTROL $ /a. a—' $ 0D-0: F 16 123.00 LF TRF SIG CBL (TYA)(14AWG)(A6CONDR) $ , , - $ ' l J Page 10 of 34 F17 2 25.00 L LF C CONDUIT (PVC)(SCH40)(41N) TOTAL BID PART F (Items Fl through F22): PART G — ANTELOPE ST AND TANCAHUA ST $ 3(f, -237 >7-- ADA IMPROVEMENTS GROUP 2 - Part G ANTELOPE STREET AND TANCAHUA STREET- EAST SIDE ITEM QUANTITY UNITS DESCRIPTION UNIT AMOUNT COST • G1 264.68 SF REMOVE EXISTING SIDEWALK $ 02- 6-2-- G2 27.62 LF • REMOVE EXISTING CURB AND $ 5: S-1. $ k38:7121 • GUTTER. G3 7.03 SY SAW CUT AND REMOVE ASPHALT $ (5: gi..? $ PAVEMENT G4 321.00 LF REMOVE REFL PAVE MRKR 24" a?' -° Co,?, 422° • G5 73.60 LF REMOVE REFL PAVE MRKR 12" 02. ---- $ /0 -16-- FIBER LOGS FOR INLET / 9 (-I. 3o. e '' 2- G6 30.00 LF PROTECTION G7 27.27 LF 6" CURB AND GUTTER , 263 9 CONCRETE CURB CURB RAMP W/ c2, 3 7V- IL G8 .7 • SF ° DETECTABLE WARNING SURFACE , Page 11 of 34 Page 11 of 34 G9 7.46 SY FULL DEPTH PAVEMENT REPAIR $ - AMOUNT $ 375 ' 1,341.37 G10 1.00 EA SMALL ROAD SIGN ASSEMBLY • $ W 5 $ 4160' • 179.82 G11 317.35 LF PREFAB PAV MRKR (12 ")-(WHITE:) (SOLID) $ 5'1-' $ 'Zen, /S H3 G12 396.48 LF • PREFAB PAV MRKR (24 ") (WHITE) (SOLID) . $ /�• 6$ $ �,3y -3, r" . G13 1.00 LS BARRICADES SIGNS AND TRAFFIC $,Z Imo' $ 5600- G14 58.00 LF TRF SIG CBL (TYA)(14AWG)(A6CONDR) $ 7- > $ V06- HB G15 58.00 . LF CONDUIT (PVC)(SCH40)(4IN) . $_ I '' $ 3;0• G16 50.00 LF JACK AND BORE CONDUIT (SCH40)(4IN) $ So. i $ ;J06- - TOTAL BID PART G - (Items 01 through G16 }: PART H — COOPERS ALLEY AND MESQUITE ST ADA IMPROVEMENTS GROUP 2 - Part H. COOPERS ALLEY AT MESQUITE STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT H1 1,341.37 SF REMOVE EXISTING SIDEWALK $ d. $ 0268�- H2 179.82 LF GUTTER REMOVE EXISTING CURB AND $ 5 i $ f391' . H3 31.65 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ [cc $ 117q, H4 ` 242.76 LF REMOVE REFL PAVE MRKR 24" $ $ 055 H5 429.58 LF • REMOVE REFL PAVE MRKR 12" $ 3v $ 988 HB 40.00 LF FIBER LOGS FOR INLET PROTECTION °. o� $ - Page 12 of 34 344.47 136.60 1,185.32 SF LF SF 4" REINFORCED CONCRETE SIDEWALK 6" CURB AND GUTTER CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE $ 31.93 SY FULL DEPTH PAVEMENT REPAIR 2.00 EA SMALL ROAD SIGN ASSEMBLY $ 5b. 33.25 LF: PREFAB PAV MRKR (12") (WHITE) (SOLID) $ co $ Erb, 306.80 LF PREFAB PAV MRKR (24") (WHITE) (SOLID) 0 2.00 EA H15 1.00 LS ADJUST UTILITY BOX BARRICADES SIGNS AND TRAFFIC TOTAL BID PART 11 (Items H1 through H15): PART I - DEL MAR COLLEGE WEST CAMPUS DRIVEWAY $ $ 37 4,2?o. ADA IMPROVEMENTS GROUP 2 - Part I DEL MAR COLLEGE WEST CAMPUS DRIVEWAY ITEM • QUANTITY UNITS 11. 602.00 12 53.00 13 20.00 14 812..00 15 53.00 SF DESCRIPTION REMOVE EXISTING SIDEWALK • UNIT COST AMOUNT 407oy LF REMOVE EXISTING CURB AND GUTTER LF FIBER LOGS FOR INLET PROTECTION $/o SF 4" REINFORCED CONCRETE SIDEWALK. 7,30a LF 6" CURB AND GUTTER 3o $ Page 13 of 34 16 147.00 LF PREFAB PAV MRKR (12 ") (WHITE) (SOLID) $ q: $ 03- J1 17 177.00 LF PREFAB PAV MRKR (24 ") (WHITE) ' (SOLID) $ 4, $ e2 ,3? 18 1.00 LS BARRICADES SIGNS AND TRAFFIC $ ab. ✓ $ TOTAL BID PART 1 (Items 11 through 18): PART J - 3RD ST AND CRAIG ST $ /Z 7a- -ADA IMPROVEMENTS GROUP 2 - Part J 3RD STREET AND CRAIG STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT J1 215.00 SF REMOVE EXISTING SIDEWALK $ = $ V30< - I' J2 20.00 - LF FIBER LOGS FOR INLET PROTECTION $ / 6 $ c2°, J3 50.00 SF 4" REINFORCED CONCRETE SIDEWALK $ g _ –�— $ L/ '22" : J4 62.00 LF PREFAB PAV MRKR (12 ") (WHITE) (SOLID) $ i $ 5'$$, J5 66.00 LF PREFAB PAV MRKR (24") (WHITE) (SOLID) $ ( / $ / (}S6 . J6 240.00 SF 5" REINFORCED CONCRETE SHELTER PAD $ $ 02 %`do J7 1.00 LS BARRICADES SIGNS AND TRAFFIC $3.0co, w $ 30co- 1- TOTAL BID PART J (Items J1 through J7): Page 14 of 34 - PART K - TANCAHUA ST AND KINNEY ST TOTAL BID PART K (Items K1 through K15): Page 15 of 34 $ 078 r 3 ?? �' ADA IMPROVEMENTS GROUP 2 - Part K TANCAHUA STREET AND KINNEY STREET . ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT K1 235.00 SF 1�.P,1vlb1�C .Qi�(rffl�nj S��r(0a1 (ph 5hs�tk sy ,T p140 $ o °i $ l 7 zo- eu K2 61.00 LF REMOVE EXISTING CURB AND GUTTER $ S $ 305 °° K3 • 53.00 •. 5Y SAW CUT AND REMOVE ASPHALT PAVEMENT $ • /5-2-1- $ 7 ?5 6 K4 1,082.00 SF REMOVE EXISTING DRIVEWAY $ o{ $ 0P,169. ek' K5 1.00 EA REMOVE SMALL SIGN ASSEMBLY (SALVAGE SIGNS) $ 625 $ far, 1(6 10.00 LF FIBER LOGS PROTECTION FOR INLET $ / $ Al K7 972.00 SF • 4" REINFORCED CONCRETE SIDEWALK $ $ 8798- K8 . 167.00 LF 6" CURB AND GUTTER $ 30 -= $ .0115 ° K9 20$.00 SF CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE 9. $ ~. $ �� K10 53.00. SY. FULL DEPTH PAVEMENT REPAIR $ 5o.?-.- $ .2b5 0 K11 • 44.00 SY SODDING $ /Q • - $ 7 e K12 1.00 .EA SMALL ROAD SIGN ASSEMBLY $ 9'tc - $ . 76t0'. K13 2.00 EA ADJUST WATER METER, VALVE, CLEANOUTS $ / 5" $ oC5-0' • K14 240.00 SF 5" REINFORCED CONCRETE SHELTER PAD $ 9, fl0 $ -21‘0. K15 1.00 • LS BARRICADES SIGNS AND TRAFFIC $.3e OZ $ 5r(YX1- TOTAL BID PART K (Items K1 through K15): Page 15 of 34 $ 078 r 3 ?? �' PART L — PORT AVE AND DAVID ST ADA IMPROVEMENTS GROUP 2 - Part L PORT AVENUE AND DAVID STREET. (GUADALUPE ST) ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT L1 618.79 SF REMOVE EXISTING SIDEWALK $ 9- $ Z6)37 - L2 14.87 LF REMOVE EXISTING CURB AND GUTTER $ 592- $ 71 3--5-- L3 2.84 SY SAW CUT AND REMOVE ASPHALT PAVEMENT • $ /-5 °° $ Va, L4 20.00 LF FIBER LOGS FOR INLET $ / ----• $ ap..- L5 221.60 SF 4" REINFORCED CONCRETE SIDEWALK g °0 $ ( r / / 9‘9/. L6 15.,17 LF 6" CURB AND GUTTER $ 3o. J $ y5:57 IL L7 0.00 LF TYPE A HEADER CURB $ 3°' f $ . L8 218.30 SF . CONCRETE CURB RAMP W! DETECTABLE WARNING SURFACE $ 9 $ 119Wy ,.Z L9 3.23 SY FULL DEPTH PAVEMENT REPAIR $ .— $ /Q L10 . 1.00 EA ADJUST VALVE $ f o75 � $ . iia °- L11 • 1.00 LS BARRICADES SIGNS AND TRAFFIC $ - ��' $ 3 1_12 300.00 SF 5" REINFORCED CONCRETE . SHELTER PAD $ 9 - $ 2 760. - TOTAL BID PART L, (Items Li through L12): Page 16 of 34 $ .11( 775 a- 3 PART M - CARANCAHUA ST AND COLEMAN ST ADA IMPROVEMENTS GROUP 2 - Part M . CARANCAHUA STREET AND COLEMAN STREET . ITEM QUANTITY • UNITS DESCRIPTION UNIT COST AMOUNT M1 790.00 SF REMOVE EXISTING SIDEWALK $ .. / $ I r ra M2 153.00 LF REMOVE EXISTING CURB AND GUTTER $ 5 ' $ '7657s2 .M3 41.00 SY SAW CUT AND REMOVE ASPHALT PAVEMENT ` -. $ /5 PI $ 6 /.r ,f. M4 10.00 LF • FIBER LOGS FOR INLET PROTECTION $ ! M a� T $ M5 487.00' SF. 4" REINFORCED CONCRETE SIDEWALK $ . e ' $ x:383. M6 153.00 LF 6" CURB AND GUTTER $ .$ • 14 516. M7 263:00. SF CONCRETE CURB RAMP WL DETECTABLE WARNING SURFACE $ ',� $ 02 367 I .M8 36.00 . SY FULL DEPTH PAVEMENT REPAIR . $ $ /BOO. -62-- M9 250:00 SF 5" REINFORCED CONCRETE SHELTER PAD $ /- $ 02,;5o . -s`-‘-' M10 , 1.00 LS BARRICADES SIGNS AND TRAFFIC $ 50- . TOTAL BID PART M (Items M'I through M10): PART N - SANTA FE ST AND HANCOCK RD $ 02(; .3 o ADA IMPROVEMENTS GROUP 2 - Part N SANTA FE STREET AND HANCOCK ROAD ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT N1 140.00 SF REMOVE EXISTING SIDEWALK Page 17 of 34 N2 2 222.00 L LF R REM REMOVE EXISTING CURB AND $ $ 5,5 $ $ (, f!c N3 5 50.00 S SY S SAW CUT AND REMOVE ASPHALT $ $15-- °1-• $ $ 750_ TOTAL BID PART N (Items N1 through N19): Page 18 of 34 37, Y3) PART 0 -AYERS ST AND 7TH ST ADA IMPROVEMENTS GROUP 2 - Part 0 AYERS STREET AND 7TH STREET ITEM QUANTITY 01 02 03 04 05 06 07 08 09 175.00 76.00 88.00 100.00 76.00 22.00 727.00 120.00 1.00. UNITS LF SY SF DESCRIPTION REMOVE EXISTING SIDEWALK REMOVE EXISTING CURB AND GUTTER SAW CUT AND REMOVE ASPHALT PAVEMENT 4" REINFORCED CONCRETE SIDEWALK 6" CURB.AND GUTTER FULL DEPTH PAVEMENT REPAIR 8" REINFORCED CONCRETE BUS. PAD 5" REINFORCED CONCRETE SHELTER PAD BARRICADES SIGNS AND TRAFFIC UNIT COST $ 07 $ $.30.- w $ a $ a .P60,= $ a 46, 00 TOTAL BID PART 0 (Items 01 through 09): PART P - AYERS ST AND ROOSEVELT ST 023, n. ADA IMPROVEMENTS GROUP 2 - Part P AYERS STREET AND ROOSEVELT STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT P1 P2 250.00 17.00 SF LF REMOVE EXISTING. SIDEWALK REMOVE EXISTING HEADER CURB $ Page 19 of 34 P3 10.00 LF FIBER LOGS FOR INLET PROTECTION . $ / .. $ //y r Q1 01 P4 298.00 SF 4" REINFORCED CONCRETE SIDEWALK $ /! $ 2 68, P5 1.00. LS BARRICADES SIGNS AND TRAFFIC $ , $ eiefra� TOTAL BID PART P (Items P1• through P5): - PART Q - CARANCAHUA ST AND PARK ST ADA IMPROVEMENTS GROUP 2 - Part Q • CARANCAHUA STREET AND PARK STREET ITEM QUANTITY UNITS . DESCRIPTION . . UNIT COST AMOUNT . Q1 01 1,293.00 SF REMOVE EXISTING SIDEWALK $ 0. d $. 02.5816- Q2 249.00 • LF REMOVE EXISTING CURB AND GUTTER $ 5 f $ /' y5 -- Q3 497.00 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ y $ y js 7f, 04 • 1.00 EA REMOVE SMALL SIGN ASSEMBLY. • $ 1025 $ • g5---- Q5 40.00 LF FIBER LOGS FOR INLET • PROTECTION $ . $ Q6 376.00 SF • 4" REINFORCED CONCRETE SIDEWALK $ '7. - $ 3.38 Q7 249.00 LF 6" CURB AND GUTTER. $ 319 • : $ 7, V7o Q8 785.00 SF CONCRETE CURB RAMP WI DETECTABLE WARNING SURFACE $ $ - 7 o65, `' 09 497.00 SY FULL DEPTH PAVEMENT REPAIR $ J °, (2)- $ .92Y; 05�' Q10 1.00 EA . SMALL ROAD SIGN ASSEMBLY $ . D' $ OA= 011 1:00 LS BARRICADES SIGNS AND TRAFFIC $ 3 dm tl $ -F,451:/•• ° Page 20 of 34 278.00 194.00 58.00 257.00 LF LF SY SF PREFAB REFL PAV MRKR (12 ")(WHITE)(SOLID) PREFAB REFL PAV MRKR (24 ")(WHITE }(SOLID) SODDING 5" REINFORCED CONCRETE SHELTER PAD $ 1 — $/0� $ TOTAL BID PART Q (Items Q1 through Q15): PART R -- PORT AVE AND PEARSE $ 7 ;.J76. ADA IMPROVEMENTS GROUP 2 - Part R PORT AVENUE AND PEARSE STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT R1 674.49 .SF REMOVE EXISTING SIDEWALK $ a -- $13Y8. -9 R2 48.32 LF REMOVE EXISTING CURB AND GUTTER $ 5 $ 231. R3 10:14 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ l w $ /5a. .°- R4 20A0 LF FIBER LO.GS FOR INLET PROTECTION $ f $ °�v' R5 159.58 SF CONCRETE , 4" REINFORCED DEWALK SI $ G� < $ 1 166. . R6 15.84 LF 6" CURB AND GUTTER $ 30'' $ q7S R7 41.02 • LF TYPE A HEADER CURB. $ 30 $ 0230, kfl R8 182.56 SF CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE $ 6 6 $ !i 43, v/ R9 10.20 SY FULL DEPTH PAVEMENT REPAIR $ v $ 510 , 5 • R10 1.00 EA SMALL ROAD SIGN ASSEMBLY $ '{DU . % $ %061' c Page 21 of 34 R11 1.00 LS BARRICADES SIGNS AND TRAFFIC � '' $.1 $ 41 . AMOUNT S1 R12 383.39 SF 5" REINFORCED CONCRETE SHELTER PAD $ 1 '.- $ 3.! 5o S2 TOTAL BID PART R (Items R1 through R12): PART S - CARANCAHUA ST AND AGNES ST ADA IMPROVEMENTS GROUP 2 - Part S CARANCAHUA STREET AND AGNES STREET ITEM QUANTITY UNITS DESCRIPTION • UNIT COST . AMOUNT S1 430.00 SF REMOVE EXISTING SIDEWALK $ • $ UC0- r S2 30.00 LF REMOVE EXISTING CURB AND GUTTER S $ 150, "'=" • . S3 7.00 SY SAW CUT • AND REMOVE ASPHALT PAVEMENT $ I S l $ / aS S4 1.00 EA REMOVESMRDSN &PD $ /asp _ $ .P5-1-- S5 10:00 • LF . FIBER LOGS PROTECTION FOR INLET $ / i $ /a, •S6 280.00 SF 4" REINFORCED CONCRETE SIDEWALK $. $ S?D, °' S7 30.00 LF 6" CURB AND GUTTER cv $. 30 $ • w S8 7.00 SY ' FULL DEPTH PAVEMENT REPAIR . $ 50-3- $ 356,4,2_ S9 1.00 EA SMALL ROAD SIGN ASSEMBLY $ g(O. $� 510 255.00 SF 5" REINFORCED CONCRETE SHELTER PAD $ 9 0= $ - S..g'S"i-- Si 1 1.00 LS . BARRICADES SIGNS AND TRAFFIC $,5, COO' TOTAL BID PART S (Items 81 through S11): Page 22 of 34 $ /Q-76.-- $ PART T - MORGAN AVE AND 25T" ST ADA IMPROVEMENTS GROUP 2 - Part T MORGAN AVENUE AND 25TH STREET ITEM QUANTITY UNITS DESCRIPTION T1 296.38 T2 30.87 T3 7.04 T4 30.00 T5 65.63 T6 '30.81 T7 241:39 T8 7.51 T9 1.00 SF REMOVE EXISTING SIDEWALK LF REMOVE EXISTING AND GUTTER UNIT COST $ 09- � a 5- AMOUNT 5a 76 SY SAW CUT AND REMOVE ASPHALT PAVEMENT s 1= $ /45 LF FIBER LOGS FOR INLET PROTECTION SF 4" REINFORCED CONCRETE SIDEWALK by LF 6" CURB AND GUTTER $ u _3 SF CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE $ $ ai/7a.1 SY FULL DEPTH PAVEMENT REPAIR 3 75 LS BARRICADES SIGNS AND TRAFFIC TOTAL BID PART T (Items TI through T9): PART U PORT AVE. AND BRANNAN ST 0, ADA IMPROVEMENTS GROUP 2 -Part U PORT AVENUE AND BRANNAN STREET ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT U1 665.00 U2 1.51 LF REMOVE EXISTING CURB AND GUTTER 3,3)5._ SY SAW CUT AND REMOVE ASPHALT PAVEMENT Page 23 of 34 U3 10.00 LF FIBER LOGS FOR INLET PROTECTION $ I' !. $. /0. V1 -- U4 80.80 SF 4" REINFORCED CONCRETE SIDEWALK �0 $ .� - 7.? $ 80.53 LF r U5 6.89 LF 6" CURB AND GUTTER $ 30• ' $ 020(9- �� 21.47 SY U6 45.62 SF • CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE . $ !` r $ 7�� ` � 20.73 SF U7 11.38 SF • TRUNCATED DOME WARNING STRIP (ADHESIVE) . $ ,j5 = $ 3 q. 3`b 10.00 LF U8 1.49 SY FULL DEPTH PAVEMENT REPAIR $ 5°. $ 7 s2 201.78 • U9 1.00 LS BARRICADES SIGNS AND TRAFFIC $ 3i $ /r• V7 TOTAL BID PART U (Items U1 through U9): PART V PORT AVE AND GREENWOOD DR .1 ADA IMPROVEMENTS GROUP 2 - Part V PORT AVENUE AND GREENWOOD DRIVE ITEM QUANTITY UNITS DESCRIPTION UNIT COST AMOUNT V1 751.26 SF REMOVE EXISTING SIDEWALK $ $ J5C�2 ' 52- V2 80.53 LF REMOVE EXISTING CURB AND GUTTER $ 5 $ LIO- i �— V3 21.47 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ J 5 $ 3aa V4 20.73 SF REMOVE EXISTING DRIVEWAY $ 2 $ • /• V5 10.00 LF FIBER LOGS FOR INLET PROTECTION V6 201.78 SF 4" E REINFORCED CONCRETE $ 7- �� $ /Mo. r V7 74.13 LF 6" CURB AND GUTTER $ X)..' $ 0r 07a3- Page 24 of 34 V8 48:58 LF TYPE A HEADER CURB $ UNIT . COST $ 75, W1 V9 241.07 SF CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE $ / 1 $ a,i49 6� , W2 V10 18.67 SF 6" REINFORCED CONCRETE DRIVEWAY $ 70. 2 $ /A (7a W3 V11 19.98 SY FULL DEPTH PAVEMENT REPAIR $ 50' $ M -LIP- ____________ T W4 V12 2.00 EA ADJUST VALVE $ /; $ . ,?5o.-!-*-' V13 1.00 LS BARRICADES SIGNS AND TRAFFIC $3 ` $ 3 Cb. V14 270.00 SF 5" REINFORCED CONCRETE SHELTER PAD $ ? J• • $ 2V36: mr TOTAL BID PART V (Items V1 through V14): PART W —. TANCAHUA ST AND COLEMAN ST /(c g((.- ADA IMPROVEMENTS GROUP 2 - Part W TANCAHUA STREET AND COLEMAN STREET ITEM QUANTITY UNITS DESCRIPTION UNIT . COST AMOUNT W1 387.00 SF REMOVE EXISTING SIDEWALK cv $ $ 17 W2 53.00 LF REMOVE EXISTING CURB AND GUTTER 5 $ a' $ ��st` .- W3 13.00 SY . SAW.CUT AND REMOVE ASPHALT. PAVEMENT $ �� $ f �5 . `. W4 5.00 LF FIBER LOGS FOR INLET PROTECTION ! - $ • $ W5 193.00. 5F 4" REINFORCED CONCRETE SIDEWALK $ 9- a� 1 1737 W6 53.00 • LF 6" CURB AND GUTTER $ $. /7/ .. W7 299.00 SF CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE $ $ a �g f �- rl Page 25 of 34 W8 13.00 SY FULL DEPTH PAVEMENT REPAIR UNIT COST $ ‘55a< X1 761.03 SF REMOVE EXISTING SIDEWALK $ .2. $ L -5"a: W9 1.00 LS BARRICADES SIGNS AND TRAFFIC $ Y/ M."- $ !< " $ 5 $ 6 5 S . TOTAL BID PART W (Items Wi through W9): PART X -- HULBIRT ST AND VAN LOAN ST ADA IMPROVEMENTS GROUP 2 - Part X HULBIRT STREET AND VAN LOAN STREET ITEM QUANTITY UNITS DESCRIPTION. UNIT COST AMOUNT X1 761.03 SF REMOVE EXISTING SIDEWALK $ .2. $ L -5"a: X2 53.13 LF REMOVE EXISTING CURB AND GUTTER $ 5 $ 6 5 S . X3 13 -04 SY SAW CUT AND REMOVE ASPHALT PAVEMENT $ /c- . f- $ / 1 5. ■ X4 • 1.00 EA REMOVE SM RD SN & PD $ lad ' $ /a5 - X5 40.00 • LF FIBER LOGS FOR INLET PROTECTION $ �- $ /6 . al X6 290.49 SF S 4" REINFORCED DEWALK CONCRETE I $ _ $ ; , 6. iy_ yi X7 53.02 LF 6" CURB AND GUTTER $ JV ' $ / 590. c'-' X8 505.73 SF CONCRETE CURB RAMP WI DETECTABLE WARNING SURFACE $ 1,// $ 7l� r S7 X9 13.17 . SY • FULL DEPTH PAVEMENT REPAIR 50 $ // qq s $ b -U - X10 1.00 EA ADJUST METER t'v $ / $ /Q X11 1.00 EA ADJUST VALVE .$ PC- 42- j $ / 0)5 X12 1 -00 LS BARRICADES SIGNS AND TRAFFIC $ $ 3 -c Page 26 of 34 X13 1.00 X14 300.00 EA SMALL ROAD SIGN ASSEMBLY SF 5" REINFORCED CONCRETE SHELTER PAD TOTAL BID PART X (Items X1 through X14): PART Y — PORT AVE AND SEGREST ST ADA IMPROVEMENTS GROUP 2 - Part Y PORT AVENUE AND SEGREST STREET ITEM QUANTITY UNITS. DESCRIPTION UNIT COST AMOUNT Y1 Y2 Y3 Y4 Y5 Y6 107.27 8.14 1.78 SF LF SY REMOVE EXISTING SIDEWALK REMOVE EXISTING CURB AND GUTTER SAW CUT AND. REMOVE ASPHALT PAVEMENT 10.00 LF FIBER LOGS FOR INLET PROTECTION $ l5 $ 40.58 SF 4" REINFORCED CONCRETE SIDEWALK cv $ 7.93 LF 6" CURB AND GUTTER $9737 U Y8 Y9 Y10 94.21 1.63 1.00 SF SY EA CONCRETE CURB RAMP W/ DETECTABLE WARNING SURFACE FULL DEPTH PAVEMENT REPAIR RELOCATE TRAFFIC SIGNAL POLE 1.00 LS BARRICADES SIGNS AND TRAFFIC $` alt),'� TOTAL BID PART Y (Items Y1 through Y10): Page 27 of 34 $ /0,3-2Y =� PART AA — RTA TRANSIT STOPS -- LEOPARD ST ADA IMPROVEMENTS GROUP 2 - Part AA LEOPARD ST TRANSIT STOPS ITEM QUANTITY UNITS DESCRIPTION UNtT COST AMOUNT 7.00 7.00 7.00 1.00 950.00 1.00 EA SF LS POLE MOUNTED, SOLAR POWERED LED LUMINAIRE DECORATIVE CONCRETE BASE FOR LUMINAIRES 10' POWDER COATED STEEL POLE FOR. LUMINAIRES PREFABRICATED PEDESTRIAN TRANSIT STOP SHELTER STAMPED CONCRETE (FINISH ONLY) AT TWO (2) LOCATIONS SITE FURNISHINGS (2-6' BENCHES AND 2 -32 GAL. TRASH CAN) $1)(,)-00'1" ou S 000 021, 7ao. li 7 950.00 SF 4" REINFORCED CONC. FOR BUS STOPS .TOTAL BID PART AA (Items AA1 through AA7): PART BB — STAPLES ST CROSSING $ /7Y, boo. ADA IMPROVEMENTS GROUP 2 - Part BB STAPLES ST CROSSING ITEM QUANTITY BB1 48.00 BB2 26.00 BB3 1.00 BB4 70.00 BB5 130.00 UNITS LF DESCRI PTION DRILL SHAFT (TRF SIG POLE)(24IN) UNIT COST AMOUNT $ eVO . - $ 70 LF LS LF DRILL SHAFT (TRF SIG POLE)(361N) BARRICADES, SIGNS AND TRAFFIC HANDLING CONDUIT ( PVC)(SCH 80)(2 ") LF CONDUIT (PVC)(SCH 80)(2 ") BORE $ 08 $ AVO. :� Page 28 of 34 BB6 225.00 LF CONDUIT (PVC)(SCH 80)(4") 02 7oo, BB7 560.00 LF CONDUIT (PVC)(SCH 80)(4") BORE $ 0, '''' $ ,02,2 9-00 , cz--' .. $ 80 '-' . BB8 95.00 LF ELEC 6 ONDUCTOR C (. ) NO BARE , $ e2' t1L- BB9 190.00 LF ELEC CONDUCTOR (NO..6) INSULATED $ 02. -'7- $ q27 BB10 890.00 LF ELEC CONDUCTOR (NO. 8) • BARE $ ( .1s- $ , If 557 a- BB11 340.00 LF ELEC CONDUCTOR (NO. 8) INSULATED tf) $ . $ 13B12 2.00 .EA GROUND BOX TY D (162922) WI APRON.. $ 000,1= $ BB13 .1.00 EA. ELECTRICAL SERVICE TY T • 120/240 000 (NS) AL (E) TS (0) $ 02 COO. --(---- • $ 0) ' • BB14 6.00 -EA INS SM RD SN SUP & AM TY 10BWG (1) SA (P) $ 6c $ $/ft ....-- BB15 2.00 . EA • REMOVE SM RD SIGN SUP & AM $. /05: ---' $ BB16 . 480.00 LF PREFAB PAV MRKG TY C (W)(12")(SLD) $ 2-5 $ , BB17 . 900.00 LF PREFAB PAV MRKG TY C (W)(24")(SLD) X $ 02, — $ 0?,•076 . 6-E'' . BB18 • 470.00 LF ELIMINATE EXISTING PAV MRKG St MRKS (12IN) $ $ 23o 13B19. 555.00 LF ELIMINATE EXISTING PAV MRKG & MRKS (24IN) • $ A_.9.12, . a) r Gfr BB20 . 3.00 EA • INSTALL HWY TRF SIG (ISOLATED) (PER INTERSECTION) • • $ /6/ (c0 Y $ 30, 30, 1 - .* 200 . EA REGULATORY SIGN PANEL (R10- 23) (ON MAST ARM) - - ** • 200 EA WARNING SIGN PANEL (W11-2) (ON MAST ARM) - - ** 1.00 EA TRAFFIC SIGNAL CONTROLLER/CABINET _ ** 1.00 • EA TRAFFIC SIGNAL CONTROLLER FOUNDATION - - Page 29 of 34 ** 2.00 EA 250.W HPS LUMINAIRE - "" 2.00 EA WIND DAMPNER • - ** 4.00 HR HAWK SIGNAL SYSTEM TRAINING (4 HOUR TRAINING) - - BB21 12.00 EA BACK PLATE (12IN)(1SEC) $ ( 2 `� $ gV94, BB22 4.00 EA VEH SIG SEC (121N) LED (YEL) $ (300° 7 $ /2dd- c".• BB23 8.00. EA VEH SIG SEC (12IN) LED (RED) $ 3°0'''' $ d ft' BB24 108.00 • LF TRF SIG CBL (TYA) (14AWG)(4CO N D R) $ 1,7 $ /r)7. BB25. 415.00 LF TRF SIG CBL (TYA)(14AWG)(5CONDR) $ 1. 75- `��n r ' 8626 110.00 LF . TRF SIG CBL (TYA)(14AWG)(18CONDR) $ 3. $ 270 . / r BB27 1.00 EA INS TRF SIG PL AM (S) 1 ARM (32) LUM $ p(,&. $ OW / BB28 1.00 EA INS TRF SIG PL AM (S) 1 ARM (36) LUM $. //0°' / $ NO, . BB29 8.00 EA. PED POLE ASSEMBLY $ .77O ' $ .51W -. BB30 18.00 EA PED DETECT (2 INCH PUSH BTN)(AUDIBLE PEDESTRIAN SIGNAL UNIT) $ d0- �' r� $ o�,'OO- BB31 18.00 EA LED COUNTDOWN PEDESTRIAN MODULE $00 �j $ 7 to BB32 1.00. EA . BATTERY BACK-UP SYSTEM $ a I.-"-' $ I ar 5 • '� ** ITEMS ARE SUBSIDIARY TO BID ID BB19 TOTAL BID PART BB (Items BB1 through BB31): Page 30 of 34 ADA IMPROVEMENTS GROUP 2 (Bond 2008) Projent No. E09051 BID SUMMARY BASE BID ITEMS ADA CURB RAMP IMPROVEMENTS TOTAL BID - PART B TOTAL BID - PART C -TOTAL BID -- PART D TOTAL BID - PART F TOTAL BID - PART G TOTAL BID - PART H TOTAL BID - PART 1 RTA BUS STOP IMPROVEMENTS TOTAL BID - PART J TOTAL BID - PART K TOTAL. BID - PART L TOTAL BID - PARTM TOTAL BID - PART N ... TOTAL BID - PART O TOTAL BID - PART P TOTAL BID - PART Q TOTAL BID -- PART R TOTAL BID - PART S TOTAL BID - PART T TOTAL BID -- PART U TOTAL BID - PART V TOTAL BID - PART W 'TOTAL BID - PART X TOTAL BID - PART Y RTA SPECIAL PROJECT TOTAL 81D - PART A TOTAL BID - PART M TOTAL BID PART BB TOTAL BASE BID : g35 �- $ ab,0?2 27 $ aaa; 4'E7- 31, 23,005 . 3. Syr (290 - x'399. $ 1,775 a), 360 37, y33. 2 ,23,V9, $ (0, (01-7 $ t,c2, 37', • - . /3,898. /D,7Ir �. 79St5`� $ ray. 23 $ A $!1.3% /0,967. $ 17, 9ia . $ /0,3ay, $ �l 8%. $ 7110o- $ /6,(37 0f86 , 7r $ h a7a, 61a . s_ ADDITIVE ALTERATE ADD. ALTERNATE 1 (PART E- MORGAN ADULT ED CENTER) (Page 9) GRAND TOTAL (TOTAL BASE BID + ADD ALTERNATE 1). Page 31 of 34 g5,ys9.92 The City intends to award the contract based an lowest Total Base Bid. 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 formai 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 Enterprise Participation: The apparent low bidder shall, within five days Of receipt of bids, submit to the City Engineer, in writing, the narnes and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time �f Completion: The undersigned agrees to complete the work within 225 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): Respectfully submitted: Name: '771— Z ck Co ITT - t, Jam., By: l�.P%- G `J (SEAL- IF BIDDER IS IGN R E) I /+, a Corporation) Address: 3 35 3!;‘11-17 L A VE (P.O. Box) (Street) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete L . Cam„ Aka 54-651 (City) (State) (Zip) • �j Telephone: (5o 357 —6 dC3 Page 32 of 34 PAYMENT BOND STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: BOND No. 16056625 That Ti -Zack Concrete, Inc. of the City of Le Center , County of Le Sauer and State of Minnesota, as principal ("Principal"), and The Guarantee Company of North America USA, a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of ONE MILLION, TWO HUNDRED SEVENTY -TWO THOUSAND, EIGHT HUNDRED TWELVE AND 50/100 U.S. Dollars ($ 1,272,812.50 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH day of SEPTEMBER, 2011 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of ADA IMPROVEMENTS GROUP 2 (BOND 2008) PROJECT NO. E09051 (TOTAL BASE BID: $1,272,812.50) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 201 1) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended_ Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 7th day of October 20 11 PRINCIPAL Ti -Zack Concrete, Inc. By: Title: f7 -1-b– ATTEST: I � 1 Sec etary Address: 39352 - 221st Ave Le Center, MN 56057 Rev. Date May 2011 SURETY The Guarantee Company of North: -AmericaUSA By: `'lOmey -in -fact Jonathan Pate .. Address: 25800 Northwestern Highway, Suite 720 Southfield, MI 48075 -8410 Telephone: (248) 281 -0281 Fax: (248) 750 -0431 E -Mail: Thomas Holmes - tholmes@gcna.com Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Randy Lee Agency: Swatner & Gordon Insurance Agency, LLC Address: 500 N. Shoreline, Suite 1200 (Physical Street Address) Corpus Christi, TX 78401 -0361 (City) (State) (Zip) Telephone: (361) 883 -1711 E -Mail: rml@s-gins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 THE GUARANTEE COMPANY OF FORTH AMERICA The Guarantee Company of North America USA 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Phone: 248- 281 -0281 Fax: 248 -750 -0431 Texas Consumer Notice 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact your agent at: Pate Bonding, Ino. 1276 So. Robert St., West St. Paul, MN 55118 (651)457- 6842(P) / (651) 457- 7531(8') 3 You may call The Guarantee Company of North America USA's toll -free telephone number for information or to make a complaint at: 1 -866- 328 -0567 Ext 1040 4 You may also write to The Guarantee Company of North America USA at: 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Web: www.gcna.com E -mail: lnfo @gcna.com Fax: 248 - 750 -0431 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800 -252- 3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -91 04 Fax: (512) 475 -1771 Web: http:llwww.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una q ueja: Puede comunicarse con su agent al Usted puede Ilamar al numero de telefono gratis de The Guarantee Company of North America USA's para informacion o para someter una queja al: 1 -866- 328 -0567 Ext 1040 Usted tambien puede escribir a to The Guarantee Company of North America USA: 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Web: www.gcna.com E- mail: Info(pcna.com Fax: 248 - 750 -0431 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1 -800- 252 -3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714 -91 04 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx. us D1SPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TD I). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adj unto. CS0083 Texas Consumer Notice 1 of 1 12/2/2009 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) ) County of ) On this day of , in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that — he _ executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of in the year before me personally come(s) , a member of the co- partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and admowledges to me that he executed the same as for the act and deed of the said co-partnership. State of County of Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) Miflnres (rpP ) Le 5Givt 2. �) On this .1-1.1-k- day of 0 , in the year Poi , before me personally come(s) S 7 VE J � .i� --t-- , to me known, who, being duly sworn, deposes and says that he is the Pees e,)" of the efzem the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. ■ CHRIS TOAIT OMAS NOTARY PUBLIC- MINNESOTA Mypomassion Esping Jrrn 31 2013 • ACKNOWLEDGMENT OF SURETY Notary Public State of Minnesota ) County of Dakota ) On this 7th day of October, in the year 2011, before me personally come(s) Jonathan Pate, Attomey(s) -in -Fact of The Guarantee Company Of North America USA with whom I am personally acquainted, and who, being by me duly sworn, Guarantee Company Of North America USA company described in and which executed the within in company; and that seal affixed to the within instrument is such corporate seal and that it was affixed and that he signed said instrument as Attomey(s) -in -Fact of the said company by like order. WANDA LEE FRANZ NOTARY PUBLIC - MINNESOTA My Commission Expires Jan. 31, 2015 that he is (are) the Attomey(s ment; that he know(s) the cor order of the Board •f Directors in -Fact of The seal of such said company, THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Jonathan Pate, Thomas M. Lahl, Thomas G. Kemp Pate Bonding, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attomey is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 3151 day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s) -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attomey -in -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 313' day of December 2003, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. STATE OF MICHIGAN County of Oakland IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 21st day of October, 2010. TH GUARANTEE MPANY OF NORTH AMERICA USA Stephen C. Ruschak, Vice President //Randall -M sselman, Secretary On this 21st day of October, 2010 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2012 Acting in Oakland County Company of North America USA offices the day and year above written. te. - Ic i ynthia A. Takai I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITINESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 7th day of October , 2011 • Randall use man, Secretary STATE OF TEXAS COUNTY OF NUECES PAYMENT BOND § BOND No. KNOW ALL BY THESE PRESENTS: That Ti -Zack Concrete, Inc. of the City of Le Center , County of Le Sauer , and State of Minnesota, as principal ( "Principal "), and , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of ONE MILLION, TWO HUNDRED SEVENTY -TWO THOUSAND, EIGHT HUNDRED TWELVE AND 50/100 U.S. Dollars ($ 1,272,812.50 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH day of SEPTEMBER, 2011 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: ADA IMPROVEMENTS GROUP 2 (BOND 2008) PROJECT NO. E09051 (TOTAL BASE BID: $1,272,812.50) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the day of , 20 . PRINCIPAL SURETY By: By: Attorney -in -fact Title: ATTEST: Secretary Address: Address: Rev. Date May 2011 Telephone: Fax: E -Mail: Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Agency: Address: (Physical Street Address) (City) (State) (Zip) Telephone: E -Mail: Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF NUECES § BOND No. 16056625 KNOW ALL BY THESE PRESENTS: That Ti -Zack Concrete, Inc. of the City of Le Center , County of Le Sauer , and State of Minessota , as principal ( "Principal "), and The Guarantee Company of North America USA , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of ONE MILLION, TWO HUNDRED SEVENTY -TWO THOUSAND, EIGHT HUNDRED TWELVE AND 50/100 U.S. Dollars ($ 1,272,812.50 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH of SEPTEMBER , 2011, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: ADA IMPROVEMENTS GROUP 2 (BOND 2008) PROJECT NO. E09051 (TOTAL BASE BID: $1,272,812.50) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Performance Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended_ In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 7th day of October , 20 11 . PRINCIPAL Ti -Zack Concrete, Inc. By: Title: Address: 39352 - 221st Ave SURETY The Guarante Compa. of North America 'USA Attorney -in -fact Jonathan Pate By: Address: 25800 Northwestern Highway, Suite 720 Le Center, MN 56057 Southfield, MI 48075 -8410 (Rev_ Date May 2011) Telephone.: (248) 281 -0281 Fax: (248) 750 -0431 E -Mail: Thomas Holmes - tholmes @gcna.com Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Randy Lee Agency: Swatner & Gordon Insurance Agency, LLC Address: 500 N_ Shoreline, Suite 1200 (Physical Street Address) Corpus Christi, TX 78401 -0361 (City) (State) (Zip) Telephone: (361) 883-1711 E -Mail: rml@s-gins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 THE GUARANTEE COMPANY OF NORTH AT1ER[CA The Guarantee Company of North America USA 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Phone: 248- 281 -0281 Fax: 248 -750 -0431 Texas Consumer Notice 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact your agent at: Pate Bonding, Inc. 1276 So. Robert St., West St. Paul, MN 55118 (651)457- 6842(8) / (651) 457 - 7531(5') 3 You may call The Guarantee Company of North America USA's toll -free telephone number for information or to make a complaint at: 1 -866- 328 -0567 Ext 1040 4 You may also write to The Guarantee Company of North America USA at: 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Web: www.ocna.com E -mail: Info @gcna.com Fax: 248 - 750 -0431 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800 -252- 3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -91 04 Fax: (512) 475 -1771 Web: http:f /www.tdi.state.tx.us E -mail: ConsumerProtection@tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. CS0083 Texas Consumer Notice 1 of 1 AVISO IMPORTANTE Para obtener informacion o para someter una q ueja: Puede comunicarse con su agent al Usted puede Ilamar al numero de telefono gratis de The Guarantee Company of North America USA's para informacion o para someter una queja al: 1 -866- 328 -0567 Ext 1040 Usted tambien puede escribir a to The Guarantee Company of North America USA: 25800 Northwestern Highway, Suite 720 Southfield, Michigan 48075 Web: www.gcna.com E -mail: Info a(�ocna.com Fax: 248 - 750 -0431 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1 -800- 252 -3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714 -91 04 Fax: (512) 475 -1771 Web: http:Ilwww.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx. us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TD I). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adj unto. 12/2/2009 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) ) County of ) On this day of in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that _ he ` executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of , in the year before me personally come(s) a member of the co- partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he executed the same as for the act and deed of the said co-partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of M# NCf°C ) L - County of 6 Sl ug. On this '7 day of 0 ~re. & , in the year 3 I , before me personally come(s) , to me known, who, being duly sworn, deposes and says that he is the of the '`-F - e CPO egerE the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. CHRISTOPHER T CMAS HARIVIG NOTARY PUBUO-M1NNESOTA Cooronitsion Was .10.31,203 State of Minnesota ) County of Dakota ) Notary Public KNOWLEDGMENT OF SURETY On this 7th day of October, in the year 2011, before me personally come(s) Jonathan Pate, Attomey(s )-in -Fact of The Guarantee Company Of North America USA with whom I am personally acquainted, and who, being by me duly swim; says that he is (are) the Attorneys) -in -Fact of The Guarantee Company Of North America USA company described in and which executed the within i company; and that seal affixed to the within instrument is such corporate seal and that it was affix and that he signed said instrument as Attomey(s )-in -Fact of the said company by like order. WANDA LEE FRANZ NOTARY PU8LiC - MINNESOTA My Commission Expires Jan. 31, 2015 stniment; that he know(s) the %e• is by order of the Boa of Di ;�lr rate seal of such rs of said company, Notary Public THE GUARANTEE COMPANY OF NO RTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Jonathan Pate, Thomas M. Lahl, Thomas G. Kemp Pate Bonding, Inc. its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instruments) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31$' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s) -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney -in -fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 31st day of December 2003, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 21st day of October, 2010. STATE OF MICHIGAN County of Oakland On this 21st day of October, 2010 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. THE GUARANTEE CpMPANY OF NORTH AMERICA USA Stephen C. Ruschak, Vice President Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2012 Acting in Oakland County Company of North America USA offices the day and year above written. Cynthia A. Takai 1, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITIl1ESS WHEREOF, l have thereunto set my hand and attached the seal of said Company this .day of October . 2011 . 6/R/andall M ssel , Secretary PERFORMANCE BOND STATE OF TEXAS COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No. That Ti -Zack Concrete, Inc. of the City of Le Center , County of Le Sauer , and State of Minessota , as principal ( "Principal "), and , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of ONE MILLION, TWO HUNDRED SEVENTY -TWO THOUSAND, EIGHT HUNDRED TWELVE AND 501100 U.S. Dollars ($ 1,272,812.50 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH of SEPTEMBER , 2011, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: ADA IMPROVEMENTS GROUP 2 (BOND 2008) PROJECT NO. E09051 (TOTAL BASE BID: $1,272,812.50) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and - covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Performance Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the day of , 20 . PRINCIPAL SURETY By: By: Attorney -in -fact Title: ATTEST: Secretary Address: Address: (Rev. Date May 2011) Telephone: Fax: E -Mail: Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Agency: Address: (Physical Street Address) (City) (State) (Zip) Telephone: E -Mail: Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by Iaw or by OWNER under applicable Iaw. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING bMSION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for definitions. COMPANY NAME : � # -'., �,{kC, Cri e tc. P. O. BOX: STREET ADDRESS_ 3? . c i` S Avg CITY: LE- 1---e-et fro ZIP: �16 FIRM IS: 1. Corporation 4. Association ❑ 2. Partnership ❑ 3.Sole Owner ❑ 5. Other ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet, 1. State the names of each "employee' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 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 NJR Title 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 NO, Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter reiated 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 Page 33 of 34 CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: ST-Eve 3 Title: Pg., (Type or Print). Signature of Certifying Person: DEFINITIONS Date: -�C°t 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 substantial 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 operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person; partnership, corporation, joint stock company., joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership interest." Legal or equitable interest, whether actually or constructively held, in a firm, including When such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." "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. g. Page 34 of 34 Ago o® CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW - THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DATE (MM/DDIYYYY)- 10/05/2011 PRODUCER House of Insurance Agency, Inc. PO Box 205 LeCenter, MN 56057 CONTACT NAME: DARIAN T. HUNT PHONE EXtI: 507- 357 -2221 IAIC No E-MAIL ADDRESS: FAX 507- 357 -4940 dhuntl @frontiernet.net INSURER{S) AFFORDING COVERAGE NAIC INSURER 'A : INSURED 507-357-6463 507-357-6463 Ti -Zack Concrete Inc. 39352 221st Ave LeCenter, MN 56057 INSURER 13:St. Paul Surplus Lines Insurance Co INSURER C: Travelers INSURER D : INSURER E : INSURER F • REVISION NUMBER: 4VYCr[A..7w -- .- .... -. -. - ._____ -__ __ THIS is TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE .AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR C TYPE OF INSURANCE ADOL Sa_V SUBR p POLICY NUMBER JMMIDDIYYYYI POLICY EFF POLICY EXP {MM1DDIYYYY1_ LIMITS GENERAL LIABNJTY i - 4T- CO- 9112R714- TIL -11 09/21/2011 09/21/2012 / EACH OCCURRENCE $ 1, 000, 0 0 0 X , V COMMERCIAL GENERALLIABILITY DAMAGE TO RENTED PREMISES MaeccurrenceL . $ 300 MED EXP (Any one person) $ 5, 000 X OCCUR CLAIMS -MADE PERSONAL & ADV INJURY $ 1, 000, 000 LIMIT APPLIES PER' GENERAL AGGREGATE $i / 2,000,000 PRODUCTS - COMP/OP AGG $ 2, 000, 0 0 0 GEN'L AGGREGATE 1 POLICY I ^ _ECT I - I L.,. $ / C AUTOMOBILE UABIUTY / BA- 9112R714- 11 -CNS 09/21/2011 09/21/2012 V COMBINED detSINGLE LIMIT $ / 1, 000 , 000 X X `/ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED Ff1RED AUTOS Private Pa... X SCHEDULED AUTOS ED WMd Autos OR P.. BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ C X Owned UMBRELLA UAB E.XcESSUAB X ON $ OCCUR Cy/odium-MADE 9TSM- CUP - 91128719 AND -11 4TC- UB- 9112R714 -11 09/21/2011 - 09/21/2011 09/21/2012 09/21/ 12 EACH OCCURRENCE $ / 5, 000, D 0 0 AGGREGATE $V/ 5,000,000 DED RETENT $ C WORKERS COMPENSATION X WC STATU- TORY LIMITS OTH. ER AND EMPLOYERS' LIABILITY /EXECUTIVE YIN E.L. EACH ACCIDENT $ 500,000 ANY PROPRIETOR/PARTNER OFFICER/MEMBEREXCLUDED? N in NH) N/A E.L. DISEASE - EA EMPLOYEE $ 500,000 (Mandatory if yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500, 0 0 0 3 Pollution Liability QC05501381 09/06/2011 09/21/2012 $2,000,000 DESCRIPTION The automobile Project Project OF OPERATIONS 1 LOCATIONS 1 VEHICLES {Attach ACORD 101, Additional Remarks Schedule, if more space is required) City of Corpus Christi is named as additional insured on all general liability (GL) and all liability (AL) policies. Name: ADA Improvements Group 2 Bond 2008 Number: E09051 CERTIFICATE HOLDER CANCEL City of Corpus Christi Department of Engineering Sery Attn Contract AdminP0 Box 9277 Corpus Christi, TX 78469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPPRE�S�EJNTAA11VE ''-^` ►r ACORD 25 (2010105) ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AC4RD® AGENCY House of Insurance Agency, Inc. AGENCY CUSTOMER ID: 10 0172 6 LOC #: ADDITIONAL REMARKS SCHEDULE Page of POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Ti -Zack Concrete Inc. 39352 221st Ave LeCenter, MN 56057 EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE. Certificate of Liability Insurance COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: LTR TYPE OF INSURANCE ADDL r.IM E SUER yJVII, POLICY NUMBER JMMII]DIYYYYI POLICY EFF POLICY EXP IMMIDD/YYYYI SITS B Contractor's Professional QC05501381 09/06/2011 09/21/2012 2,000, ODD ACORD 101 (2008101) © 2008 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD /COMMERCIAL GENERAL LIABILITY 4T- C0- 9112R714 -T IL -11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This dorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance ", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance ". This endorsement shall not in- crease the limits of insurance described in Section III - Limits Of insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury ", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. CG D2 46 08 05 c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products - completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement-is, excess over any valid and collectible "other insurance ", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance'. 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 nr^ a 002639 which this insurance applies are alleged. "Suit" in- cludes: a. An arbitration proceeding in . which such damages are claimed and to which you must submit or do submit with our consent; or b. Any other alternative dispute resolution proceed- ing in which such damages are claimed and to which you submit with our consent. The following definitions are added to SECTION V - DEFINITIONS WEB SITE INJURY "Web site injury" means injury, other than "personal injury" or "advertising injury ", arising out of one or more of the following offenses: a. Oral, written or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services, provided that claim is made or "suit" is brought by a person or organization that claims to have been slandered or libeled, or Countersigned BY: COMMERCIAL GENERAL LIABILITY 4T- C0- 9112R714— TIL -11 whose goods, products or services have allegedly been disparaged; b. Oral, written or electronic publication of material that appropriates a person's likeness, unreasona- bly places a person in a false light or gives unrea- sonable publicity to a person's private life; c. Oral, written or electronic publication of material that violates a person's right of publicity, provided that claim is made or "suit" is brought by the per- son claiming rights of publicity; or d. Infringement of copyright, title or slogan, provided that claim is made or "suit" is brought by a person or organization claiming ownership of such copy- right, title or slogan. YOUR WEB SITE "Your web site" means all computer files and data which may be accessed via the Internet using a Uni- versal Resource Locator that includes any dornain name owned by or assigned to you. CG D2 34 01 05 Copyright 2005 The St. Paul Travelers Companies, inc. All rights reserved. Page 5 of 5 J 006917 -/ BA- 9112R714- 11 -CNS COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. t/ AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. B. C. D. E. F. G. BLANKET ADDITIONAL INSURED EMPLOYEE HIRED AUTO EMPLOYEES AS INSURED SUPPLEMENTARY PAYMENTS -- INCREASED LIMITS TRAILERS - INCREASED LOAD CAPACITY HIRED AUTO PHYSICAL DAMAGE PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT A. BLANKET ADDITIONAL INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -- LIABILITY COV- ERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section !I. B. EMPLOYEE HIRED AUTO 1 The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating a covered "auto" hired or rented under a contract or agreement in that "em- ployee's" name, with your permission, while CA T4 20 07 10 H. J. K. L. M. C. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT - INCREASED LIMIT WAIVER OF DEDUCTIBLE - GLASS PERSONAL EFFECTS AIRBAGS AUTO LOAN LEASE GAP BLANKET WAIVER OF SUBROGATION performing duties related to the conduct of your business. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while perform- ing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto ". EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LIABILITY COV- ERAGE: 2010 The Travelers Indemnity Company. Ail rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO BA- 9112R714- 11 —CNS Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2) of SECTION !I — LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4) of SECTION II — LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. E. TRAILERS — INCREASED LOAD CAPACITY The following replaces Paragraph C.1. of SEC- TION I — COVERED AUTOS: 1. "Trailers" with a Toad capacity of 3,000 pounds or less designed primarily for travel on public roads. F. HIRED AUTO PHYSICAL DAMAGE The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Hired Auto Physical Damage Coverage If hired "autos" are covered "autos" for Liability Coverage but not covered "autos" for Physical Damage Coverage, and this policy also provides Physical Damage Coverage for an owned "auto ", then the Physical Damage Coverage is extended to "autos" that you hire, rent or borrow subject to the following: (1) The most we will pay for "loss" in any one "accident" to a hired, rented or borrowed "auto" is the lesser of: (a) $50,000; (b) The actual cash value of the damaged or stolen property as of the time of the "loss "; or (c) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. (2) An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss ". Page 2 of 3 (3) if a repair or replacement results in better than like kind. or quality, we will not pay for the amount of betterment. (4) A deductible equal to the highest Physical Damage deductible applicable to any owned covered "auto ". (5) This Coverage Extension does not apply to: (a) Any "auto" that is hired, rented or bor- rowed with a driver; or (b) Any "auto" that is hired, rented or bor- rowed from your "employee ", G. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION ID — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. H. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT — INCREASED LIMIT Paragraph C.2.. Limit Of Insurance, of SEC- TION III — PHYSICAL DAMAGE COVERAGE is deleted. I. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION 11I — PHYSICAL DAMAGE. COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. J. PERSONAL EFFECTS The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III -- PHYSICAL DAMAGE COVERAGE: Personal Effects Coverage We will pay up to $400 for "loss" to wearing ap- parel and other personal effects which are: (1) Owned by an "insured "; and (2) In or on your covered "auto ". This coverage only applies in the event of a total theft of your covered "auto ". No deductibles apply to Personal Effects cover- age. 0 2010 The Travelers Indemnity Company, All rights reserved. CA T4 20 07 10 Includes copyrighted material of insurance Services Office, Inc. with its permission. ■ o.mmmilm o= ■te cJ- u�� r ^� er^∎ 006918 K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III -- PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered 'auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under a ny war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss ". L. AUTO LOAN LEASE GAP The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Auto Loan Lease Gap Coverage for Private Passenger Type Vehicles In the event of a total "loss" to a covered "auto" of the private passenger type shown in the Schedule or Declarations for which Physical Damage Cov- erage is provided, we will pay any unpaid amount due on the lease or loan for such covered "auto" less the following: (1) The amount paid under the Physical Damage Coverage Section of the policy for that ''auto"; and Countersigned By 13-(4,a;-. CA T4 20 07 10 COMMERCIAL AUTO BA_911 2R714- 11 —CNS (2) Any: (a) Overdue lease or loan payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not returned by the les- sor; (d) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (e) Carry -over balances from previous loans or leases. M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract exe- cuted prior to any "accident" or "loss ", pro- vided that the "accident" or "loss" arises out of the operations contemplated by such con- tract. The waiver applies only to the person or organization designated in such contract. © 2010 The Travelers indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc. with its permission. ,0_....• w " ..wr^ ■ 002618 POLICY NUMBER: 4T-00-9112R714-TI L-11 11 ISSUE DATE: 09-28-11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. \i DESIGNATED ENTITY- EARLIER NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies Insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE DO NOT RENEW (Nonrenewal): Number of Days Notice: 30 NAME: CITY OF CORPUS CHRISTI DEPT OF ENGINEERING SERVICES ADDRESS: ATTN : CONTRACT ADMIN PO BOX 9277 CORPUS CHRISTI TX 78469 -9277 A. For any statutorily permitted reason other than nonpayment of premium, the number of days re- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this Insurance, is in- creased to the number of days shown in the SCHEDULE above, B. For any statutorily permitted reason other than nonpayment of premium, the number of days re- quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this Insurance, or as amended by any Countersigned By: IL T3 54 03 98 C. applicable state When We Do Not Renew (Nonrenewal) endorsement applicable to this In- surance, is increased to the number of days shown in the SCHEDULE above. We will mall notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at least the Num- ber of Days indicated above before the effective date -to our action. Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 Mmilmm dssommm m IMOMMEr ••■• �Yw )02819 POLICY NUMBER: BA- 91128714- 11 -CNS V ISSUE DATE: 09--28 -11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -- EARLIER NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE DO NOT RENEW ( Nonrenewal): Number of Days Notice: 30 NAME: CITY OF CORPUS CHRISTI DEPT OF ENGINEERING SERVICES ADDRESS: ATTN: CONTRACT ADMIN PO BOX 9277 CORPUS CHRISTI J TX 78469-9277 A. For any statutorily permitted reason other than nonpayment of premium, the number of days re- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this Insurance, is in- creased to the number of days shown In the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days re- qulred for notice of When We Do Not Renew ( Nonrenewal), as provided in the CONDITIONS Section of this Insurance, or as amended by any Counter Signed BY: 1LT3540398 applicable state When We Do Not Renew (Nonrenewai) endorsement applicable to thls in- surance, is increased to the number of days shown in the SCHEDULE above. C. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at feast the Num- ber of Days Indicated above before the effective date to our action. Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT =990611 (A) POLICY NUMBER: 4TC -UB- 911 - 28714 -11 NOTICE OF CANCELLATION Except for non - payment of premium by you, we agree that no cancellation or limitation of this policy shall become effective until the number of day's written notice specified in item 2 of the Schedule has been mailed to you and to the person or organization designated In item 1 'of the Schedule at the address indicated. SCHEDULE 1. Name: City of Corpus Christi Dept of Engineering Services Atttn Contract Admin Address: PO Box 9277 Corpus Christi, TX 78469-9277 2 plumber -cf- Days - Written ledge:. 30—Additional-Days 1 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 9:21-11 indorsement No. Insured Ti-ZaCk i oncrete Inc Premium $ Insurance Company Countersigned by DATE OF ISSUE: ST ASSIGN: Pagel of 1 TRAVELERS? WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 0611 (A) POLICY NUMBER: ITC —UB-- 911 -2R 719 —11 NOTICE OF CANCELLATION 4� . Except for non- payment of premium by you, we agree that no cancellation or limitation of this policy shall become effective until the number of day's written notice specified in item 2 of the Schedule has been mailed to you and to the person or organization designated in item 1 of the Schedule at the address indicated. SCHEDULE 1. Name: City of Corpus Christi Dept of Engineering Services Attn Contract Adman Address: PO Box 9277 Corpus Christi, TX 78469-9277 2. Nw ber- of-Day V- atten Alatice - Q-- Addttlonal -flays This endorsement changes the policy to which it is attached and Is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement E f f e c t i v e 9 _ 21 _ 11 lEndorsement No. Insured Ti— ok r oflcrete Ind Premium$ insurance Company Countersigned by DATE OF ISSUE: ST ASSIGN: Page 1 of 1