Loading...
HomeMy WebLinkAboutC2012-118 - 3/20/2012 - Approved2012 -118 3/20/12 M2012 -054 Grace Paving & Construction, Inc. S P E C I A L P R O V I S I ,, !.V S P E C I F I C A T I O N S ' A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND .2008) engineers 1 architects 1 contractors TBPE FIRM NO. F -366 801 Navigation, Suite 300 Corpus Christi; Texas Phone: 361- 883 -1984 Fax: 361 -883 -1986 j 4'49f4i:t /x0.q4.91 ;II9, a* *vex..****nnf6Rlseo!e. Y. $ A& �{f Y•11yp•f! E�f.l+•f ..I 44 19 ft•' a te FOR City of Corpus Christi DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/826 -3501 7 aompanwswpw*Ilatvd...esMel...77MM4m= PROJECT NO: 6493 analeprnmonwknirmirommdrittmwrrInruosaltlanlant DRAWING NO: 8 O: TR 818 ... (Revised 6/27/991 WOOLDRI.DGE ROAD FROM RODD FIELD ROAD TO Qtr, BEC DRIVE (BOND 2 00 8 ) PROJECT ibib. 6493 . T . REVISED Table of Contents — A -3 Description of Project A -4 Method of Award /Explanation of Bid Items A -5 items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A-7 Workers Compensation Insurance Coverage A -6 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates A -11. Cooperation with Public Agencies A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A -17 Field Office A-18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A-�20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 .Inspection Required A-24 Surety Bonds A 25 Sales Tait Exemption (NO LONGER APPLICABLE) (6/11/98) A -26 •Supplemental Insurance Requirements A- 24sperr.i.l.ity for Damage Clnima (MDT USED) A -28 Considerations for Contract Award and Execution A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 Mork A -34 Precedence of Contract Documents NOTICE TO BIDDERS NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS -- B Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -i Time and Place of Receiving Proposals/Pre-Mid Meeting A-2 Definitions and Abbreviations A -36 Other Submittals (NOT USED) (NOT) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities i 39 Certificate of Occupancy and Final Acceptance (NO1 USED) A -40 Amendment to Section B -8 --6: Partial Estimates A -41 Ozone Advisory A-42 OSHA Rules & Regulations REVISED Table of Contents Fags 1 of 5 Addendum No. 1 Attachment No. t Page 1 sat 5 A -43 .Amended Indemnification & Hold Harmless (9/9B) A-44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre- Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A -51 Electronic Submittal of Bids — A -52 Value Engineering A -53 Dust Control A -54 Dewatering and Disposal — ATTACHMENTS 1 - Project Sign 2 - Electronic Bid PART B - GENERAL PROVISIONS PART C FEDERAL WAGE RATES AND REQUIREMENTS (REVISED FOR HIGHWAY CONSTRUCTION) PART S - STANDARD SPECIFICATIONS Section 022020 Excavation and Backfill for Utilities and Sewers Section 022.022 Trench Safety Section 022100 Select Material Section 026202 Hydrostatic Testing of.Pressure System (S -89) Section 026206 Ductile Iron Pipe and Fittings (S -81) Section 026210 Polyvinyl Chloride Pipe (S --83) Section 026214 Grouting Abandoned Utility Lines (S -3) Section 026402 Water Pipe (S -88) Section 026404 Water Service Lines (5-87) Section 026409 Tapping Sleeves and Tapping Valves (S --84) Section 026411 Gate Valves for Water Lines Section 026416 Fire Hydrants Section 026602 Sanitary Sewer Force Maim (S -69) Section 027203 Vacuum Testing of Manhole Section 027602 Gravity Sanitary Sewers (S -61) Section 027604 Disposal of Waste Frogs Sanitary Sewer Cleaning Operation Section 027610 Televised Inspection of Conduits Section 027614 Cured in Place Pipe (CIPP) for Rehabilitation of Gravity Sewer Section 030020 Portland Cement Concrete Section 032020 Reinforcing Steel. (S -42) Section 038000 Concrete Structures (S -41) Section 055420 Frames Gates Rings and Covers PART T - TECHNICAL SPECIFICATIONS 100 Preparing Right of May 105 Removing Stabilized Base and Asphalt Pavement 110 Excavation 132 Embankment 150 Blading 162 Sodding for Erosion Control 164 Seeding for Erosion Control 166 Fertilizer. 168 Vegetative Watering REVISED Table of Contexts Page 2 of 5 Addendum No. 1 Attachment No, 1 Page 2 of 5 204 Sprinkling 210 Rolling 216 Proof Rolling 247 Flexible Base 300 Asphalts, Oils, and Emulsions 301 Asphalt Antistrippirig Agents 302 Aggregates for Surface Treatments 310 Prime Coat 314 Emulsified Asphalt Treatment 316 Surface Treatments 320 Equipment for Asphalt Concrete Pavement 340 Denise- Graded Hot Mix Asphalt (Method) 400 Excavation and Backfill for Structures 420 Concrete Structures 421 Hydraulic Cement Concrete 424 Precast Concrete Structures (Fabrication) 427 Surface Finishes for Concrete 432 Riprap 440 Reinforcing Steel 440 -001 Reinforcing Steel (Revision) 462 Concrete Box Culverts and Storm Drains 464 Reinforced Concrete Pipe 465 Manholes and Inlets 496 Removing Structures 500 Mobilization 502 Barricades, Signs, and Traffic Handling 506 Temporary Erosion, Sedimentation, and Environmental Controls 528 Colored Textured Concrete and Landscape Pavers 529 Concrete Curb, Gutter, and Combined Curb and Gutter 531 Sidewalks 585 Ride Quality for Pavement Surfaces 636 Aluminum Signs 644 Small Roadside Sign Supports and Assemblies 662 Work Zone Pavement Markings 666 Refiectorized Pavement Markings 672 Raised Pavement Markings 677 Eliminating Existing Pavement Markings 678 Pavement Surface Preparation for Markings 5121 Geogrid Base Reinforcement 6007 Removing Traffic Signals 6011 Testing, Training, Documentation, Final Acceptance and Warranty 6013 Electronic Components 6038 Portable Changeable Message Sign T-027200 Control of Wastewater Flows - Bypassing T- 027205 Glass - Fiber Reinforced Polyester (FR?) Manholes PART .W - DRAWINGS 1 Cover Sheet 2 Legend 3 Location Map 4 General Votes & Testing Schedule 5 General Notes 6 Estimated Quantities 7 Typical Street Sections 1 OF 2 8 Typical Street Sections 2 OF 2 REVISED Table of Contents Page 3 of 5 Addendum No. 1 Attachment No. 1 Page 3 of 5 9 Alignment Data & Control Layout 10 Removal Summary 11 Construction and Traffic Control Notes 12 Construction Sequence Typical Sections 13 Advance Warning Signs At Project Limits 14 Construction Sequence Layout 15 Construction Sequence Detour 16 Traffic Control Plan Step 2 - 1 of 1 17 Traffic Control Plan Step 3 - 1 of 2 18 Traffic Control Plan Step 3 - 2 of'2 19 Traffic Control Plan Step 4 - 1 of 2 20 Traffic Control Plan Step 4 - 2 of 2 21 Traffic Control Plan Step 4 - (SUB-STEP) Sheet 1 of 1 22 Traffic Control Plan Step 5 - 1 of 2 23 Traffic Control Plan Step 5 -- 2 of 2 24 Existing Wastewater Basemap 25 Existing- Water Basemap 26 Existing Storm Water Basemap 27 Existing Gas Basemap 26 Utility Plan and Profile MH #€15088 to MH #15119 29 Utility Plan and Profile STA 0 +00 TO STA 5 +25 30 Utility Plan and Profile STA 5 +25 TO STA 10 +50 31 Utility Plan and Profile STA 10+50 TO STA 15 +75 31A Water Line Tie -in Detail 32 Drainage Area Map 1 of 3 33 Drainage Area Map 2 of 3 34 Drainage Area Map 3 of 3 35 Storm Water Plan and Profile STA 0 +00 TO STA 5 +25 36 Storm Water Plan and Profile STA 5 +25 TO STA 10 +50 37 Storm Water Plan and Profile STA 10 +50 TO STA 15 +75 37A Storm Water Plan and Profile STA 15+75 TO STA 19 +50 38 Storm Water Plan and Profile Outfall 39 Storm Water Laterals 40 Street Plan and Profile STA 0 +00 TO STA 5 +25 '41 Street Plan and Profile STA 5 +25 TO STA 10 +50 42 Street Plan and Profile STA 10 +50 TO STA 15 +50 43 Street Plan and Profile STA 15 +50 TO STA 19 +50 44 intersection Detail & Traffic Signal Relocation - Rodd Field Road And Wooldridge Road 45 Standard Water Details 1 of 5 46 Standard Water Details 2 of 5 47 Standard Water Details 3 of 5 48 Standard Water Details 4 of 5 49 Standard Water Details 5 of 5 50 Sanitary Sewer Standard Details 1 of 5 51 Sanitary Sewer Standard Details 2 of 5 52 Sanitary Sewer Standard Details 3 of 5 53 Sanitary Sewer Standard Details 4 of 5 54 Sanitary Sewer Standard Details 5 of 5 `mm 55 Miscellaneous Details 1 of 4 56 Miscellaneous Details 2 of 4 57 Miscellaneous Details 3 of 4 58 Miscellaneous Details 4 of 4 . 59 Storm Water Standard Details 1 of 2 60 Storm. Water Standard Details 2 of 2 61 Single Box Culvert Miscellaneous Details SCC-MD, SCP-MD REVISED Table of Contents Page 4 of S Addendum No. 1 Attachment No. 1 Page 4of5. 62 Single Box Calvert SCC -7, SCP -7, SCC -8, SCP -8 63 Horizontal Inlet Type H with Grate (MOD) 1 of 2 64 Horizontal Inlet Type H with Grate (MOD) 2 of 2 64A Horizontal Inlet Type H with Grate 65 Residential Driveway Details 1 of 2 66 Residential Driveway Details 2 of 2 67 Commercial Driveway Details 1 of 2 68 Commercial Driveway Details 2 of 2 69 Pedestrian Facilities PED -05 Sheets i - 4 70 ADA Curb Ramp Details 71 Sign Layout 1 of 2 72 Sign Layout 2 of 2 73 Traffic Sign Requirements TSR(4) -08 74 Sign Mounting Details SMD (GEN) -08, SMD(SLIP- 2) -08, SMD(TWT) -08 75 Pavement Markings Layout 1 of 2 76 Pavement Markings Layout 2 of 2 77 Pavement Marking Details PM(1) -03 - PM(4) -03 78 Pavement Marking PM (5)- 01(Words) PM (6)- 01(Arrows) 79 Stornt Water Pollution Prevention Plan 1 of 2 80 Storm Water Pollution Prevention Plan 2 of 2 81 Pollution Control Measures Erosion Control Log 82 Pollution Control Measures EC (2) -93 83 Pollution Control Measures EC (3) -93 84 Erosion Crntr61 Measures Mary Carroll Channel 85 Environmental Permits Issues and Commitments (EPIC) Sheet 1 of 2 86 Environmental Permits Issues and Commitments (EPIC) Sheet 2 of 2 87 Barricade and Construction Details BC(1) -07 - BC(4) -07 Sheet 1 of 3 88 Barricade and Construction Details BC(5) -07 - BC(8) -07 Sheet 2 of 3 89 Barricade and Construction Details BC(9) -07 - .BC(12) -07 Sheet 3 of 3 90 Traffic Control Plan Typical Details TCP (2 -1) -98 TCP(2 -2) -03 TCP(2-4)-03 TCP(2- 5) -.03 91 Traffic Control Plan Mobile Operations TCP (3 -1) -98 TCP (3--3) -98 92 Work Zone, Traffic Control, Signing for Uneven Lanes WZ(STMp) -03, WZ(TD) -03, WZ(UL) -03 93 Mailbox Support /Foundation Connecting Details /Mounting & Spacing MB -06(1) APPENDIX A - GEOTECBNICAL INVESTIGATION NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT ( REVISED? ADS NO. 1) PERFORMANCE BOND PAYMENT BOND REVISED Tattle of Contents Page 5 of 5 Addendum No. 1 Attachment No. 1 Page 5 of 5 NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008) ; PROJECT NO. 6493; this project consists of (approximately) 12,810 square yards of roadway excavation, 24,380 square yards of flexible base, 11,570 square yards of HMAC, 25,620 square yards of geo- grid, 2,726 linear feet of curb and gutter, 13,265 square feet of concrete sidewalk, 787 linear feet of 18 " -24" RCP; 1,842 linear feet of concrete box culvert, curb inlets, 343 linear feet of 12" CIPP rehab wastewater line, 300 linear feet of 12" PVC wastewater line, proposed 5' diameter manholes, 1,352 linear feet of 8" & 12" PVC waterline and associated fittings, fire hydrant assemblies, ADA improvements; in accordance with the plans, specifications, and contract documents. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, January 11, 2012 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday, January 4, 2012 beginning at 10:00 a.m. The pre -bid meeting will convene at the Engineering Services Main Conference Room, 3rd Floor, City Hall, 1201 Leopard Street. The pre -bid meeting will be conducted by the City and will not include a site visit. No additional or separate visitations will be conducted by the City. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids.. Plans, proposal forms, specifications and contract documents may be procured from the .City Engineer upon a deposit of 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 anon- refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO BIDDERS 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 / 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 $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT • REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section 5 -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED age 1 0 t =The City of Corpus Christi trust be named as an additional insured on all coverages except worker's compensation liability coverage. GThe name of the project must be listed under "description of operations " -on each certificate of insurance. ❑For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance •requirements, please contact the Contract Administrator at 826 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS — B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor --A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement— A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.496 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 tabor, 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: (I) 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 conunission 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 1 I (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (I) 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 aay 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 ofthe 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 ofthe 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 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House 13ill 1089, 74th Legislature, 1995, §1.20). TMs subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The lmv 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 verify Whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate,- A copy of a certificate of insurance, a certificate of authority to self :inszrre issued by the commission, or a coverage agreement (TWCC-81, TWCG 82, TWCC -83, or TWCC-84), showing statutory workers' compensation insurance coverage for- t-he person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time front the beginning of the work on the project until the contr actor's/per son's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and fling 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 front each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. Q. 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 ofcoverage of any person providing services on the project. H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers` Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may ver fy coverage and report lack ofcoverage. 1. The contractor shall contractually require each person with whom it contracts w provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project; a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain front 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 ofcoverage, prior to the end of the coverage period, if the coverage period shown on the current certificate ofcoverage 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) notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of tiny change that materially affects the - provision ofcoverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the -contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Se f Page 10 of 11 Insurance Regulation. Providing false or misleading i1 formation 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 act 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 governtrrental entity. Page 11 of 11 PART A - S PE C 1AL PROVISIONS Lam._ WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008) PROJECT NO. 6493 SECTION A - SPECIAL PROVISIONS A -1 Time and'Place of Receivjiag Proposals /Pre -Bid Meeting Sealed proposals will be • received in conformity with the official advertisement inviting bids for the project Proposals will be received in the office of the City Secretary, located on the first floor of City Hall., 1201 Leopard Street, until 2:00 p.m., Wednesday, January 11, 2012. 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 -- WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008) PROJECT NO. 6493 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non - responsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday, January 4, 2012 beginning at 10 :00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. The pre -bid meeting will be conducted by the City and will not include a site visit. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008); PROJECT NO. 6493; this project consists of (approximately) 12,810 square yards of roadway excavation, 24,380 square yards of flexible base, 11,570 square yards of HMAC, 25,620 square yards of geo -grid, 2,726 linear feet of curb and gutter, 13,265 square feet of concrete sidewalk, 787 linear feet of 18 " -24" RCP, 1,842 linear feet of concrete box culvert, curb inlets, 343 linear feet of 12" CIPP rehab wastewater line, proposed 5' diameter manholes, 1,352 linear feet of 8" & 12" PVC waterline and associated fittings, fire hydrant assemblies, ADA improvements; in accordance with the plans, specifications, and contract documents. A -4 Method of Award The bids will be evaluated based on the following, subject to availability of funds: 1. Total Base Bid 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. Section A - SP (Revised 12/15/04) Page 1 of 24 A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008); PRO.7ECT NO. 6493, 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 270 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, SIX HUNDRED DOLLARS ($600.00) 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. 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. Section A - SP (Revised 12/15/04) Page 2 of 24 ,A-.9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure .to acknowledge receipt, and a subsequent interpretation of non- receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7 /5/00) Labor preference and wage rates for Heavy & Highway construction. In c cc of 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 s ±ritted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional - requirements concerning the proper form and content of the payroll submittals.) - One and one -half (1%) times the specified hourly wage must be paid for all hours worked in excess of 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 mien -work is 'anticipated to proceed in the Vicinity .of any facility by using the 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 telephorxe numbers are listed. - City Engineer Project Engineer LNV ENGENDERING Dan S. Leyendecker, P.E. Ruben T. Perez, Jr., P.E. Antonio Saenz, III., P ;E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department • Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP S B 'C /At&T City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision CSI (Fiber Optic) 826 -3500 883 -1984 883 -1984 883 -1984 826 -3547 886 -2600 826 -1881 826 -1800 885 -6900 826 -1881 826 -3461 826 -1970 1- 877- 373 -4858 881 -2511 (1- 800 - 824- 4424,after hours) 883 -1986 (fax). 883 -1986 (fax) 883 -1986 (fax) (826 -1888 after hours) (826 -1888 after hours) (885 -6900 after hours) (826 -1888 after hours) 826 -1946 857 -5000 887 -9200 826 -3547 (857 -5060 after hours) (Pager 800 -724 -3624) Section A - 8P (Revised 12/15/04) Page 3 of 24 EMC (Fiber Optic) Choicecan (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 813 -1124 (Pager 888 - 204 -1679) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972 -753 -4355 A -12. Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities,. etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at. his own expense. In the event of damage to underground .utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price.. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flamed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. . Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to .cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control shall be as shown in the proposal. 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. Section A - SP (Revised 12 /15/04) Page 4 of 24 Streets and curb line must be cleaned at the end of the work day or more . frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways.must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc. are shown in the removal summary and paid for as shown in the proposal. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. This item shall be considered subsidiary to the appropriate bid items. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on 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. The detailed updated construction progress schedule shall be submitted with the monthly pay request. Section A - SP (Revised 12 /15/04) Page 5 of 24 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, $600.00 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 to the Contractor the amount of liquidated damages due to the City from the monthly pay estimate. Days Allocation for Rain The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the nearest location is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days Pebruary 3 Days June 4 Days October 4 Days March 2 Days July . 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes- Engineering Services to coordinate As -Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, O&M manuals. (in electronic format as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d) submitted (8) Final. Acceptance Memorandum prepared by Administrative Assistant. (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork. Section A - SP (Revised 12 /15/041 . Page 6 of 24 (10) Administrative Asst. submits to director of Engineering Services /Operating Department Head for approval and forwarding to Asst. City Manager. (11) Final Acceptance memo returned from Asst. City Manager. (12) Authorization for payment (AFP) prepared and submitted to Accounting Department. (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter. to Contractor informing him or her when one -year warranty date begins (Acceptance Memorandum). City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control paints can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant .Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Survey or in house (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party or in house Surveyor and certify compliance to any regulatory permits. Section A - SP (Revised 12/15/04) Page 7 of 24 Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; Water: • All top of valves box; • Valves vaults rim; te Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Caoing cicvationo (top of pipc and flow line) (TXDOT and RR perm.ito) . 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 2 Project signs as furnished by the City, and as indicated on the following drawings (Attachment 1, BOND 2008 Project Sign). The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of. the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Section A - SP (Revised 12/15/04) Page 8 of 24 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association. or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks,. Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively .manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or.interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or.interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total . profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned . and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Section A - SP (Revised 12/15/04) Page 9 of 24 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 50.096 interest, shall be deemed equivalent to having minority participation in 25.Os of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection appli able. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. Section A - SP (Revised 12/15/04) Page 10 of 24 A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved, Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10$) 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 (10s) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NO LONGER APPLICABLE) Section B 6 22, Tax Exemption Proviaion, is deleted in itz entirety and the following oubctitutcd in lieu thcrcof. Contraeto for improvements to real property awarded by the City of Cerpus Contractor ciccto to operate under a ocparatcd contract as defined by.Sec.tion 3.291 of Chapter 3, Tax Administration of Title 34, Public Finance of thc Tcxaa Adminiotrativc Codc, or such other rulco or regulations ac may be promulgated by 1. Obtain the neccaoary salco tax permito from thc State Comptroller.' ZZ Chargco" in thc propooal form thc coot of matcrialo phyoi ally incorporated into the Project. 3. Provide rcoalc certificates to aupplicro. 1.. Provide thc City with copics of material invoices to oubotantiatc thc propooal value of matcrialo. pay for all Salco, Exci.,c, and U -c Taxed applicable to thic Project. Section A - SP (Revised 12/15/04) Page 11 of 24 certificate to his supplier. A -26 Supklemental insurance Requirements For each insurance coverage provided in accordance with Section. B -6 -i1 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: • In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that. the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of. the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -il of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on. Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section S -6 -l1 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against-and hold it and them harmless from any and all. lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or. any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) amended to include:- Section A - SP (Revised 12/15/04) Page 12 of 24 Cwt - ractor must provide Builder's Risk or Installation Fleater insurancc covcragc for thc term of thc Contract up to and including the date the City 1 coverage must be an "All Rink" form. Contractor must pay all coot.., incurtd on any policies providing ouch 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 who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Section A - SP (Revised 12/15/04) Page 13 of 24 Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of. this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet .said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an 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; Section A - SP (Revised. 12 /15/04) Page 14 of 24 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; S. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning' Considerations for Contract Award and Execution and • the Contractorrs Field Administration Staff. 9. • Documentation as required by Special Provision A -35 -K, if'applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard, Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section a - SP (Revised 12/15/04) Page 15 of 24 A -35 City Water Facilities: Special Requirements (NOT USED) A. Vioitor/Contra.ctor Orientation Visitor Contractor Eafcty Orientation rrogram eenductcd by thc City for those persons who do not have such a ard, and idle de-sirc to information rcfcr to Attachmcnt 1. The Contractor ohall not °tart, operate, or atop any pump, motor, valve, equipment` °witch, breaker, control, or any other item rebated an operator or othcr authorised maintenance employee of the City Watcr Department. C. Protection of Water Quality all times. The Contractor :shall protect the quality of thc watcr in the job site and °hall coordinate its work with thc City Water Department to protect the quality of the- - -. D. Conformity with ANSI/NSF Standard 61 All matcrialo and equipment uacd items, which could comc into contact to .lmcrican National Standards Bpccificationo. in the repair, r aoocmbly, with potable watcr, must con erm Institute /national Sanitation thread compounds, coatings, er hydraulic eft. -These items muot not be uacd unleaa they conform with ANSI /NSF Standard 61 and unlcoa ouch item° are inapectcd on the aitc by authorised City peroonncl of ANCI /NCF Standard 61.appr -oval for -all matcrialo into contact with potablc watcr. which could comc All traoh gcncratcd by thc Contractor or his employees, agent.,, or oitc . Blowing traoh will not be allowed. The .Contrae-ter shall keep work areas cloon at all time and rcmovc all trash daily. Section A - SP (Revised 12/15/04). Page 16 of 24 CONTRACTOR'S ON SITE rREILRATION name and- individual employee idcntification.. provide own nanitary faciliticn. J. All Contractor vchicico munt be parked at designated cite, as designated by City Water Dcpartmcnt staff. All Contractor vchicico vchicico are allowcd at O. N. £tcvcnc Water Treatmcnt Plant. All contractor cmployccc must not leave thc dcoignatcd conntructien area nor wander through any buildings other than for rcquircd work or ao dircctcd by City Water Dcpartmcnt perconncl during emergency evacuation. K. Contractor Qualification SCAM (SUPERVISORY CONTR0-T, AND DATA .ACQUIcIr .eN) Any work to thc computcr bancd monitoring and control nyntcm.must. be 'performed only by qualificd tcchnigal and cupervioory pe- roonncl, an ncicctionc, furnishing, hardware and /or cpccificationa. installing, software connecting, pogramming, opccificd or rcquircd by theca The Contractor or his subcontractor proposing to perform thc SCADA. 1. IIc in regularly cngagcd in thc computcr bancd monitoring and municipal wa-tcr and wastewater industry. 3. He hao bccn actively cngagcd in thc type of work spccificd 1. He cmployc a Rcgistcrcd Profcooional Engineer, a Control perform thc wor]c rcquircd by thin cpceifications. implementing thc pacific computcrc, RTUS'o, and coftwarc propoacd, for thc Contract. facility within 400 mil= of the Projcct cite to maintain, repair, calibrate, and program the systcmo spccificd herein. 7. He ohall furnish equipment which in thc product of one Section A - SP (Revised 12/15/04) Page 17 of 24 not practi al, all equipment of a given type will be the .product of one manufacturer. 8. Prior performance at the O. N. Steven; -Water Treatment Plant 9. The Contractor ohall produce all filled eat programming blocks required to chow thc programming ac needed and required, to Engineer with all changes made daring thc programming phase. L. Trenching Rcquiremcnta All trenching for this project at the 0. N. Stevens Water 'fir atmcnt number of cxi -o-ting undeaground obotrxeetiens . Ne tre ig machines shall be allowed on the project. A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when. processing Shop Drawing submittals: a. Quantity: Contractor shall submit seven (7) copies required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor 'must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of :Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Section A - SP (Revised 12/15/O4) Page 18 of 24 h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal. forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j• Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre eenstruetien 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 The issuance of a ccrtifi ate of occupancy for improvements does not constitute final acceptance of the improvements under Central Provision B 8 9. A -40 Amendment to Section B-8-62 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. Section A - SP (Revised 12/15/04) Page 19 'oi 24 A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price.indicated in the proposal. A -42 OSHA Rules & Regulations It.is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Tinder "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents; or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work .of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as- built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Section A - SP (Revised 12/15/04) Page 20 of 24 A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into .wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as T.C.E.Q., EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre- Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project at tie-in locations, possible conflict areas, and crossings which pass within twenty (20)feet of proposed pipelines of the project. The. Contractor shall survey the exact vertical and horizontal location of each existing pipeline tie -in /conflict and determine the pipeline diameter. For existing pipelines which parallel and are within ten (10) feet of proposed pipelines of the project, Contractor shall excavate and expose said existing pipelines at a maximum of 300 -feet O.C., and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at a maximum of 300 -feet O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as, the approximate station thereof, distance to the pavement centerline, elevations of the top of existing pipelines, and their diameters. Contractor shall perform no construction work on the project until. 1) all exploratory excavations have been made in their entirety, 2) the results thereof reported to the Engineer, and 3) until Contractor receives Engineer's approval of the report. Exploratory excavations shall be paid for as indicated in the proposal. Any pavement repair associated with exploratory excavations shall be considered subsidiary to the appropriate bid item. paid. Contractor shall (no separate pay) for exploratory provide all his own survey work effort excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP &L and inform construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while It shall be the Contractor's sole responsibility to provide for with regard to overhead lines whether shown in the plans or not. AEP /CP &L of his others are not. adequate safety Section A - SP (Revised 12/15/04) Page 21 of 24 A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract." A -51 Electronic. Submittal of Bids The following paragraph modifies Paragraph B-2 -7 — Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer- generated print -out, in lieu of, the Proposal (SHEETS: 1 THRU 15 OF 15), INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (2 THRU 15 OF 15). If the Contractor chooses to submit a print - out, the print -out shall be accompanied by properly completed proposal pages 2- 15. A "sample" print out is shown in Attachment 2. • In addition, the print out will contain the following statement and signature; after the last bid item: " (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other Information from this .print -out.. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print- out by the respective estimated quantities shown in the Proposa]. (Column II) and then totaling the extended amounts. (Signature) (Title) (Date)" A -52 Value Engineering The Contractor's attention is directed to paragraph B -4 -5 Value Engineering Incentive Procedures, of the General Provisions, which states: "After award of the contract, the Contractor may develop and submit, to the City Engineer, Value Section A-- SP (Revised 12 /15/04) Page 22 ,of 24 Engineering Change Proposals (VECP'S) identify potential reductions in the contract cost by effective changes to the contract plans and .specifications." Therefore, the Contractor shall fully examine the plans, specifications and contract documents, as well as, the project location, construction phase schedule in Appendix C, traffic control plans, method of award, contract calendar days and liquidated damages, and all other major items involved in the scope of the project to judge for itself the circumstances and difficulties affecting the work to be performed and obtain all information required to make an intelligent proposal. The Contractor's attention is further directed to paragraph B -2 -3 Examination of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it's proposal to the best of it's ability, as currently provided. A-53 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A -54 Dewatering and Disposal This item shall be considered subsidiary to the appropriate bid items where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. Xt is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream (Oso Bay). Testing of groundwater quality is to be performed by City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre - treatment Coordinator at 826 -1817 to obtain a "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: Wooldridge Road from Rodd Field Road to Quebec Drive (BOND 2008) PROJECT No. 6493 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Antonio Saenz, III PE, LNV, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITT APPLICABLE SPECIFICATION OR DRAWING NO° g Section A - SP (Revised 12/15/04) Page 24 of 24 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 20TH day of MARCH, 2012, 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 Grace Paving & Construction, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $2,719_,256.42 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008) PROJECT NO. 6493 (TOTAL BASE BID: $Z719,256.42) 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 270 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 _ AL FORM: By: Asst. City Attorney NEERESOT (te: •F= Person signng,for corporation 5514:10ration-inot President; tacz copy of othorizatron srgi CITY OF CORPUS CHRISTI By: i -7 Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By: Daniel Biles, P.E. Interim Director of Engineering Services CONTRACTOR Grace Paving & Construction, Inc. CAR,S t� By: Title: 4237 Baldwin Blvd. (Address) Corpus Christi, TX 78405 -3324 (City) (State)(ZIP) 361/883 -3232 * 361/883 -1296 (Phone) (Fax) 0120P-051mi II'' cotlNCIL.. --- Page 3 of 3 Rev. Jun -2010 Z SEG A Proposal • 00 PROPOS&J.A et.,471 JA) Place: 50.444p/X Date: j/0421_41 j /a, a„..2:0ci pat of 4)4A71/;11 And etigaitacizot ,a4c,. a Corporation organized and existing under the laws of the State of a Partnership or Individual doing business . 4$. TO the City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to Perforat the work xoqulred for WOOTXRIT*THROAD FROM RODD WIELD ROAD. TO WORC DRIVE MOM gooe> PROJECT NO. 6493 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: rezi:bp664,..F6tEtt "Mr It Prcpppsa:1 '!tor.R1 Par% of 16. INigabtitt. It•. 3. •tEatiirltat I Pag 2 Qt 16 1 1 WOOLDRIDGE ROAD FROM ROD) FIELD ROAD TO QUEBEC DRIVE (BOND 200 1iit) PROJECT NO. 6493 PART A - STREET IMPROVEMENTS 1 ' ' XI I III /33:D V Vfir F O DESCRIPTION 1 ONX-T. Ell=3 ' '' Al 2 26 65 p prp4ii,rig Right of Way, complete in place. per -----------,_., $15:eimip_o - Excavation (Roadway), complete in place. per A2. $ 12.,814: SY E $11241521§T___ . A3 5 572 ix e eenerete 'Reader Curb, complete in place per 3 3 10 jet, i i4Ae% A4 . ..162: a C Concrete Driveway, complete i place per #144re yard, $ $_lk../S Aluminum Sign (Type A), complete in place per $ $37315- 0 M , ,33, zi A 0 -2 Lx A6 1 11,60.0 SLY g Flexible Base. (Complete In Place) (Type A ---------„,._ mi.. A7 A A2i814 SY P r140.tib1e Base (Complete In. Place) (Type A $ 6 ill $ $• IR 43'o V mq t A8 1 1.1..,- 600. SY T Type D Rot-Mk g: Asphalt Concrete ZaVeldent $ $ 19,01 $ $.1.1-1- ri oe , A9- 1 1;4.6.00 $:Y. S intiitifIe.ci Asphalt treatment (Ease Or $. ,i c $ c;i5t4Lo0 I Ai Ci 1 11.„.600. SY. S S.eal Coat, complete in place per equate vatd... $ $. 4, (et, $ $_ 0 Veo, 00 • . All 2 2, 628 SY qeogrid %se Reinforcement (Type 1), coMplete: l lifbp $ $ ql 117(2,49 Traffic. Signal Relocation, complete in place 1 Al2 1 1 ip 00 44f !,o 00 A13 . .14 1 p Barricades, 6Igns, and Traffic. Handling., $ 1.,...., 00' POtUll Day Wrial 4 . . 0*N-et& in 01840 per s .,e , 2-7- sy si2-_ 4., .9% 17 ibo i'llt /- A ..5 7 ,, grOstructigh pdts Irieta?-led.. (Type Ai6 . .. 7B0 sy C Construction Exits Re,moved, complete in place t t34, ume.,121____ A17 5 5 EA O OtOne-Day, complete in Plat per eeChm i i 150%0D $. 51 5 1 2 ...90 1 - .._.., „ „,..,,.....**, rigit RIM 4 Prapersai. rkla Page 3 of 16 ADDERIAI NO. 1. Attacin!kett No. 7 Rikget 3 ot 16 - 1 IT T/1 IV v Oli] ITEM .011' & UI4IT 'NTT DESCRIPTION P1tXCk Ul 37PORES • B.Z. ,X' B7ek EXT TB ON, A18 .LS, Mobilization /Demobilization, complete in place per lump sum. $q3Sito+01, CV3 156 ,00 a $ ,Scg, Reflectorized Pavement Marking Type 2 (White) 4" (Broken) (90m11) , eomplete in place per linear foot. A1.9 • 573 LF $. 332..34 Reflectorized Pavement Marking Type I (White) 8" (Solid) (90mi1 ), complete in place per Linear foot. $ o TM 2120 441 LF $.37q Alf $ 4.1.0 Reflectorited Pavement Marking Type I (White) 12" ( Solid) (90mi1) , complete in place per linear foot:. Pi2I.. . 4 5 .LP _ ill 21. op A22 ' 413 :IV .lte!i:eeterized -Pavement Marking Type I (White) -24 ' (Solid) (90mil) , complete in place per. linear foot. $, �,14 - $ c 0- - 01., (1 c !. J A•23 3,-97$ LF . Reflectorized Pavement Marking Type I (Yellow 4" (Solid) (90mil), complete in place per linear foot. $ 5°0 $. 1- 1307.2 Reflectorized Pavement Marking Type I (Yellow) 4" (.Broken) (90mi1) , complete in place per linear foot. , $ , M A24 482 LF $ I.1 <L 5Z, - $ $,4S . -Refiectorazed eaveinettt Marking Type 1 (Yellow) 24" (Solid) (90mil), complete in place per linear' foot. A2:5 "1.46:1F *_ (1'2.451.cre3 A26 �3 EA Prefabricated Pavement Marking Type C (White.} (Ar±oW) , complete in place per each $ � t+ia $ .714 f 4, , f2,5 Prefabricated Pavement Marking Type C (White) (Ward), complete in place per each. $ '23o00 $ f,V7D PD 3127 6 :Ep A28 2 EA Prefabricated E. _ (0ouble 4rxow), } 1 4410,00 , .V5 a.o - -F, ftef1e.cterized Pavement Marker Type 3. -C, �iZ $ 4. ' $ 414. ADO complete in place- per each.. : !zo 1.5 8 111 ReflectOrized Pavement Marker Type II-&-h, DDS $ �+ $ Ce%..14 complete in place Per each. all 29.4 LF :Aeflectorized Pavement Marker Type T (White) eY1 � 4 "' (Solid) (90mi1) , complete in place per 4 L ( $ so., (P?' lineax foot. Refieetorized Pavement Marker Type I (:White) 16" (Lane Drop) (Solid) (9.4mi1) complete in. pace per Hine' r' foot, - $_ 4,10 •-� $. Iglk.00 A32 .�s A.33 4'0 LF iii4Oelle neou* Allowance fox. sign relocation (tool dridge Place) as directed by the lingineer, complete in place per imp aunt_ ' f? , oja -. u0 4 5 ,00,9 . -40 1 I,8 P.34 2 gA a Wooldridge Road/.Qiioboe SubdiVieien mss: 04reernfield By The Hay ").., complete in. place $ I�(1 e E 3241 •per .eaelyi . �. s a.. rpui io si Ftizm Rev if R=op09al Eplem Page 4 of 10 201404%1RO. . Attagthlkent . No 7 Page @ of 16 X1 111 iv axp VIT ITEM UNIT ......1 A PAM .4 F 3 : DESCRIPTION UNIT PRICE IS FIGURES em ,q1 Rove 404 Reptacra Rua 1.09x, complete 441 Spice Si ti, 03-TOTAL MTREET 331PROMENTE (ITEMS Al T 3yv EAU A35); tree: each. ID- WM) XI:TENSION EialltNij] Pi:op-0W- Fora Page 5 of 1.6 ADDlinCet ITO. 1 litter No 7 Page 5 of 16 $ID .CITY & ZTEMUNIT 81 6 EA. DESCRIPTION 5' Curb Inlet (Type C) (Complete), Complete in place per. each. B2 5 EA E3 3 gA ad 4 tA 5' Curb Inlet (Type C)(Modified 1) (Complete), complete in place per each -6' Curb• Inlet (Type C) (Modified II) (Complete), complete in place per each. BS • EA to 2,0.40 1' 4A 5' Curb Inlet Extension (Type E), complete in place per each. Inlet (Type H) (Grate), complete in place per each. inlet (Type H) (Grate) (Modified). complete in place per each. 4' •Storm Water Manhole (Modified) . complete in place per each. Concrete Curb and Gutter, complete in place per linear foot. Urilx 1 RICFi. IN FIGURES $;,143.0 s �4W,lei $ (p32. $3)114.04 V 1%Z•0 Vgat k' NSION' $ 2, 32,3.517 31,35 yy /fir �r $ 3,I1(,,04 s 554-1,4p Concrete Sidewa1 (Drain), complete in place per each 396 $ Utility Pavement, Repair, complete in place, per square foot. 1,550 LF Trench Safety (Storm Water) , complete in place per linear foot. 3 EA. 18 gA 815 160 LF Trench Safety (Storm Water Manholes), CO plete in place per eacht Trench Safety (Stoma Water Inlets) , complete in place per each. 18" Reinforced Concrete Pipe (Class 111), complete in place per linear, foot. $.1 »'i00 $ 1,1r) $_. 3)0310, Op 1D 733,527 $130,10 $: 77:14 24" Reinforced Concrete Pipe. (Class III), complete in place per linear foot. $ 5'4.15 tt_ospopia *0E0 Proposal radii Page 6 8f 16 AD flu NO. 2. Att .docent Na. 1 Page- 6 of 16 %R'. of - sDe -Tom STORM wATss penkoinagraTs (=Pus 8i THfD $ ;90 Fxopa$al. rid mays 7 of le L XpinitiOtIlt. 1 ilttacfumsnt No. 7 psge:7 .ot 1:4 TI - III iii. y tab XVEM QTY &. UNIT DESCRIPTION UNIT .PRICE IN FIGURES. 13115 ITEM, E twuiYg rOiN. - 116 .927 .14 Concrete, Box Gu.1.vert. (71. x4') , osudpl te. IA :pXr ce pet '34.near ioat. 40 3,'i.� $ p � J . 3 +• 3317 925 3.x. Cc'iioi„ete, Bois Cavort (8'x4') , complete iri plazie. per .linear foot. $ 44531- 1, 302 SY La* .performance reinforced turf mat (Mary Carroll Ohanne.l) , complete: in place per °square . yard. S 11--. . /� $� 6o M. 4 610.. G,.S?1� 5F Outten Structure concrete rip rap (an,. mp p 1?ex' square foot. complete .in lace . � `.�,�8 S2�Q, 0p B0 bg.4. I.31' 12" Erosion Control. Loge, complete in place per linear foot. 4 $ r7'l ra $.� �a�c �[ a � -. I VI. `,: 304 SY Ge11u:1Gae ' M.er Mu1-Gh. Seeding (,Pero anOrit.1 (Urban) (Clay) , danp1ete ln .e , .. ..-re. .er . $ �.2 e b .4_10, 0in , , y 29 IF ___ Rock- Filter Dam -Type 3, complete .in- place per ;linear: foot. /.2 `t1•{� 1 1S,ui -ads' I LS Per44444 at Outta].1 stgotoxe (1a±y .. 9.atro:::1. r l) ,. 00103,0t0g, i;ti pia e. pot Imiklitan $ 45r' 40 $ 41 ¶U3, 40 1324' 4,10 74 awatering (Storm, Water) , complete its plaice per limb *r gnat:. i , 111 11/ V7 C , P3 ..0.4...11■ %R'. of - sDe -Tom STORM wATss penkoinagraTs (=Pus 8i THfD $ ;90 Fxopa$al. rid mays 7 of le L XpinitiOtIlt. 1 ilttacfumsnt No. 7 psge:7 .ot 1:4 WOOLDRIKE ROAD FROM ROM FIELD ROAD TO QUEBEC DRIVE (BOND 200. a) PRO4ECT NQ. 6493. PAM C - WASTEWATER TMPROVEMENTS Z II III TV ir• Tab Zirlitt oTy & - UNIT DESCRIETION UNIT MCN IN FIGURED B3Ms.:itEM EftLENSION -----", C1 304 LF Remove 8" VCP & Replace with 12P PVC ASIA 26), complete in place per liknear $ qP.IfJf -..„... .foot. 02 123 IF 8" PVC Wastewater Line(SDR 26)(6'-$' Depth), Complete in Place per linear $ It• a . -74-7,vc, .foot: c ,343 LF 12° CIPp0 complete in place per linear $ 1 15-,oa -----7m-,--,-- 'S 3i Woo ....-4. i fact. ,. c4 2 Vra Waetewater :Manhole (<6' ) (Fiberglass), complete in place per ea001. $17-1411.3 i $ ir 52:5 (e -a-- t 15 VF Si is Wastewater Manhole (Extra Depth) (i'ibergiees), complete in place per vertical $ WA - $--ildklf.M1_, 06 ' 1 EA 4'0' WdeteWater MenbOle (<6') iri4**41P4s),-COmplete in place per each. $90110. $ 9 b4 1.3o , 4 1 PA . . . . . Adjust Manhole, complete in place per SlpFlikcitt $ i D9/ i ..._,I__ d .0404. 2-W1 _ . . . AeMOVe. 4'0 Wastewater Manhole, complete in place per each-. $ 510,(.0 s4011,70 - 09 2 EA ftint Repair for 12" Wastewater Line (12'.-15!Opptb), complete irk piece per $,K43.)0 $......,5". Wi,c0 Cip : 1 LS Wastewater Utilit y Allowance, oamplete lb-01-4.e luMp sum, .9„0 PP , 00 $' 304001.-00 per III III C13- • 770 'LF 1.Ia Pre and Post Televised Inspection (WasteWater), complete in place per lineer- fo.t.. s. 3'i ss 706(e ,s-0 ---1-- o•move 4 Replaura 120 Voxpo: *an OX-ug, Valvek with 5' Manhole (7 .91 tioptb), dOsitoUtii i.P. tilliCiOr pr 1.-Writt $1111,. $ I 03(6 , 0 $ lo -ni g , (e0 4......10 1,260 IF Remove Exieting. go, Force Mein, complete in place per linear foot. $ -7,44, 3qi(eo _ d14 12 Lir Ifoi- 8to0. Casing thpt conOoter Box poiltt*te dompleto in plsiPe. per .iTIAK4P• $1175—i146 0, /0_... gOot- poi -rota wor 11, PIPP0_84 F.C14 Pag6 a. of le Q. 1. Attitallakeat No. 7 P49* at 16 1 tI Ili iV $ O". ±-1-PE M- _cas • Olt & MIT DESCRIPTION Bars zTr uN T •PRXCN E,i&'x3:N GN IN riat ES 467- LF Trench 'Safety (Wastewater) , complete in place per line foot. ax $ i3.$5.- •�tSr S Imo C.16 2- EA Trench Safety (Wastewater Manholes), complete in.place per each. $ 1 :70 $ 3 37 C17 34;9. L GrgUfidwater Dewat.ering (Wastewater), caTripl�ete li-i, place. per lineaz �kot. $ {�, �i2 $ ' Z�, gi "Cie " 40 IF 1 "" Force Main Adjustment. (DIP) (,1O' -12' Depth), complete in place per linear $ )15101 `---- S 9 07_, 1,10 . foot. .. .. 01.9 .4, A ].fi" Force Main - 45 Degrree Bends, eQmpl.e�te in. per each. l� $ �7gut,011 $ it 5 — ~ !p " "place p C2'b i:3 LF 12" Steel .Casing for Wastewater Li.ne•, complete in- place per linear foot.... �1,4i.4q $ 3 ' S Is' --� k.. 021 3 EA Wastewater• Rouse Services with Oleenout -- 1.0a0t., :caiiipiate, in Place per each. g $ , �� ��`r,u $ ��3 e2U +� } C22 : - 33Q sr 0(3oneltOte Pav eixt Rergat', •gampl ete iY placate per avantike foot. 6 1 0,11 :$5 54i 1O C23r :3 :LA g■-Paaa Pimping. Wastewater Manholes, . ' irk i? a►ae ,past• :$ ( tat • t 9 ,i{a0t, IA .001103;04 e(il , / 024 . i..LS Pose ..: .. .in s". rbrCS.: i:it Ad001s.1.*.ent, oba -1OUI in".p],soc pOt $,([a[0(f .fC $__°00./1) . C25 :.:$ $ �L . 3 . . gyr*Paee Piapiflg 12.". P1:Ug. Valve, le 41 mace ;pee s p. sum.. f • PART C .. SUBM -TOTAL WASTEWATER IMPROVEMENTS (ITEMS Cl. T1IRD C25): $ _ I - lerOpoeel- ro`sii OW 11 Proposal.. Faxif Page. 9 of 3- -6 dUoRi$33,20 " NO 1 Att tisneat: No. 7 Page .9 OX 1,6 woOj n1 XDGE ROAD mom RtoDD FIELD RoAD To QUEBEC DP.tVZ (SON 200.e). PROJECT NO . 64 93 PART D - WATER IMPROVEMENTS Xz HID 0.T6 IT' TWIT Dl 59 LP D2 via Lr D3. 2 EA 14 1 EA U5• 4' Eh D6 4 EA D7 100.9 9 LE D8 1.3 EA 00 ... 1 Eli 01:b EA Dx.1 2 . ER D12. 2 EA D13' 4. EA D14 5 VA. D15 318. SP D16 1,303 TR D1'l 7 EIS 111 w PESCRIP'1'ION UNIT PRICE TN nouns 1317X EMI ze,XTNNSxON 6'" PVC Waterline (C900 DR le), complete: in place per linear foot. 8" 'PVC. Waterline (C900 DR 18), complete in p.1aOe per linear foot. 6" Gate Valve, complete in place per each. 8" Gate Valve, complete in place per each. 6" - 45° Bend, complete in place per each. S" - 450 Bend, complete in place per eea ch- 12" PVC Waterline CC9OS DR 7:$1, Co p1ete in place per linear fact. 12" Gate Valve, complete in place. per each. 12610_2" Tee, complete in place per e4c114 12 "X8" Tee, oeMpiete iii place per eeon: 12 "26" Tee, complete in place per each_ 12" - 45° Bend, .complete in place per each. $ 41,45' $i ytYs-Sct $ (,t1.0(e, $1477.93 8i7 Oj o 11.10 $1(6s4.51 $ $ DTI14 1.2,$14,04 Vire Hydrant Assembly with 12"1060 Tea. and 6" gate valve, complete in place per ease.. Water Service, cOmpl.ete in place per each. 4_4,x_51, $. 45''$'4.(, ® Utility Pavement Repair, complete in place per square foot. $ (0.47, Trench Safety (Waterlines), complete in place per linear foot. sy,i, ter- Waterline Connection (6", 8" & coriipiete in place per. each. $ 724 3 $ 5-051.41 �sa1' Po, Aor 1j prapoB81�. 1�isx� Pale. 10 oa 16 lines DOM. 1O. .1 Att*Obillut ' Na . 7 Page 10 of .16: 1 FZ III --,..„...„.......„.„ IV 'Y • --------...---- 131i3 aCTEIt , ... . QY ••• • DO N . DESCRIPTION Exploratory Excavation Trench/. rcomlete in place. per linear. foot_ UNIT MICE 1310 Ito4 ili. l'i.e1P4Es )0=tM4NAPPN ---,------______ . $ 113A9 _ .04. 3litYliP bis _ to -tt. , . D1.9 6 EA. Exploratory pEtayatioh spot, complete in place per each. -16 gm, to D20 15 iA Adjust Verve, oppletfak IP place per each, $ 40-73 15-3.1C • • D21 1;201i LF 04OUt Fill Abandoned 121' AP Waterline/ complete in place per linear foot- 0 oc- $ 6, .$ lo NS AO . _4 . • D22: 2 X .120• Aug, compete in place per each. Ma 1. xis i EA. *raterViiiity.AlIomaaa, complete n Plere-per, lug sum:, ydtatt Asti/03],y with 1:"x641- Top Tdleiiike and 4ii Ogitib. Vialre,, complete in plaice-per oadh., domplete in rilaceLper DIA 410C41/ ....._ 41 giA141_02 , PART 15 SUE•fiCiTAli WATER 1MPR OVEWENT S (ITEMS. DI. TERI; Ii14) : 41. 1.3-11.541P-tkOco 4mm,q4 10.P#441.1.4. FOOL REV Ptcipogal-Ptitrit •iigb 11 ot ADDRImalltr.. 44004e4t, 7 PiiktO ot 3,6 WOLPRIDGE ROAD FROM ROOD FIELD ROAD TO QUEBEC DRIVE (BOND 200;8) PROTECT NO 5493 PART • A.D4 zNPRovgamvs QTY la1:2:? 771 SF MISF DESCRIPTION Concrete Sidewalk, complete in place 'tt cluare foctk,. Ogncgete Ourb Rano, opmpipte .in place per square ux VRICE, IN riauRts ISXD:1TEX, ftXTENSILIN: $ q,os $ 447.13 $ PART E SUS-TO UL ADP. IRP.ROVEMPITS (ITIMS El TIM Z2) pLi.÷11 • FART - GAO llaPROIRRIEMS t Ix 111 iv Y. 131D. t ' irl & UNIT Dzsgsaro ntz 'UNIT PRIOR IN VU10111W BID zdttm. ILVAIINSTUN fa 5 E.4 Adjnet gas valves, complete in place per eadh. 1 liorox) _ 02 PART SDS-TPTO GAS IRPROVWENTS• (ITER: El) : L,300bD RARE G - tLB INTligivw$70. r n in w ' v BID iirgbi QTY il UNIT riEscRznros UNIT PRICt rbi FIGS 50 XT*4.4 VORT4A94 Gl. 1,310 a 7" Fiber Optic Conduit, complete in place per linear :toot. So 02 4 a Viber OPtic 'Ground tole, coxaplete in _ - pla4e per eocb• $ q14'1C $ 11161116L T PART, - SOS-TOTAia MXS ramovulENTS (.I1� :(41 TRW G2) 1_01 51-15-1-- . . ift-lo04.1tozaik Arit Eqtg' U ot la ADDRIPR'N.0. teiglitiOta -NO... 7 .1,(age 6. BID SUMMARY BASE )3ID otiod A PART B + PART e + PART Er + PART E + PART F+ PART : ci $ iio 410:0410 wo. *OW' p.roricitati. Pox* PeAlei 13 'of: 16 •Atenaloum !O+ 1 Att*Wvaat No. 7 RATA .1) of 16- The. undersigned hereby declares that he has viaited the site Al„;54. c-iarefuliy examined the plans, specifications and contract documents relating; to the Work covered by his bid or bids, that he agrees to de the work, and.that. .k.depreAtintatna Idade by the City are in any sense a warranty but are Meie 1WAtfiks lor the .guidance of the Contractor. WO; hetificntion of award .of oon-z0et.,. irie. will wi.thin ton 40) calenclicr 44_40 'ONecIttd the tormal contract and will deliver a PerforManoo 15ond . (as required). fbr tit9 aithfcil :perfornkanoss of this contract ancl a Payment Bond as requirOCO. to 1,-41SO4 pate* or all labor aid Aateriala. The bid bond- attached to tIvks. r5-.00$61 4 ift the aftdrit of 51 of th e 1.134h6$t eItiOunt bid: is t 0 become the Prcypsarty of the City of Corpus Christi in the event the contract and bonds are hdtexe6Oted within .the-tite above set forth as liquidated damages for the delay and additional work caused -thereby- lanorl,WNInortuy tnaineas EnterprIma Participation Prtdiatien The sprwrept bide t A411, within five days of receipt of bids, submit to the City inqiner1 writing, the names and addresses of MBE firms participating in the coarsot: ano A c6aSCription of the work to. be performed and its dollar value for bid e.ValvatUn .purpose. NViibOt', of signed Sota of Documents: The contract and all bonds will be PAttoda'14:11)0t 1eS0 than our counterpart (original signed). sets. Tio* -Opf POVO-OttOTO The vh0ersighed agrees to complete the: work 11*th:in '210 cs0,0044#'044*.f#0 the date. deSicjnated by 0 Work Order, P•JL utitiOtaiOged fUrther deaAree: that he WIJ1 007.i00 all A0C413:44XY tools amt. 'appatatue.; do all the Wel* aid furnish all raexojels and clo vetrytAuig: to-6erty out the al:Ova mtotipned Work- COvered bY.thts• Obp0841, ir otilc accordance with the Contract documents and the requirements pettajAing Olereto, for the sum or sums above set forth. 12.eceipt of the following addenda is acknowledged (addenda npoox); 7- (StAL Lir 8IbDtR IS a Corporation} Respectflaly submitted -1:7040 Panel ( 't% BY: Address: ii9/1„.tv (SIGN4 . 4„,T 3'7 4detwv-A. 414774, (P.O. Box) (Street) 04./PitC 6a-ta 7g14"-3371 (Ci (tate) Telephone; 34V-, .88 3- 32 menzi Do not detach bid from other papers.. F41 in with Ink and subMit complete With at•ached papers. Forin Page 14 of 16 (Re1i40 Aulatit 2000) -*DTAMPTAt K4 1 Axpkobloog, SO. 7 P44g. '3A of 14 PERFORMANCE BOND STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: BOND No. 1962841 That Grace Paving & Construction, Inc. of the City of Corpus Christi County of Nueces , and State of Texas , as. principal ("Principal"), and THE HANOVER INSURANCE COMPANY , 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 TWO MILLION, SEVEN HUNDRED NINETEEN THOUSAND, TWO HUNDRED FIFTY -SIX AND 421100 U.S. Dollars ($ 2,719,256.42 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 20TH of MARCH , 2012, 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: WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008) PROJECT NO. 6493 (TOTAL BASE BID: $2,719,256.42) 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 2ND day of APRIL , 2012. PRINCIPAL SURETY GRACE PAVING & CONSTRUCTION, INC. THE HANOVER INSURANCE COMPANY By: ‘;el/Cv aiR VvtAri, Title: Address: 4237 BALDWIN BLVD. — CORPUS CHRISTI, TEXAS 78405 -3324 (Rev. Date May 2011) By of Q in -fact MARY ELLEN, MOORE Att Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Telephone: 361- 883 -1711 Fax; 361-561-2564 E -Mail: mmoore @s- gins.com Performance Bond Page 2 of 3 Name: RANDAL N.I. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: Telephone: 500 N. SHORELINE BLVD., SUITE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 -0361 (City) (State) (Zip) 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 PAYMENT BOND STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No. 1962841 That Grace Paving & Construction, Inc. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ( "Principal "), and THE HANOVER INSURANCE COMPANY , 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 TWO MILLION, SEVEN HUNDRED NINETEEN THOUSAND, TWO HUNDRED FIFTY -SIX AND 42/100 U.S. Dollars ($ 2,719,256.42 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 20TH day of MARCH, 2012 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: WOOLDRIDGE ROAD FROM RODD FIELD ROAD TO QUEBEC DRIVE (BOND 2008) PROJECT NO. 6493 (TOTAL BASE BID: $2,719,256.42) 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 2ND day of APRIL , 2012. _ PRINCIPAL GRACE PAVI G & CONSTRUCTION. INC. v Y By: Title: ATTEST: Secretary Address: 4237 RAT,nWTDT RT.Vfl CORPUS CHRISTI, TEXAS 78405 -3324 SURETY THE HANOVFR INSURANCE COMPANY By: Attor' -fact MARY ELLEN MOORE Address: p.0_ BOX 87- CORPUS CHRISTI, TEXAS 78403 Telephone: 361- 883_1711 Fax: 361-961-2564 E -Mall: mmoore @s -gins. com (Rev. Date May 2011) Payment Bond Page 2 of 3 Name: RANDAL M. LEE texas Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE ]200 (Physical Street Address) Telephone: CORPUS CHRISTI TEXAS 78401-0361 (City) (State) (Zip) 361-883-1711 E -Mail: rml @s- gins.com li9:767* Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements e stablished 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 HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Steve Addkison, Tami J. Duncan, R.M. Lee, Mary Ellen Moore, Cathleen Hayles and/or Danielle Harris of Corpus, Christi, TX and each is a true and lawful Attorney(s) -in -fact to sign, execute. seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No1100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attomey(s) -in -fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be seated with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of January 2012. THE HANOVER INSURANCE COMPANY MASSACHU TTS BAY INSURANCE COMPANY CITIZENS I _ CE PANY OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. Robert Thromas, Vice President On this 23rd day of January 2012 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BARBARAA.GARt1CK Notary Pubic C w .aa a of�7Ibssadrngtr LIT CarosscnEptris SEpI.21.2011 Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 2ND day of APRIL 20 12 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA 9r4A t 1 f s1'Rl� 3tin Margosian, Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may call Hanover Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1 -800- 252 -3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 Web: http: / /www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 221 -4828 (7 -07) AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar at numbers:, de telefono gratis de Hanover Insurance Company para informacion or para someter una queja al: 1- 800-608 -8141 Usted tambien puede escribir: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 Puede communicarse 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, Texas 78714 -9104 FAX # (512) 475 -1771 Web: http: / /www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reciamo, debe comunicarse con el agente o is compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU POLIZA: Este aviso es solo para proposito de informacion y n se convierte en parte o condicion del documento adjunto. Hanover Insurance Groups PIt TO ru Val)! BYciiY : PURCHASING DIVISION ;:;.•■•■■Swo • .CiV of Carput Chrisd o'! IFLsc LOgRrerOR EST City of Corpus Christi Ordinance 171 , 12, as amended, requires all persons or firma .$.00109 btiaineea WIthlhe City to provide the folloWing.triformatlen: Every queStiOn Paa be answered. thequetitiOnli not pplicable, Answer With 'NA". See reverse side for Filing Requirements, Cittifi agar's :and .definitIons. COMPANY NAME: P. 0. BOX: STREET ADDRESS: caewiAt Anee, CeNALbuic/;t,,,L., „ b 4.2 3 7 ripAletutz.;. (f.pee 37 4diati7,1 44)-4/. cirt: 644:24:, ZIP: igi4C 3,3';2-S/ ---- FIRM Is 1. Corporation 4. Association 2. Partnership 5, Other El 3.. Salle Owner 0 DISCLOSURE 11 additional space Is necessaryi please • Use the reverse side. of this page or attach separate sheet: State ihe names 00611".WripOyee!! Of the city of corpus Christi having an .4ownership constituting 3% or more of the ownership:in:the above. named,"firrn:". Name: Job Tille.and City Department:4[f known) 2. Stateihtlientecof each HOfficial" ofthe City Of ttirrius: tkatflim an "ownership. interest" • constitirting 3% or more of The owpership-lif the above namedl.i.rm.ir Name TIIM 3. State the names:of each 'board member" cifthe:City of CorgusChdati 'having an hoginereblp Intereer Constituting 0°4 or more of the ineirerthip:in the 09* haMed "Bret." Nitnie Boaid, Cornridseien Or Conandttee Ai 7A 4. State Vie Inan#0,01 each. omployee 9r officer-of a 0n5u'tanthtortheCRv 9f413)40 hretlwho worked en an matter rated to the subJect of MIS contract and habifah' Oleatenintplinteteark Oratititirfing 3,kotiriore'of the ownenship.in.Thesibove named1km. IName Consultant ikrapoiX Fopb.nv Pate IS cif tG &P00% NO: 1 AttA.Obratztb No, 7 Page IS of 16 1 F L FILING REQUIREMENTS Wa:PreQ» who requests official action on smatter knowsthatthe requested action wlU. totifet:ait 6COfiontio benefit on an C.4 official or employee that Is diStingulshable from the effect thatthe action wIll'have on members of t.he public in .neral or a:substantiai segmenthereof, You uushotiatIOse,JhatfaCtir Sighed Writing :to the:0 iAffidial,eriplOyeobt todYhat hawbeeri to aatin:thenatier,unless-the interest:el theIty - offieual or employee 'lathe matter is apparel*. The 010010sumshail also be made irt a signed :writitqlfiled with the City SeCretary. tEthite • " Ottliniitidal:Settlon 2449 OW . .. ... . . . CERTIFICATION I certify that r alt information provided Is true and correct as of the dote have not :knaiiirigly withheld disclosure of .any information requested; statements will .ben.romptly submitted to the City of Corpus. Christi, Texas Certifying. Person (TYPtcrlittri6 •ignatUre ofceitifying Peron 1,6,1 cPcz DEFINITIONS of this. Stateniont,: that 1 and that su.pplemental as changes Date: //j 9 libOarcl meMber.."- A Member Of any hoard, commission, or committee appointed by the ity. 00.0011 Of the City Of Corput Christi, Texas. "gcorlongs: benefit", An:action that is :likely to affect an economic interest if it it likely tO haVe an Offearm that intereM:.thet is distinguishable from its effect on nrternbers of the public In general oralybatantlat segment.thereof. c. "En:11040.m .Any person employed by the City of Corpus Christi, Texas. either on aluli or part time. haels.buf notes an independent contractor. d. Any: entity. .operated for economic gain; whether profe0sional,.. Induetrial -6A- 00minerckikend:whether (fetal:10040 to produce or deal :With; product Or terVice, theitidinit but not Wit:ed.:to, entities. Operated in :the forin of Sole proprietorship :as self-employed: person Parhiersidp,.corporatiOn, jOint stock..comparm,joint yeoiture,: receivership or trust, and erititioN r1111011. for purpose*, Ottaxedon are troafad aa:noni.prOfitorsjani.tatiOnt. e. "Pffitlat". The Mayors rnentbers- of the pity Count% City- Manager, Dewily" City Manager,i ASsittant. Ott Managers, . Department and DiVition Haads, and Municipal :Court Jadtiot °tate; Mk Of:C.00s Christi, Texas. f. "Ommartiitip: interest" Legal or equitable interests whether atttrally or constructively held, In firm, including When such interest is held through an agent, truat estate, or hOldIng 0.064 "Constroovuoly held" refers to holdings or control established through voting trusts, proloosi Or !pedal tem* of verdure or partnership eflreernents." "conouloint.!' Any person or firm, such as engineers and architects, hired by the City of Captit Christi for the purpose .of professional consultation and recommendation. - - kr9P0 $.1■ITA 050 -11 ogal. cm Page 16. of- LE' 1 ADDENERN no. 1 At4kOkanent No 7 PaciQ 16 ot 16 1 111' LCr[ 'MLA' G lb iaauru AD A mA I I Cit ur IRrunmM I IUN UNLT AMU L+UNrcno NU KIL711 I a urur I IMt LtK I IM(,:A I t I'1ULDER. 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 III OM* holder la an ADDMONAL INSURED! IN pollcyliss) mint in snlorsstl if SUONGATION I§ Ylt pitoI not I 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 endorsementjs). PRODUCER 361- 883 -1711 Swantner & Gordon Ins Agcy-CC 361 -84 -0101 A Higginbotham Company PO Box 870 Corpus Christi, TX 78403 -0870 Steve Addlcison NcaAMEcT PHONE I SAC, No]: 361-844-0101 wc, No. Ext) :361- 883-1711 E-MAIL — ADDRESS: INSURERIS) AFFORDING COVERAGE NAIL # INSURER A : Association Cas. Ins. Co. 35629 INSURED Grace Paving & Construction, V Inc. 4237 Baldwin Blvd. Corpus Christi, TX 78405 -3324 INSURER B: INSURER G : CMPTX0009003966 INSURER D : 07/12/12 f V INSURER E: $ 1,000,000 INSURER F : $ 100,000 COVERAGES CERTIFICATE NUMBER: 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 TYPE OF iNSUFEANCE ADDL INSR SUBR WVfl POLICY NUMBER POLICY EFF JMMIDDIYYYYJJMMIDDIYYYY), POLICY EXP '— LIMITS A GENERAL X ! UAOIUTY V COFAMERCIAL GENERAL LIABILITY • CMPTX0009003966 07/12111 07/12/12 f V EACH OCCURRENCE $ 1,000,000 DAMAGETORENTED PREMISES [Ea occuRenee) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 66,000 PERSONAL & ADV INJURY $ 7 1,000,000 $ V 2,000,000 X Des Constr Agg GENERAL AGGREGATE GEL AGGREGATE POLICY X LIMIT APPLIES PER: JEC�S LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILEUABILITY X ANY AUTO ALL OWNED AUTOS HIRED AUTOS ' SCHEDULED AUTOS NON -OWNED AUTOS CAPTX0009002415 f` 07/12/11 07/12112 ! V COMBINED SINGLE LIMIT (Ea accident) ; } 1,{)00,000 $ V BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A x UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE CUPTX0000500750 / 07!12111 07112112 Y EACH OCCURRENCE / $ / 5,000,000 AGGREGATE $ b 5,000,000 DED X RETENT ON $ 10,000 $ A WORKERS COMPENSATION A ,/ AND EMPLOYERS' LIABILITY d ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? Y (Mandatory in NH) describe under ir DESCRIPTION N O OPERATIONS below N I p WCPTX0000400316 ,/' 07112/11 07/12112 r/ x TORY AT T US ER EL. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS l LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remulta Schedule, if more space is required) I RE: Project No. 6493 - Wooldridge Road from Rodd Field Road to Quebec Drive (Bond 2008) Complete Certificate Holder name: City of Corpus Christi, its officers, officials, employees, volunteers & elected representatives. \'' See attached addendum for additional policy provisions including 30DNOC. CERTIFICATE HOLDER CANCELLATION CICC -CO City of Corpus Christi V` Engineering Services Contract Administrator P.O. Box 9277 !Carpus 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 REPRESENTATIVE ACORD 25 (2010105) ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD mrsuRErrs NAME Grace Paving & Construction, GRAPACI PAGE 2 OP ID: TERE DAVE 04/02/12 The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Waiver of Transfer of Rights of Recovery Against Others to Us - Form CG 24 04 05/09) . The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization - Form CG 20 10A 08/05 and Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement with You - Form CG 20 33 07/04 and Additional Insured - Owners, Lessees or Contractors - Completed Operations - Form CG 20 37 07/04). The Auto Liability policy includes a blanket automatic waiver of • subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Texas Changes in Transfer of Rights of Recovery Against Others to Us - Waiver of Subrogation - Form CA 20 89 06/04). The Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is.a written contract between the insured and certificate holder that requires such status. (Texas Additional Insured - Form CA 04 03 06/04). The Workers' Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Texas Waiver of Our Right to Recover From Others Endorsement - Form WC 42 03 04 A 01/00). The Workers' Compensation includes Texas Partners, Officers and Others Exclusion endorsement for Lucinda Ortiz - Form WC 42 0308 01/97). NOTEPAD: HOLDER CODE C1CC -CO GRAPACI INSURED'S NAME Grace Paving & Construction, OP ID: TERE PAGE 3 DATE 04/02/12 The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Changes - Amendment of Cancellation Provisions or Coverage Change - Form CG 02 05.12104). The Autopolicy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holdger except 10 days notice of nonpayment of _premium. (Texas Cancellation Provision or Coverage Change Endorsement - CA 02 44 06104). The Workers' Compensation policy includes an endorsement providing that 30 days notice of can ellation will betumished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Notice of Material Change Endorsement - Form we 42 06 01 01/94). I � � PaucT Wont CPAPIX0008003961 V CONIMOICUL GOMM UMW, CO 3111006 MIS ENCORIENIOM CHOMOESMIE POUCY. PLEASE READ IT CAREFUILY. /ADDITIONAL INSURED - OWNERS, LESSEES OR v CONTRACTORS-SCHEDULED PERSON OR ORGANIZATIOI. Ilde endowment onnes no-neon proveni own tin tonoint OSIONPIL WARM COOSIAGIPARY semownlan MoodOPPONSIOdlumonitfremint. Cr CITY OW COSIVII amiafl PO OOZ 9277 cones autism TX 7846,-9377 /I L1 nann6 Ofroneetodenoodente enelsol eawaloo IN, Selninell shone nos nabs Inentoollnes. A. SNOW loin* In somnion len lends as ene -r--id letemo• Ms inienten or orioneollenn new ft Ms Ittneenlot 00 Mt, no mina ft Man Oa sp•-,-n einuninr or Venemele ena anneIi op inter" owed. in ulna et Ion* Op t Yen win or coarir -- 2. no min ar wedeeino Of tom anleas as yew MA* in the portimennon di nor wooing wenn. for theaddlienolionnenjed nonunion.) deetooln ahem CO2110114111111 The lementem ponlenn no mom or on. amicolne mono Jo Ito onolen an114, immune NW gip gib net sea senvinapo Ilraor rn, NW Infamy* imildir nen. ann. Paget en P01 ICY NIlwEP CRIPTX00090039611 C01111BICMLdO16MlLM`i!► C®aSIR ;M THIS EHOOR:EEuENR comas THE POLICY REAM READ CAMIEIFUiLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED. OPERATIONS This todiessome owns inireotor modal unarm tnrlaswMnoC It~ COVERACE mar SCHEDULE How dA..IrrWllso i..R..M* OrO.rshilloi 1A nftwAnilE NLI _aiC voilmiOfro- AL.ARIRar - Aso eiRS SI OR OACASIzATIOR TO mat no MVO AMU= TO tORIE AS ADOITIONO I. FDA THE ova SPECIPIC® $I[ AE ST WRITT= CONTRACT OR AGREZIEURT IF TOE CONTRACT OR ACIRESIDEAT IS PRIOR 10 TEE LOSS. , Intoonow mono vs ossoloolne Somino 11 nor atom agora nil On Sworn M Ir! wok S do'S- 1MeInAnIome sapardaSIs law Ads an en •idipri Insoi_ pwsrgy - aw g�isY i) snow it t Sdalid4 but one win room& to ear* #o1 loony VIEW or i apotp drlasvar connill In gado orbs Pm Of Von woe at MR Intim drams* an• anolRsi M Itw xlndtdn a1 w a+dooamoD Pnlaood` far Inn addesu i in u i and i.dudri rn IIr ' roily connote* aorrrris Inmrr. coaaroos O ISO Plopoar i Ina. SID I Pact all 0 POLICY PRANNT CMRrX00090039Qd CONNENCtALGERM* LIPRAY CO NIOINSA. / WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US TN* molm...niaradrw lmiromalpaeridad dtrlaror:,�,e COlidr9ElCIA, reYeroM, UMW/ COMERAGE P OPERATIONS UMW, COWMEN x NwroOlikormarOegildeihmus SLAM - ANY POISON OR ORGRRIZATTOr TO WON You ARK RSQa=Rm 8? W jTTEN CONTRACT OR AGiitSNANNT TO NAM RIGHTS OW MOMENT 1? TIM CONTRACT OR AGREEMENT IS eszcvnto PRIOR TO LO58. Ths AMarin. Tf added b Pmaiaph L Timbre* AIISAN_O RANIAW ONNO■ EsTo1Md t —4- w►athVa,011tldr nYwr i1ar��diaI Memnon ar dorm �Iia+R11.r oboe teseAsol aataa ll w dwatsewii ma var arO ft ror yew lfdawwayracoNiaN dnlpwatrr urmganiralao aM locludni Is tti- ccrooko ad aproisso los wir TAN ro w =i u riamom or aRwfta1a em ir s 03246415011 cz.,11,s -• siiaMrrrmSimon COMA bra; Pagel dI 0 Pam ,akAget CAPTX00011002415 ' nits AUTO CASIO MIS EllOORSEMENTCHAINIESME POLICY. PlEPA E READ IT C/111EEULLY. TEXAS ADDITIONAL 1 NSURED iteieandormn sl madam abasaarprabba wow lairkomi oc Roam PASO mama FM* GAMIN OCIAMOS MOTOR CARNISROOVIIVAM POW TRUCKERS COraiAGEFOR* qf► a1 sa etivasse pails! e!► ellie -'— rommrak ma pre del d In Cabbala Fab away wins nurallsi aedaaawret damps be sok* rliredlanaa fis basplas dab al la palq barb ass ads did aisa labia fldw siere law df/f1RH Wrilleritt & COMMUTES. Ca"....1wM �' �� (Sullamball ilnsobiaiay 1011113111.11 ismaleiASSa saLAdININa/rwarda SUMMIT - AT MIME are oll9A1021/1IAt SAD wan TOO HAM AGSMS TO MSS As Ar A rac a % mama BY MIMEO, CONTItSC ` Of AGrll u? I! TM COMA= OR A<#sammunr Ia wiaarurark pa.zoa To LOSS. pl /No oar appaus a/ WeleeNea► else si fi cans la aslawrr■elydN esraaana M Sr Orlaaeiwes as eppbMSlaMbwMarrolustj, A. Mi. I• A bwsaa dales A Y.. aaawii tie obdsss ea Mart So sastsuillit ar swam. limb) skim r lie Seasillb bit bap ior'set. Whoa Iasi Sift for bill sr ondrdrat t • pw► = o�io t'�w aw thaiN nrw S Praia bider L 'Ms aillts iallnarane womb. is bp Sarasdr b ay Cadmium isnalabgnlri l! pip tor sypeaeda _ shtii::a espaler ar awn* Sas fisrpaeq_ Ana resin gaisetrea reed ow Alias& K sPOOSSIS dr awed apeman. Ispig Is IOW C. Yaw awaaalwl•1 l0 all far llradealraal Saaaai owes_ U das'.Ielalllira at OIMOSrm is dim irrt pabirdial Old i rwm. Yifi all Seri be ddiNwe- iera• noel 17 Mr Sdadiardbrrtloi ..nr/eaat IMP COMMI r► at els NS* fie Sao la radM�abll + IS dogs n► 1111 a/dred alma mad iv pas astsdals or Oep walwaes A' aft* sal► rip* at eresrawf as • clam* aendw file paw CA Otte aea _ 0ISonrp rlYS by, 2003 Pact al 0 Mum Nu Wet CAPTX0009002415 COPAL AIM TH5 EMIONSEMENT C U IN, THE POUCY !UAW MEAD ff CAA RJLLY. TEXAS CHANGES IN TRANSFER OF RIGHTS OF RECOVERY 'AGAINST OTHERS TO US (WAIVER OF SUBROGATION) ndaadarsama Naar Inman.presidedsatdararsIdoliser f 9NSwlbs AUTO PF1 ICAL OiAYKi COVIRPAIS FORIA GARAGIMCMEMAGI marcaerniincommos FORM EOM- Val mast baarraRsptarkka by dtts as/raareR *r parkas al tasearrags Fars wily Was auk ltad by beorkeaaarak nag a,drrrfrl dtnors as paMep alreastat asirspYrr area Ms pas" rams auto, aerf isaotR b taloa lEndommintelliglow OVUM Naomi rrnrdr CRAM PAT/1/0 a 03terilucnoor IPC. Cau+sayraatIlje r uVwrria wta bo acllsl�Iaa llaer alMbssr[*0r0WMO rp1-• SAM' - ANT rims= Olt OROANIZATTO111 TO 149011 ICU ARS MUER= BY SWF= cornea= Oft 110 TO WAIVII =GUM OW A1oVRRT 1? TVA CONTRACT c* AcluNKoer is a11(1cvr1112 suet TO Wss. AMMO Mla- --I arremiryliisrdOrnrra■rk - r i -L! _. ML t#dsssaramrRs lOslimaisas Osarawks rns1 R 1C1FJOlibrsrr, AMar* OMur, ToWcardllasdonnatapplrbdtspisaos la)aragaser t+on atalrara it Ms &Ma& Vat via Islas as salami arwiss shorn abaft supra= allay saw tard. sass al a aisdrsrradar she pa** G IRO P aprwa Ma. Tom Roil a1 0 POLICY whew CiAPTX0000003910 COINISICAL GINORIML umoure coasstter mm eNCORSOINDATCKNAGellillePOUCV. PLEASIMEAD IT CAREPUILY; TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE TNIP andolionse NaummumnftliNi NNW, ON kasatis. CCOSIENCINLOETATIVIL LIPAINUTT 00VIERUM PPM UOLIORUMILITY COVEINGENNW OMEN ANDOWIRM201111 COMME PAIW POLLUTION UNINITY commosp000r PROOUCT1IIMICENOW&COUSIRNIG PANT P12300=0:11011.11MEDOPOIRAIIONSUMMLITIT COMING! PANT RAMON, movionaumetwecatemmapsow amo of amaionom tairrii amp Islwasor isoNkla II1N Immo sonouro tor I Cffloromo Port an arse's) prlirvoillso noliumilawaNININNar •NONNIclungela 101222211 t Now SZI AT1AC2E313 NANINICRIPT SL0 2. Adis SIM A? NIUMUITCRIIM SCNITOULL .2, Nrah/NNINETINkraz 1 inlamilm IIIIMPINWID We 5011#1211 INT1 *me diem +AN bp Num% 0 0. osuwaNwra . CO ENO IN v c:32,e0i,„ 0 ISO Proprens MN. 22211 Pawl al a r 'imam CAPTX0000002415 corawaO►wry CA OH 44111101. MIS ENOOR11BItP1TCHAN9EST1! POLICY. PLEASE NEM ITCNIMU LY. r TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Tine andaraewN madam rbwaao Or nida++rnda r..l bbinge MINIM ALOO.COY®NOE POMO WAGE IRACIR PO1sO 111UOiERI CCY@ FCIM6 wed In mammas peridi bl1 ier asdaawiL N presidaas d Na CovinAliFane apply blur vow rwar..rdsnmenli Thine daewa■M dhao s Ms boner rlioftsan Illaboodne deb al M palm ulna unarm Habib ARM* hrlab einno minI turd- - glum huntob GRAD FAVVC it ORIRDEXTIOK INC. 4itsoatJ (Palo lsalbuneridMi 11unpOfplwwara��ia! Ctfl 01' CORMS missy' P dat* P.O.. BOX 9277: COMM CHRISTI. TX 7!!469 11 dub polar Ia maid a waMrialp chow& It redone at nel4Rcomma noel oar mine d aafairlan at tlnry ie mar prime a arIwdaOaw mod in be aarndds Mad ebb Mewaia d dap" end= WWII Nr ur9rAeslul a CAd44 OR 00 • ISO Prepresth lam. TOR Pans d1 0 WORMS COIPE20602 0 NO d/1.OI191! L1A202n 0110010K0 POLICY POLICY 1010032 WCPTX00004003141 ./ WC 42 Olin V MICAS NOITCE OF MATERIAL comae mae SEMENT This easanaimun hi an apnea way is Ina :era cs pa.isr a pass, b-, Tam a shams w Iluf 3.A at ane to argalbalan lha awl d ereplehar w onar as lO change d the Pow me i ll area _____ nald a r. Prom at ming bi lee anameala 1hsmom Odom odusece imam Is sham in tlrsWadd& This andanrrrl shoe nala,s- dlrangarindrasyInOmn iaayaawnumanleMOadas/r! 1. auxin or wais s 30 L ramC1111102. Off112L!'01ak CI'= OP CORMS CUD= P.Q. DOS 1377 COMMIS C222O112. 1'7C 7244111-1217 • COMM 119IVLov s UMW? 111111111211 1C11 poucY VIC QAi OSA Pci icY MAI d rF TEXAS WAIVER OF OUR RICK TO RECOVER FROM OTHERS ENDORSEMENT Thts bilormame wins crap 1. rn imams juu.I i by rr, palmy boo rrsr Teton *Mama b usnrr 3If` amp vat basswsneatSo mew air Plawm sf ra .slamWAttrwtnlbarm,ws*bNspNbiia Mee eaionieaae as right egad 110 prom arag.boror hood it to rlhauiriR but Ibis moor loot NOnipwib imps* ts WOO' injwy Moira oai d !ha aaorM ar ..sbaai M Roo gdasaair Morays' ansarapi oN1 M mums* aaaCrart is odMiar uara Nice Imo No. This araiaai onweaaaainap comae Moo* ar baba* INWWItar __Ir. t+n.rrirrtradusrir. Thu pa rmoofsr pas orb paresis Mom it rid___ Schein it 1- © Spsei/s rrrr► N.rot omen or aiprim bio Elsiibsa Wimp my mom or criblsollois for Maur be Iamb warsM be sprsi by mien afro *mob rib maim 2. Opraiiparr ALL Tim OP TT 3. Po rMwar $ IAN Damon angoIvfhboniasbrrrmatrs 2 pomp at of tNl or.arrwr dsaatiepar co pgaab b oa!► racoon garb raft palmist for Mar above posoaa(si or agaidwalU ar 0, out d bo avrrolamdss pal i. 4. Mama Pamir e $