Loading...
HomeMy WebLinkAboutC2012-172 - 5/22/2012 - Approved(Revised 6/27/99) STAPLES STREET, PHASE 1 BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008) PROJECT No. 6468 Table of Contents NOTICE TO BIDDERS (Revised 10/21/98) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Construction Projects for Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A-4 Method of Award /Explanation of Bid Items A -5 Items to be Submitted with. Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates A -11 Cooperation with Public Agencies A -12 Maintenance of Services A'-13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required A -24 Surety Bonds (NO LONGER APPLICABLE) (6/11/98) A -26 Supplemental Insurance Requirements A 27 Rcsponcibility for Damage Claims (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents Table of Contents Page 1 of 6 atcr Facilities Spccial Rcquircmcnto (NOT USED) A -36 Other Submittals (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Ccrtificatc of Occupancy and Final Acceptance- (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory - A-42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A -51 Electronic Submittal of Bids A -52 Dust Control A -53 Regional Transportation Authority (RTA) Contract Documents ATTACHMENTS 1 - Project Sign 2 - Electronic Bid PART B — GENERAL PROVISIONS PART C -- FEDERAL WAGE RATES AND REQUIREMENTS PART D — RTA CONTRACT DOCUMENTS PART S — STANDARD SPECIFICATIONS Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section 022020 Excavation and Backfill for Utilities 022022 Trench Safety 022100 Select Material 026202 Hydrostatic Testing of Pressure System 026206 Ductile Iron Pipe and Fittings (S -81) 026210 Polyvinyl Chloride Pipe (S -83) 026402 Water Pipe (S -88) 026404 Water Service Lines (S -87) 026409 Tapping Sleeve & Valve 026411 Gate Valves for Water Lines 026416 Fire Hydrants 027203 Vacuum Testing of Manhole 027602 Gravity Sanitary Sewers (S -61) 030020 Portland Cement Concrete 032020 Reinforcing Steel (S -42) 038000 Concrete Structures (S -41) 055420 Frames Gates Rings and Covers PART T - TECHNICAL SPECIFICATIONS 100. Preparing Right of Way 110 Excavation 132 Embankment Table of Contents Page 2 of 6 and Sewers (S -89) '� I 150 Blading 164 Seeding for Erosion Control 166 Fertilizer 168 Vegetative Watering 204 Sprinkling 210 Rolling 216 Proof Rolling 247 Flexible Base 260 Lime Treatment (Road Mixed) 300 Asphalts, Oils, and Emulsions 301 Asphalt Antistripping Agents 302 Aggregates for Surface Treatments 310 Prime Coat 314 Emulsified Asphalt Treatment 316 Surface Treatments 320 Equipment for Asphalt Concrete Pavement 340 Dense - Graded Hot Mix Asphalt (Method) 360 Concrete Pavement 400 Excavation and Backfill for Structures 420 Concrete Structures 421 Hydraulic Cement Concrete 424 Precast Concrete Structures (Fabrication) 427 Surface Finishes for Concrete 432 Riprap 440 Reinforcing Steel 440 -001 Reinforcing Steel (Revision) 445 Galvanizing 449 Anchor Bolts 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 529 Concrete Curb, Gutter, and Combined Curb and Gutter 531 Sidewalks 585 Ride Quality for Pavement Surfaces 636 Aluminum Signs 644 Small. Roadside Sign Supports and Assemblies 662 Work Zone Pavement Markings 666 Reflectorized Pavement Markings 672 Raised Pavement Markings 677 Eliminating Existing Pavement Markings 678 Pavement Surface Preparation for Markings 682 Vehicle and Pedestrian Signal Heads 685 Roadside Flashing Beacon Assemblies 687 Pedestal Pole Assemblies 5121 Geogrid Base Reinforcement 6038 Portable Changeable Message Sign T- 020800 Well Pointing, Dewatering and Disposal T- 027205 Glass -Fiber Reinforced Polyester (FRP) Manholes T- 027604 Disposal of Waste from Wastewater Line Cleaning Operations T- 027611 Cleaning and Televised Inspection of Wastewater & Storm Water Lines Table of Contents Page 3 of 6 PART W — DRAWINGS 1 COVER SHEET 2 SHEET INDEX 3 LEGEND 4 LOCATION MAP 5 GENERAL NOTES & TESTING SCHEDULE 6 GENERAL NOTES 7 ESTIMATED QUANTITIES 8 BASE BID TYPICAL STREET SECTIONS ALTERNATE TYPICAL STREET SECTIONS CONTROL LAYOUT & ALIGNMENT DATA REMOVAL SUMMARY CONSTRUCTION AND TRAFFIC CONTROL NOTES CONSTRUCTION SEQUENCE TYPICAL SECTIONS ADVANCE WARNING SIGNS AT PROJECT LIMITS CONSTRUCTION SEQUENCE LAYOUT WEBER ROAD INTERSECTION TRAFFIC CONTROL PLAN WEBER ROAD INTERSECTION TRAFFIC CONTROL PLAN WEBER ROAD INTERSECTION TRAFFIC CONTROL PLAN WEBER ROAD INTERSECTION TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN STEP 3 (1 OF 2) TRAFFIC CONTROL PLAN STEP 3 (2 OF 2) TRAFFIC CONTROL PLAN STEP 4 TRAFFIC CONTROL PLAN STEP 5 TRAFFIC CONTROL PLAN STEP 6 TRAFFIC CONTROL PLAN STEP 7 TRAFFIC CONTROL PLAN STEP 8 EXISTING WASTEWATER BASEMAP EXISTING WATER BASEMAP EXISTING STORM WATER BASEMAP EXISTING GAS BASEMAP UTILITY.PLAN AND PROFILE STA 3 +58 TO STA 5 +75 UTILITY PLAN AND PROFILE STA 5 +75 TO STA 11 +00 STA STA STA STA STA STA STA 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 23A 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 STEP 2A STEP 2B STEP 2C STEP 2D UTILITY PLAN AND PROFILE UTILITY PLAN AND PROFILE UTILITY PLAN AND PROFILE UTILITY PLAN AND PROFILE UTILITY PLAN AND PROFILE UTILITY PLAN AND PROFILE UTILITY PLAN AND PROFILE WASTEWATER SECTION DETAILS WATERLINE TIE -IN DETAILS 1 OF 3 WATERLINE TIE -IN DETAILS 2 OF 3 WATERLINE TIE --IN DETAILS 3 OF 3 DRAINAGE AREA MAP STA 0 +00 TO 27 +00 . DRAINAGE AREA MAP STA 27 +00 TO 45+00 HYDRAULIC DATA SHEET STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE STORM WATER PLAN AND PROFILE 11 +00 16 +25 21 +50 26 +75 32 +00 37 +25 42+50 TO TO TO TO TO TO TO STA 16 +25 STA 21 +50 STA 26 +75 STA 32 +00 STA 37 +25 STA 42 +50 STA 45 +00 STA 3 +58 TO STA 5 +75 STA 5 +75 TO STA 11 +00 STA 11 +00 TO STA 16 +25 TO STA 21 +50 TO STA 26 +75 TO STA 32 +00 TO STA 37+25 TO STA 42 +50 STA 16 +25 STA 21 +50 STA 26 +75 STA 32 +00 STA 37 +25 Table of Contents Page 4 of 6 _.. .I. I„ , 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 STORM WATER STORM WATER STORM WATER STORM WATER STREET PLAN STREET PLAN STREET PLAN STREET PLAN STREET PLAN STREET PLAN STREET PLAN STREET PLAN STREET PLAN PLAN AND PROFILE STA 42 +50 TO STA 45 +00 LATERALS 1 OF.3 LATERALS 2 OF 3 LATERALS 3 OF 3 AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE STA 3 +58 TO STA 5 +75 STA 5 +75 TO STA 11 +00 STA 11 +00 STA 16+25 STA 21 +50 STA 26 +75 STA 32 +00 STA 37 +25 STA 42 +50 TO STA TO STA TO STA TO STA TO STA TO STA TO STA INTERSECTION DETAILS WEBER ROAD STANDARD WATER DETAILS 1 OF 5 STANDARD WATER DETAILS 2 OF 5 STANDARD WATER DETAILS 3 OF 5 STANDARD WATER DETAILS 4 OF 5 STANDARD WATER DETAILS 5 OF 5 FLDCD WITH VAULT AND METER VAULT DETAILS SANITARY SEWER STANDARD DETAILS 1 OF 5 16 +25 21 +50 26 +75 32 +00 37 +25 42 +50 45 +00 SANITARY SEWER STANDARD DETAILS 2 OF 5 SANITARY SEWER STANDARD DETAILS 3 OF 5 SANITARY SEWER STANDARD DETAILS 4 OF 5 SANITARY SEWER STANDARD DETAILS 5 OF 5 MISCELLANEOUS DETAILS 1 OF 5 MISCELLANEOUS DETAILS 2 OF 5 MISCELLANEOUS DETAILS 3 OF 5 MISCELLANEOUS DETAILS 4 OF 5 MISCELLANEOUS DETAILS 5 OF 5 STORM WATER STANDARD DETAILS 1 OF 2 STORM WATER STANDARD DETAILS 2 OF 2 SINGLE BOX CULVERTS PRECAST AND CAST IN PLACE SCC -3 &4, SCP -4 SINGLE BOX CULVERTS PRECAST AND CAST IN PLACE SCC -5 &6, SCP-5, SCC -MD, SCP -MD 88 COMMERCIAL DRIVEWAY DETAILS 1 OF 2 89 COMMERCIAL DRIVEWAY DETAILS 2 OF 2 90 RESIDENTIAL DRIVEWAY DETAILS 1 OF 2 91 RESIDENTIAL DRIVEWAY DETAILS 2 OF 2 92 PEDESTRIAN FACILITIES PED -05 SHEETS 1 THRU 4 93 SIGN LAYOUT STA 3 +58 TO 22 +00 94 SIGN LAYOUT STA 22 +00 TO 44 +00 95 SIGN LAYOUT STA 44 +00 TO 45 +00 96 TRAFFIC SIGN REQUIREMENTS TSR(4) -08, TRAFFIC SIGNAL POLE FOUNDATION TS-FD-99, PEDESTRIAN SIGNAL HEAD DETAILS 97 SIGN MOUNTING DETAILS SMD(GEN) -06, SMD (SLIP- 2) -08, SMD(TWT) -08 98 ELECTRICAL DETAILS ED(1) -03, ED(2) -03, ED(3) -03 99 PAVEMENT MARKINGS LAYOUT STA 3 +58 TO 10 +50 100 PAVEMENT MARKINGS LAYOUT STA 10 +50 TO 21+00 101 PAVEMENT MARKINGS LAYOUT STA 21 +00 TO 31 +50 102 PAVEMENT MARKINGS LAYOUT STA 31+50 TO 42 +00 103 PAVEMENT MARKINGS LAYOUT STA 42 +00 TO 45 +00 104 PAVEMENT MARKING DETAILS PM(1) -03 - PM(4) -03 105 PAVEMENT MARKING PM(5)- 01(WORDS) PM(6)- 01(ARROWS) 106 TRAVERSE OR IN -LINE RUMBLE STRIP RS (4) -10 107 STORM WATER POLLUTION PREVENTION PLAN STA 3 +58 TO 10 +50 Table of Contents Page 5 of 6 108 STORM WATER POLLUTION PREVENTION PLAN STA 10 +50 TO 21 +00 109 STORM WATER POLLUTION PREVENTION PLAN STA 21+00 TO 31+50 110 STORM WATER POLLUTION PREVENTION PLAN STA 31+50 TO 42 +00 111 STORM WATER POLLUTION PREVENTION PLAN STA 42 +00 TO 45+00 112 POLLUTION CONTROL MEASURES EROSION CONTROL LOG 113 POLLUTION CONTROL MEASURES EC(3) -93 114 ENVIRONMENTAL PERMITS ISSUES AND COMMITMENTS (EPIC) SHEET 1 OF 2 115 ENVIRONMENTAL PERMITS ISSUES AND COMMITMENTS (EPIC). SHEET 2 OF 2 116 BARRICADE AND CONSTRUCTION DETAILS BC(1) -07 — BC(4) -07 117 BARRICADE AND CONSTRUCTION DETAILS BC(5) -07 — BC(8) -07 118 BARRICADE AND CONSTRUCTION DETAILS BC(9) -07 — BC(12) -07 119 TRAFFIC CONTROL PLAN TYPICAL DETAILS TCP(2 -1) -98 TCP(2-2)-03 TCP(2- 4)--03 TCP(2 -5) -03 120 TRAFFIC CONTROL PLAN MOBILE OPERATIONS TCP(3 -1) -98 TCP(3 -3)-98 121 WORK ZONE, TRAFFIC CONTROL, SIGNING FOR UNEVEN LANES WZ(STMP) -03, WZ(TD) -03, WZ(UL) -03 122 CONCRETE PAVING DETAILS JOINT SEALS JS -94 123 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CRCP(1) -11 APPENDIX A — GEOTECHNICAL INVESTIGATION NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 6 of 6 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: STAPLES STREET PHASE 1 - BRAWNER PARKWAY TO BARRACUDA PLACE (BOND 2008); PROJECT NO 6468; The Base Bid for this project consists of (approximately) 32,966 square yards of roadway excavation, 32,966 square yards of flexible base, 30,171 square yards of (4 ") HMAC , 32,966 square yards of geo -grid, 8,553 linear feet of curb and gutter, 54,331 square feet of concrete sidewalk, 3,087 linear feet of 18 " -48" RCP, 2,288 linear feet of concrete box culvert (4'x3' - 5'x5'), curb inlets, proposed 5' diameter manholes,1,410 linear feet of 8 " -15" PVC wastewater line, 2,226 linear feet of 6 " -8" PVC water line, 8" gate valves, fire hydrant assemblies, 24" tapping sleeves,.ADA improvements and concrete bus pad 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, February 22, 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, February 15, 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 t� mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred and no /100 Dollars ($100.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Dan Biles, P.E. Acting Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A J- 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 T 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 S. 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 IT OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED • BUILDERS' RISK - See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description .of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to t he 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 I I TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates, of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (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 (II) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services_ (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (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 Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110 (d) (7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article _ Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate')- A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current cert f cote of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 I I. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notifr the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employeesproviding services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services . on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self: Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 I I .. l L L...': I PART A - SPECIAL PROVISIONS ;I . ,.. I ... _.I I. ..'I .,..I..I..:. STAPLES STREET, PHASE 1 BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008) PROJECT NO. 6468 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2.00 p.m., Wednesday February 22, 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 - STAPLES STREET, PHASE 1 BRAWNER PARWAMY TO BARRACUDA PLACE (BCD 2008) PROJECT NO. 6468 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, February 15, 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 STAPLES STREET PHASE 1 - BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008); PROJECT NO. 6469; The Base Bid for this project consists of (approximately) 32,966 square yards of roadway excavation, 32,966 square yards of flexible base, 30,171 square yards of (4 ") HMAC , 32,966 square yards of geo -grid, 8,553 linear feet of curb and gutter, 54,331 square feet of concrete sidewalk, 3,087 linear feet of 18 " -48" RCP, 2,288 linear feet of concrete box culvert (4'x3' - 5'x5'), curb inlets, proposed 5' .diameter manholes,1,410 linear feet of 8 " -15" PVC wastewater line, 2,226 linear feet of 6 " -8" PVC water line, 8" gate valves, fire hydrant assemblies; 24" tapping sleeves, ADA improvements and concrete bus pad improvements; in accordance with the plans, specifications, and contract documents. Alternate Na. 1 - CONTINUOUSLY REINFORCED CONCRETE PAVEMENT IN LIEU OF HMAC (SEQUENCING /TRAFFIC CONTROL SAME AS SHOWN FOR THE BASE BID): Consists of installing 9" of continuously reinforced concrete pavement (Type P) in lieu of HMAC from Brawner Parkway to Barracuda Place. Section A - SP (Revised 12 /15/04) Page 1 of 26 Alternate No. 2 - Expedited Schedule from Weber Rd. /Doddridge Rd. intersection to Barracuda Place: Consists of expediting the construction from Weber /Doddridge intersection to Barracuda Place, including the Weber /Doddridge intersection. Alternate No. 3 - Expedited Schedule from Brawner Parkway to 'the Weber Road /Doddridge Rd. intersection: Consists of expediting the construction from Brawner Parkway to Weber /Doddridge intersection. A -4 Method of Award The bids will be evaluated based on the following, subject to availability of funds: 1. Total Base Bid -or- 2. Total Base Bid plus any combination of Additive Alternates. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted With the proposal: 1. 5% Bid -Bond (Must reference STAPLES STREET, PHASE 1 - BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008); PROJECT NO. 6468, 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 broken down as follows: Description Project Limits Calendar Days Liquidated Damages /Day Base Bid Bremner Parkway to Barracuda Place 420 $1,100. Alternate No. 1 Brawner Parkway to Barracuda Place (Concrete Pavement) - Sequencing /TCP as Shown in-Base Bid Same as Base Bid shown above. Alternate No. 2 Expedited Schedule -Weber /Doddridge intersection to Barracuda, including Weber /Doddridge intersection 210 (Expedited) 320 (Total) $2,000 Alternate No. 3 Expedited Schedule from Brawner Parkway to Weber /Doddridge intersection. 90 (Expedited) 360 (Total) $2,000 The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer") to proceed. Any section of work not completed within the allotted contract time as shown in the breakdown above will be assessed liquidated damages as stated below. For each calendar day that any work remains incomplete after the time specified in theContract for completion of the work or after such time period as extended pursuant to other provisions of. this Contract, ONE THOUSAND AND ONE HUNDRED DOLLARS ($1,100.00) per calendar day, will be assessed against the Contractor as liquidated damages. For any Alternates awarded, the liquidated damages shall apply as shown in the table above. Said liquidated damages are not imposed as a Section A - SP (Revised 12/15/04) Page 2 of 26 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. For the purpose of determining Liquidated Damages or contract payment under Alternates No. 2 & 3, the Contract Time will stop once Substantial Completion has been achieved by the Contractor. For the purpose of this contract, Substantial Completion is defined as the following: 1. All work items within the base bid, additive alternates, and approved change orders under this contract are completed and are serving their intended purpose. This includes the completion of the following: a. All lanes of traffic, intersections, driveways, sidewalks and ramps must be completed and open to the public and private ownerships including restorations of routes used for detour. Substantial completion includes all final surface course treatments for the roadway (2" HMAC), all manhole and valve cover adjuatmcntc, and all landscape related items. b. All onsite and offsite storm water improvements including channel grading, restoration and erosion control. c. All underground utilities, appurtenances, and adjustments including water, wastewater, electrical conduit, and traffic signalization improvements (pedestrian signal. heads & push buttons). d. All traffic controls including all striping, signage and signalization is installed and all temporary traffic controls are removed. 2. Punch List items that do not affect the overall intended purpose of the project shall be excluded from the definition of substantial completion. When Contractor considers the entire Work ready for its intended use Contractor shall notify City in writing that the entire Work is substantially complete and request that the City issue a certificate of Substantial Completion. Promptly after Contractor's notification, City, Contractor and Engineer shall make an inspection of the Work to determine the status of substantial completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons and a detailed list of items that must be completed. The City shall not assess Liquidated Damages against the Contractor for any day after the City issues the certificate of substantial completion. 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 Section A - SP (Revised 12/15/04) Page 3 of 26 Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -1D Wage Rates (Revised 7/5/00) Labor preference and wage rates for Highway construction. In coat of conflict, Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker_ The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1'M) 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 8 -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) Section A - SP (Revised 22/15/04) Page 4 of 26 A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using 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 telephone numbers are listed. City Engineer Project Engineer LNV ENGINEERING Dennis Miller, P.E. Antonio Saenz, III., P.E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C /AT &T City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 883 -1984 883 -1984 826 -3547 886 -2600 826 -1881 (826 -1888 826-1800 (826 -1888 885 -6900 (885 -6900 826 -1875 (826 -1888 826 -3451 826 -1940 1- 877 - 373 -4858 881 -2511 (1 -800- 824 -4424, 826-3500 883 -1986 (fax) 883 -1986 (fax) after after after after 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4355 hours) hours) hours) hours) after hours) 826 -3547 (857 -5060 after hours) (Pager 800 - 724 - 3624) (Pager 888- 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground_ The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and .completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground 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 Plumed over the streets or ground Section A - SP (Revised 12/15/04) Page 5 of 26 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 -].3 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. Please see Traffic Control sheets included in the construction drawings for Base Bid option. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are shown in the removal summary and paid for as shown in the proposal. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12/15/04) Page 6 of 26 A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet . of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and 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 CA7•ENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The detailed updated construction progress schedule shall be submitted with the monthly pay request. The working time for completion of the Project will be broken down as follows: Description Project Limits Calendar Days / Alloted Liquidated Damages /Day Base Bid Brawner Parkway to Barracuda Place 450 $1,100 Alternate No. 1 Bremner Parkway to Barracuda Place (Concrete Pavement) - Sequencing /'rCP as . Shown in Base Bid Same as Base Bid shown above. Alternate No. 2 Expedited Schedule- Weber /Doddridge intersection to Barracuda, including weber / Doddridge intersection 210 (Expedited) 320 (Total) $2,000 Alternate No. 3 Expedited Schedule from Bremner Parkway to Weber / Doddridge intersection. 90 (Expedited) 360 (Total) $2,000 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. Anz section of work not completed within the allotted contract time as shown in the breakdown above will be assessed liquidated damages as stated below. Section A - SP (Revised 12/15/04) Page 7 of 26 For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, ONE THOUSAND AND ONE HUNDRED DOLLARS ($1,100.00) per calendar day, will be assessed against the Contractor as liquidated damages. For any Alternates awarded, the liquidated damages shall apply as shown in the table above. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Days Allocation for Rain The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the nearest location is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes - Engineering. Services to coordinate As -Built plan preparation with A/E Consultant). (2) inspector prepares final quantities, contractor evaluation form, and project summary. (3) inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, As- Builts, 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_ (5) 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) If CDBC project, all federal forma completed and submitted (8) Final Acceptance Memorandum prepared by Administrative Assistant. Section A - SP (Revised 12/15/04) Page 8 of 26 Asst. reviews for completeness, prepares financial paperwork_ Administrative Asst. submits to Services /Operating Department Head for Asst. City Manager. Final Acceptance memo returned from Asst. City Manager. Authorization for payment (APP) prepared and submitted to Accounting Department. Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. direct approv funding availability, or of Engineering val and forwarding to 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, sections, measurements, bench marks, baselines, etc. that are normally to construct a project of this nature. Major controls and two (2) bench marks. required for project layout, provided by the City or Consultant Project Engineer. grades, required will be The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Surveyor or in house (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any Section A - SP (Revised 12/15/04) Page 9 of 26 work. Any discrepancies shall be noted by the Third Party or in house _Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; Water: • All top of valves box; • Valves vaults rim; Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow lint) ( -TXDOT and RR permits). A -20 Testing and Certification All tests required under laboratory selected by the will be borne by the City. done over after corrective this item must be done by a recognized testing City Engineer. The cost of the laboratory testing In the event that any test fails, that test must be measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications.to the City Engineer. A -21 Project Signs The Contractor must furnish and install 2 Project signs as furnished by the City indicated on the following drawings (Attachment 1, FOND 2008 Project begins and will be The location of the and as Sign). The signs must be installed before construction maintained throughout the Project period by the Contractor. signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/95) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Section A - SP {Revised 12/15/04) Page 10 of 26 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 11 of 26 1 f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have 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 cif minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate Ong inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and applicable. 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 12 of 26 A-24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the. City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%1 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 (1010. 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 (INTO LONGER APPLICABLE) following substituted in lieu thereof. Contracts for improvements to real preperty awarded by thc City of Corpus - the Comptroller of Public Accounts of Texas. 1. obtain the ncecooary oalco tax peemita from thc State Comptroller. Charges" in the propooal form thc coat of materials phyoically incorporated into thc Project. 2. Provide the City with copies- of material invoices to subotantiatc thc propeoal value of materials. Section A - SP (Revised 12/15/04) Page 13 of 26 pay for all sales, Eiccicc, and Ucc Taxcz appli able to thi❑ Project. Eubcontractoro arc eligible for salts tax exemption if the subcontractor alto complies with the above requirements. The Contractor mutt issue a rccalc A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: 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: R.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, • or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the. City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. Section A - SP (Revised 12/15/04) Page 14 of 26 A -27 Responsibility for Damage Claims (NOT USED) Paragraph (a) Ccncral Liability of Section E 6 11 of the General Provisions is amended to include: • coverage must be an nAll Risk" form. Ceftractor muct pay all eooto 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. Section A - SP (Revised 12/15/04) Page 15 of 26 Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. 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. Section A - SP (Revised 12/15/04) Page 16 of 26 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 3 -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-3I Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" 3 -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" 3 -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. Section A - SP (Revised 12/15/04) Page 17 of 26 A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the. Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) A. Vicitor /Contractor c ientation tics subcontractors, and each of their employees mutt have on their person a valid card ocrtifing their prior attendance at a Visitor /Contractor Safety Orientation Program conducted by thc City perform any work within any City water facility. For additional inf -eation refer to Attachment 1. C. D. The Contractor °hall not °tart, operate, or atop any pump, motor, valve, equipment, °witch, breaker, control, or any other item related an operator Department. or other authorized maintenance Protection of Water Quality employee of thc City Water all -times. The Contractor shall protect the quality of the water in thc job cite and shall coordinate its work with the City Water Conformity with ANSI /NCF Standard 61 All materials and equipment used in thc repair, reassembly, items, which could come into contact with potable water, must conform ward 61 as dczcribcd in the Standard Such materials- include all aolvcntc, cleaners, lubricants, gaskets, not be u°cd unlooa they conform with ANSI /NSF Standard 61 and unlesa i -mined ato9y _fie Section A - SP (Revised 12/15/04) Page 18 of 26 r. of ANCI /NCP Standard 61 approval into contact with potablc watcr. Handling and Diapooal of Trams All trash generated by thc Contractor or hio employees, agcnto, or oitc. Blowing trash will not be allowed. The Contractor ohall keep fer all materialo which .could comc CONTRACTOR, E ON SITE PREPAR7iTION Contractor's personncl must wear colored uniform ovcralla othcr than C. Contractor ahall providc telephones for Contractor personncl. Pant telephonca are not available for Contractor uoc. J. All Contractor vchicleo muot be parked at des- ignated- cite, an dcoignatcd by City Water Dcpartmcnt staff. All Contractor vehicles ;aunt be clearly labeled with company name. No private employee vehicles are allowed at O. N. Steveno Water Treatment Plant. All personnel must be i-n company vchicica. During working houra, nor wander through any buildings othcr than fer required work or as c ACQUISITION) Any work to thc computer based monitering and control cyotcm muot be J. includes, but is not limited to, modifications, additions, changco, cuatomining, debugging, calibrating, hardware and /or software pccifications. or placing in operation all specified or required by those 2. He has performed work on systems of comparable nip, type, and complexity as required in this Contract on at leaot three hcrcin for at least 5 y rs. Section A - SP (Revised 12/15/04) ' Page 19 of 26 £yotcros Enginccr, or an Electrical Engineer to supervisc or perform thc work rcquircd by thin specifications. completed a manufacturer's training course in configuring and implemcnting the specific computers, RTUS's, and coftwarc proposed for thc Contract. E. He maintains a permanent, fully staffed and cquippcd acrvicc 7. He shall furnish cqu pmcnt which is thc product of one manufacturer to thc maximum practical cxtcnt. Whcrc this is not practical, all equipment of a givcn type will bc the product of ono manufacturer. 8 rrior performance at the o. N. Stevens Water Treatment Plant will bc uocd in evaluating which Contractor or subcontractor programs the new work for this Project.. 3. Thc Contractor shall product all illcd out g -^ w =ng eeks rcquircd to show the programming as nccdcd and required, to add thcac two. cyrstcma to the existing City SC2DA system. which thc City requires to bc filled in and givcn to thc City Enginccr with all changco made during thc programming phacc. The attached shect is an example and is not intended to chow all of the required sheets. Thc Contractor will providc all L. Trenching Rcquiremento All trenching for this prof cct at the 0. N. Stevens Watcr Treatment Plant shall bc performcd using a backhoc or hand digging duc to the u cr f existing underground obatructiono No trenching makes 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. h. 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. Section A - SP (Revised 12/15/04) Page 20 of 26 e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be . detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 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) • the following: includes implementing water conservation mcasueo eotabliohcd for changing conditions. The City Engineer will provide a copy of the Plan to entraeter at the pre- conotruetion meeting. The Centraotor will keep a copy of the Plan on the Project site throughout constructi -en." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors '13" are incorporated by reference in this Special Provision_ A -39 Certificate of Occupancy and Final Acceptance NOT USED A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value Section A - SP (Revised 12/15/04) Page 21 of 26 l of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and, or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, 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 orders) 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: Section A - SP (itevieed 12/15/04) Page 22 of 26 (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas_ These are regulated by numerous agencies such as 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. Exp %ratory excavationa and Any pavement repair associated with exploratory excavations shall be considered subsidiary to the appropriate bid item. pad for according to the cctablished price for pavement patching. Contractor shall provide all his own survey .work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are section A - SP (Revised 12/15/04) Page 23 of 26 many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work, with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractors sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" {8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -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 20 OF 20), INCLUSIVE_ The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 16 OF 20). If the Contractor chooses to submit a print- out, the print -out shall'be accompanied by properly completed proposal pages 1, 2, 17, 18, and 19. 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- Section A - SP (Revised 12/15/04) Page 24 of 26 out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date)" A -52 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A -53 Regional Transportation Authority (RTA) Contract Documents All RTA Contract Documents (as listed in PART D) shall be executed and submitted to the City, prior to award of Contract. The RTA Contract Documents shall apply only to the RTA - identified improvements on this project. The City of Corpus Christi Standards shall take precedence, for the remainder of the project elements included on this Contract. Section A - SP (Revised 12/15/04) Page 25 of 26 SUBMITTAL TRANSMITTAL FORM PROJECT: STAPLES STREET, PHASE 1 - BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008) PROJECT No. 6468 DRAWING No. STR 840 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Ruben T. Perez, Jr. PE, LNV, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 26 of 26 !L, AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 22ND day of MAY, 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 Revtec Construction Resources, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $6,530,816.95 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: STAPLES STREET PHASE 1 BRAWNER TO BARRACUDA (BOND 2008) PROJECT NO. 6468 (TOTAL BASE BID + ALT. 1 + ALT. 2: $6,530,816.95) 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 (1 0) calendar days from date they receive written work order and will complete same within 330 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 ATTE QrYlt; t City Secretary APPROVED AS TO LEGAL FORM: By: Asst. City Attorney ATTEST ::_(lf Corporation)` (Note: if Person sighing for corporation is not President,- attach copy of authorization to sign). CITY OF CORPUS CHRISTI By: Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By: - C Daniel Biles, P.E. Interim Director of Engineering Services CONTRACTOR Reytec Construction Resources, Inc. 1901 Hollister (Address) Houston, TX 77080 (City) (State) (ZIP) 713/957 -4003 * 713/681 -0071 (Phone) (Fax) ZO1Z ° 51 .Az SY 011tikCiL Page 3 of 3 Rev. Jun -2010 P R O P O S A L FORM F 0 R STAPLES STREET PHASE 1 BRAWNER.PARKWAY TO BARRACUDA PLACE (BOND 2008) PROJECT NO. 6468 DEPARTMENT OF ENGINEERING SERVICES • CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 20 L. P I C O P O S A L Place: Corpus Christi, TX Date : 02/29/12 Proposal of Reytec Construction Resources, Inc: OR a Corporation organized and existing under the laws of the State of Texas a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: STAPLES STREET PHASE i BRAWNER PAREWAY . TO BARRACUDA PLACE (BOND 2008) PROJECT NO. 6468 ri at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following ' prices, to-wit: PROPOSAL FORM PAGE 2 OF 20 Li STAPLES STREET PEASE 1 - BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008) PROJECT NO. 6468 PART A - STREET IMflOVEMENTS 3 II - IV ..v BID ITEM Al QTY & DNIT . DESCRIPTION . 41.42 STA Preparing Right of Way, complete in place per 100 -FT station. UNIT PRICE IN FIGURES BID -ITEM EXTENSION $ S a.a' $ .207 (moo -- A2 8,553 LF Concrete,Curb and Gutter, complete in place per linear foot. $ 14.7 $ l 3 ` $ d} Qa — A3 300LF. Concrete Header Curb, complete in place per linear foot. 137 3 q o to A4 1,479 SY Concrete Driveway, complete in place per square yard. $ $ A5 32,966 SY Excavation (Roadway), complete in place per square yard. $ 7. $ A6 30,171 SY Type D Rot -Mix Asphalt Concrete Pavement (4 "), complete in place per square yard. 21 $ G 3 3 .fs r _. • A7 30,171 SY Seal Coat, complete in place per square yard, $ 1.s° -$ 7s. 427 A8 32,966 SY Emulsified Asphalt Treatment (Base Or Subgrade)(MC -30), complete in place per square yard. $ t) 74- A9 32,966 SY Flexible Base (Complete In Place) (Type A Grade 1)(12 "), complete in place, per square yard. $ 2 �� 2 /.2•.?-11 454. 4. cc. filawarallbamos TY 1 Geogrid Base Reinforcement, Tenser TX5- A10 32,966 SY 475 or approved equal prior to bid, complete $ 4": $ $c- — in place per square yard. A11 1,600 3Y Temporary Pavement Repair for Detour, complete in place per square yard. $ 6 - . Al2 15 MO Barricades, Signs, and Traffic Handling, complete in place per. month. $ 1 .... $ £S d4' - A13 1,479 SY Temporary Driveways, complete in place per square yard. $ -. $ 314—_ r A14 10 EA Temporary Speed Plumps, complete in place per each. E� -` $ 1,��3 $ (L t oO O-- 447-' Gil.- - A15 933 SY Construction Exits installed (Type 1), complete in,place per.square yard.. $ S. $ ¢ 6 A16 933 SY Construction Exits Removed, complete in place per square yard., $ 5: .$ ` 6 C: A17 5 EA Ozone Day, complete in place per each. $ Sea- $ 2., 3'bo - (REV -2? PROPOSAL FORK - PA9E 3 OP 19 ADDENDUM NO. 2 ATTACHMENT NO. 5 Page 3 of 19 IIx xv v . HID ITEM QTY & ugly DESCRIPTION UNIT PRICE IN FIGURES Bat) ITEM EXTENSION A18 A20 58 EA Sign Assemblies with Aluminum Signs (Type A ), complete in place per each. 2 j1ortb1c Chang blc Mcanagc Cign, oomplcto in place per eaeh, 2,591 LF Erosion Control Log (12" Diameter)(Install & Remove ), complete in place per linear foot. $ 3$a' $ 22 ,=40- o°r $ 4" 1 $ 0.00 $ (o, 344:- 44 - A21. 2,591 LF Erosion Control Log (12" Diameter )(Remove & Replace), complete in place per linear foot. 4:. $ (o, 3'4^ A22 68,008 SE Cellulose Fiber Mulch Seeding, complete in place per square foot. A23 1 LS Mobilization / Demobilization, complete in place per lump sum. $ 7 DO1000 A24 9,100 EA Work Zone Pavement Marking Short Term (TAB) Type Yellow - 2,, complete in place per each. $ A25 10,490 EA Work one Pavement Marking Short Terra (TAB) Type Write, complete in place per each. $ 31, 47. A26 1,.748 LE Reflectorized Pavement Marking Type I (White) 4" (Broken) (900i1), complete in place per linear foot. � 4S $ A27 292 LE Reflectorized Pavement Marking Type I (White) 8" (Solid) (90mil), complete in place per linear foot. $ a g 248 za A28 Reflectorized Pavement Marking Type I (White) 122 LF 16" (Solid) (90mil), complete in place per linear foot: $ 67 A29 214 LF Reflectorized Pavement Marking Type 1 (White) - 24" (Solid) (90mi1 ), complete in place per . linear foot. $ 7,7 $ 1.41z. A30 6,583 LF Reflectorized Pavement Marking Type 1 (Yellow) 4" (Solid) (90mil), complete in place per linear foot. $ fa.`K' $ 2.9 Lz A31 1,406 LF Reflectorized Pavement Marking Type I (Yellow) 4" (Broken) (90m11), complete in place per linear foot. $ C,"4- $ 6 32,1 A32 • 100 LF Reflectorized Pavement Marking Type 1 (Yellow) 24" (Solid) (90mil), complete in place per linear foot. $_ 7:. $ 7.0° A33 64 EA • Prefabricated Pavement. Marking Type C (White) (Arrow) , complete in place per each. $ 44...: $ ( m` 2 4 °-- A34 12 Prefabricated Pavement Marking Type C (White) (Word), complete in place per each. $ 2,a _ $ 3, (y 4 - A35 . _ 9 EA Prefabricated Pavement Marking Type C (White) (Double Arrow), complete in place per each. $ u..: $ I, o _ (xsv -1) PROPOSAL FOAM . PAeB 4 OF 19 ADDENDUM NO. 2 ATTACHMENT NO.5 Page 4of19 T II . • III Iv v SID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION - A36 ' 72 EA Prefabricated Pavement Marking Type C (White) (18 ") (Yield Triangle), complete in place per each. $ 3.C' • - $ 2 4-2.- A37 260 EA Reflectorized Pavement Marker Type II -A -A, complete in place per each. $ r $ i W 2..._ . A38 130 Reflectorized Pavement Marker Type I -C, complete in place per each. - $ gI v A39. 8 EA Rumble Strips (Standard Pattern), complete in place per each. $ 1 3e_� • $ (o, 4.0_ A9() • 20 EA Work Zone Entrance Signs for Business, -- complete in place per each. $ 4 . $ y 6,go PART A - SUB- TOTAL STREET IMPROVEMENTS (ITEMS Al THRU A40)e (RBV -1). PROPOOAL FORK PAGE 5 OP 19 02/431 /.-z ADDENDUM NO. 2 ATTACHMENT NO. 5 Page •6 of 19 STAPLES STREET PHASE 9. - BRAWNER PARKWAY TO EARRACUD PLACE (BOND 2008) PROJECT NO. 6468 PART A - STORM WATER IMPROVEMENTS I II xxI BID ITEM • QTY & :UNIT DESCRIPTION 131 29 EA 5' Curb Inlet (Type C)(Complete), complete in place per each. B2 9 EA 5' Curb Inlet (Type C)(Mod) (Complete), complete in place per each. Iv UNIT PRICE IN FIGURES $ Z, - - $ Z sv v BID ITEM EXTENSION $!, 2oo- $ ZZ, sac. 133 42 EA• 5' Curb Inlet Extension (Type E), complete in place per each. $ $ , 4- 34 21 EA • 35 3 EA 5' Storm Water Manhole - in place per each. • 5' Storm Water Manhole place per each. (Type A), complete (Mod), complete in $ $ 9on a ooe^ 36 38 EA Trench Safety (Storm Water Inlets), complete in place per each. $ 2S~ B7 24 EA Trench Safety (Storm Water Manholes), complete in place per each. $ 5D B8 5,375 LE' Trench Safety (Storm Water), complete in place per linear foot. $ 1^ 139 5,375 LF Dewatering, complete in place per linear foot. $ 5" B1O 828 LF 18" Reinforced Concrete Pipe (Class III), $ 1,=.17 complete in place per linear foot. B11 835 LF 24" Reinforced Concrete.Pipe (Class III), "complete in .place per linear foot. $ $ - 91.9 �s- 1312 98 LF 30" Reinforced Concrete Pipe (Class III), complete in place per linear foot. $ 14o- $ (3, 7La' 313 1,273 LF 36" Reinforced Concrete Pipe (Class III), complete in place per linear foot. $ 15Z i . 1314 12 LF 42" Reinforced Concrete Pipe (Class III), complete in place per linear foot. $ 32.e $ 3 Z 4c... 315 40 LF 48" Reinforced Concrete Pipe (Class III), complete in place per linear foot. $ 41s~ $ (9, 316 641 LF Concrete Box Culvert (4'X3'), complete in place per linear foot. $ Zx° $ 14-1, iRav -1) PROPOSAL FORM PAGE S OP 19 ADDENDUM NO. 2 ATTACHMENT NO. 5 Page G of 19 I I ' II III . " IV . v BID ITEM vry & UNIT DESCRIPTION PRICE IN FIGURES 2311) ITEM EXTENSION 517 "•397 LF Concrete Box Culvert (5'X3'), complete in place per linear foot. $ Z4 %': $ 'g,4,51,— B18 ' 1,058 LF Concrete Box Culvert (5'X4'), complete in "place per linear foot. $ 342.-": $ 3c4. $ 34 819 192, LF Concrete Box Culvert (5'X5'), complete in place per linear foot. $ 4s-o : $ t. 4oQ- 820 6 EA Pre -Cast Reinforced Concrete Cap for RCP, complete in place per each. $ 3sb: $ 2, t fl. - B21 .5,375 -LF Post Televised Inspection (Storm Water), complete in place per linear foot. $ 4. $ 24. 3-1")- 822 5 EA Sidewalk Drains, complete in place per - each. $ L4 .e- $ 7, °10 °- 823 fi Adjust Storm Water Manholes, complete in place per each. - 804:: $ %c. c., -- B24 280 SF Storm water Pavement Repair (Temporary), complete in place per square foot. $ - $ �' vv- PART B - 8U5 -TOTAL STORM WATER IMPROVEMENTS (.ITEMS 51 THRU 524) : $ 1.42J4 14.4k": (REV -1) PROPOSAL FORM PACE 7 OF 19 ADDENDUM NO. 2 ATTACHMENT NQ. 6 Page 7 of 19 STAPLES STREET PHASE 1 - BRANNER PARKWAT TO BARRACUDA PLA.CE (BOND 2008) PROJECT NO. 6468 PART C - WASTEWATER IMPROVEMENTS I 111 IV v DID ITEM DESCRIPTION v}TXT PRICE IN FIGURES BID ITEM ERTENSSTON C1 . 454 LF Remove 8" VCP & Replace with 8" PVC (SDR 26) (12' -14' Depth), complete in place per linear foot. $ SS, $qt. C2 131 LE Remove 8" VCP & Replace with 8" PVC (SDR 26)' (18'•-20' Depth) , complete in place per linear foot. $ 2-V? 34.97? C3 527 LE Remove 10" VCP C. Replace with 10" PVC (SDR 26)(12' -14' Depth), complete in place per linear foot. $ C4 195 LF Remove 10" VCP & Replace with 10" PVC (SDR 26)(14' -16' Depth), complete in place per linear foot: $ Z-9 ?' $ C5 28 LE C6 75 LF Remove 10" VCP & Replace with 10" PVC (SDR 26)(18' -20' Depth), Complete in place per linear foot. C7 1,410 LF $. 534 "t4.5. 2/ Remove 15" VCP & Replace with 15" PVC (SDR 26)(16' -18' Depth), complete in place per linear foot. Trench Safety (Wastewater), complete in place per linear foot. $ 37-07 $ L e C8 6 EA 4'- Diameter Wastewater Manhole (s6') (Fiberglass), complete in place per each. $ (a aoo- C9 37 VF 4'-- Diameter Wastewater Manhole (Extra Depth) (Fiberglass) , complete in place per vertical foot. $ 7-p..' $ 7. 4..- C10 7 EA Remove 4'- Diameter Brick Wastewater' Manhole, complete in place per each. $ cioo : $ `. 300 - C11 1 EA 5' Dia. Wastewater Manhole (56FT) (Fiberglass) , complete in place per each. $ (¢, .00e-- $ 145 nao- C12 - 10 VF 5' Dia. Wastewater.Manhole (Extra Depth) (Fiberglass), complete in place per vertical foot. . $ 3 a-7 $ 3 &DA. ~ - C13 7 EA Trench Safety (Wastewater Manholes), complete in place per each. $ I ° °- $ i °a + C14 7 EA By -Pass Pumping for Wastewater Manholes, completein place per each. $ 4,0•=7 $ ?pima - [RSV -1) PROPOSAL PORK PAM 8 OP19 ADDENDUM NO. 2 ATTACHMENT NO. 5 Page 8 of 19 I - II III Iv V DXD ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES SID ITR1l4 EXTENSION C15 1,410 LF Pre and Post Televised Inspection (Wastewater} , complete in place per linear foot. $ Z f - - $ Z, ti a- C16 - 1,141 SF Utility Pavement,Repair (Temporary), complete in place per square foot. - $ S: $ ;',7-s;',7-s":" 70 C17 Wastewater Connections, complete in place per each. $ t aeon $ G., Oc..^ C18 8 EA Adjust Existing Wastewater Manholes, complete in place per each. $ ( p•e` $ +�,000— - C19 1 IS Wastewater Utility Allowance, complete in place per lump suet. $50,000.00, $ 50, 000.00, [ C20 1 1,410 LF .Dewatering (Wastewater), complete i place per linear foot. $ 1..1 $ l4 (ea PART C - SUB -TOTAL WASTEWATER IMPROVEMENTS (ITEMS C1 TERV C20)t (REV -1) PROPOSAL PORE PAGE 9 OP 19 ADDENDUM NO. 2 ATTACHMENT NO.5 Page 9 of 19 -1. STAPLES STREET PHASE 1 - SIMMER PARKWAY TO BARRACUDA PLACE (BOND 2008) PROJECT NO. 6468 PART p - ADA IMPROVEMENTS -x. Ii III IV V HID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES .SID ITEM EXTENSION• - , D1 54,331 SF Concrete Sidewalk, complete in place per square foot. $ �.. $ Z1(, 4. srs D2 2,943 SF Concrete Curb Ramp, complete in place per square foot. `4r D3 1.148 LF Reflectorized Pavement Marking Type I (White) 12" (Solid) (90mil), complete in place per linear foot. • $ 3� D4 728 LF Reflectorized Pavement Marking Type I (White)- 24" (Solid) (9Qmil), complete in place per linear foot. $ 7" $ S, aS4` - D5 8 EA Pedestrian Push Button, complete in place per each. $ .39o_ $ 3, t2. — D6 5 EA 8' Pedestrian Pole, complete in place per each. $ D7 8 EA LED Pedestrian Signal Heads, complete in place per each. $ 4; Sac D8 29 LF Reinforced Drilled Shaft 24" Diameter (Type A), complete in place per linear foot. 44� $ - 4.o4a D9 2 EA Flashing Beacon Assemblies, complete in place per each. $ - 466. 06 PART D - SUS-TOTAL ADA IMPROVEMENTS (ITEMS D7. THRU D9): $ 344.37i (REV -1) PROPOSAL FORK PARR 10 OV 19 ADDENDUM NO. 2 ATTACHMENT NO. 5 Page 10 of 19 PART E - RTA IMPROVEMENTS L I II III Iv v BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES SID ITEM EXTENSION El 480 SY Concrete Bus Pad, complete in place per square yard. $ �s- $ 4r `o.)_ E2 150 SY Concrete Shelter Pad, complete in place per square yard. $ L.oa^ $ is o.i-- PART E - SUS -TOTAL RTA IMPROVEMENTS (ITEMS El T=AUT 12) : PART F - MIS IMPROVEMENTS I II III IV V BX1 ITEM & UNIT ' DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION Fl 4,146 LF 2" Fiber Optic Conduit, complete in place per linear foot. $ fix; $ 21 '30,3:- P,2 EA Fiber Optic Ground Box, complete in place per each. $ ter..— $ 7 iad"- PART F -.SUB -TOTAL MIS IMPROVEMENTS (ITEMS F1 THRU F2): STAPLES STREET PHASE 1 - BRANNER PARKWAY TO BARRACUDA PLACE'(BOND 2008) PROJECT NO. 6458 PART G - GAS IMPROVEMENTS 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION - UNIT PRICE IN FIGURES BID ITEM EXTENSION Gl 32 EA Adjust Gas Valves, complete in place per each. �jpO $ 4"� SUBTOTAL GAO IMPROVEMENTS - (ITEM G1) $ S, cast/ -z1 PROPOSAL FORM PAGE 11 OF 19 Co era, - ADDENDUM NO.2 ATTACHMENT NO.5 Paget' of 19 PART H - WAT9# IMPROVEMENTS x II III IV 11 BID TTEK QTY. & UNIT DESCRIPTION UNIT PRICE BID ITEM IN FIGURES EXTENSION H1 470 LF • H2 1,756 LF H3 7 EA 6" PVC Waterline (C900 DR 19), complete in place per linear foot. 8" PVC Waterline (C900 DR 18), complete in place per linear foot. 114 24 EA 6" Gate Valve, complete in place per each. 115 18 EA 116 7 EA B" Gate Valve, complete in place per each 1 EA $ $ S e4.. $ st n.d 6" - 45° Bends, complete in place per each. $ l9 fl - $_ 3, 42-- 6" - 90° Bends, complete in place per each. H8 62 EA $ t' 8" - 22.5° Bends, complete in place per each. 8" - 45° Bends, complete in place per each. 119. 1 EA $ Z3"' $ 14, 2��! B' - 90° Bends, complete in place per each. 1110 1 EA H11 2 EA H12 1. HA 1113 7 EA $ 6" X 6" Tapping Sleeve, complete in place per each. 24" X 6" Tapping Sleeve, complete in place per each. $ 4. w °- $ `f, $ (.. o•a- $ l2 a 1�_ 6" X 6 ".Tee, complete in place as per each. $ 27.- 8" X 6"- Tee, complete in place as per $ of {REV -1) PROPOSAL FOAM PAM 12 OF 19 ATTACHMENT NO. 5 Page 120119 1114 . 10 EA 8" X 8" Tee, complete in place per each. $ 3 <.. $ 3 6d=, 1115 10 EA 8" X 4" Reducer, complete in place per each. $ 2.7e7 $ l- H16 11 8 "'X 6" Reducer, complete in place per each. $ '2.5Q:' $ 3, rq., - H17 g EA • 6 ". X 2" Reducer, complete in place per each. $ 4�� $� a. Hl$ 2 EA 4" X 2" Reducer, complete in place per each. $ 12., $ 2.4 - 1119 . 3 EA 2 " -B" Plug, complete in place per each. $ 1. Q,ao ; $ t; 4. - I ADDENDUM NO. 2 {REV -1) PROPOSAL FOAM PAM 12 OF 19 ATTACHMENT NO. 5 Page 120119 sxx .Iv v SID ITEM. 1120 QTY & UNIT DESCRIPTION UNIT PRICE BID I'i'EN IN FIGURES EXTENSION 1,399 LE 121 7 EA Remove 2" -8" Water Line, complete in place per linear foot. R22 17 EA $ 8- $ 1 1, t 4 2 — Fire Hydrant Assembly W/ 8" X 6" Tee and 6" Gate V'aive, complete in place per each. Fire Hydrant Assembly W/ 6" Gate Valve, complete in place per each. $ l n -` $ 28., 4,(aa $ 41IPZIAlab"- $ 64. 7b *- 67iL` 1123 2 EA H24 1125 1126 8,410 SF • 2,226 LE 17 F.A. 1127 180 CY Water Service, complete in place per each. 1128 1129 1130 1131. 1132 200 LE 10 EA 20 EA 2 EA 1 LS $ $ 2, uoe- • Utility Pavement Repair (Temporary), complete in place, per square foot. Trench Safety (Waterlines), complete in place per linear foot. Waterline Connection (2 ", 8 ", & 12 "), complete in place per each Backfill for Existing 24" DIP Waterline (Cement Stabilized), complete in place per cubic yard. Exploratory Excavation Trench, complete in place per linear foot. Exploratory Excavation Spot, complete in place per each. Adjust Water'Valves, complete in place per each. Adjust Water Valve Vault, complete in place per each. Water Utility Allowance, complete in place per lump sum. $ tS, aoc■-••• $ 22.4,7 g a- $50,000.00 $ 50,000.00 H33 BO 6" DIP Water line, complete in place per $ linear foot. '2/o7 $ PART 11 - STIR-TOTAL WATER IMPROVEMENTS {ITEMS 131 THRU 1133) : $ "$, 3 4.`$ (RSV -1) • paaposz. PORN MOB 13 OF 19 ADDENDUM NO. 2 ATTACHMENT NO. 6 . Page 13of19 STAPLES STREET PHASE 1 - BRANNER PARKWAY TO BARRACUDA PLACE (BOND 2008) PROcTECT NO . 6468 (ALTERNATE NO. 1 - CONTINUOUSLY REINFORCED CONCRETE PAVING T 17 III Iv v BID ITEM . OT!•& UNIT DESCRIPTION UNIT PRICE IN FIGURES HID ITEM EXTENSION A1-1 32,566 SY TY 1 Geogrid Base Reinforcement,•Tenear T]C5 -475 or approved equal prior to bid, complete in place per square yard. $ 4.7 $ 131, S S•4 A1 -2 ' 32,966 SY Flexible Base (Complete in Place) (Type A --Grad 1) (6") , complete in place per. square yard. $ 8 • $ 243,-72Z-- , A1-3 32,966 SY Type D Hot -Mix Asphalt Concrete Pavement (1 ") Bond Breaker, complete in place per square yard. _ $ '7 $ l_30, 7 42 r . A1 -4 30,171 SY Continuously Reinforced Concrete Pavement (9 ") (Type P), complete in place per square yard. $ 44.'1 . $ (, 33? 8(4-- A1-5 (30;171} SY Deduct - Type A Hot -Mix Asphalt Concrete Pavement (4 "), complete in place per square yard. $ 21:. ., $ - 417, f41 " • A1-6 (30,171) SY Deduct - Sea]. Coat, complete in place per square Yard. S° $ 2- $ - 7 S 5127 A1-7 (32,966) SY Deduct - Flexible Base (Complete in Place) (Type A Grade 1) (12 "), complete in place per square Yard. - $ 1S7 $ - 444, 44o— A1-8 (32,966) SY Deduct - Geo -Grid Base Reinforcement (Type 1), complete in place per square $ 4.7 $ - 131. 844-- yard. ALTERNATIVE KO. 1 - SUS -TOTAL (ITENE A1-1 THRU A1-8)i CRBV -1) PROPOSAL PORN PAU% 19 OF 19 $ 47s, SY7. ADDENDUM NO. 2 ATTACHMENT NO. 6 Page 14 0119 .ALTER TE z(. 2 - EXPEDITED VDU BRANNER $AiENA O BARRACUDA 11.11111E1111. Slit - givx. & IT* tisriz 1111111.111.1111.1111111111111C31111 u T w'RzCE IN F QURBB . DID =mamas DESCRIPTION 1 Ls IMI • Expedited achedu1e from Drawler Parkway to Barracuda 4330 Calendar Days), complete JD place per lump sane. $ L . '-a. ... 4 to......,..., . ALTERNATIVE 110. 2 . - 848 - TOTAL ( =BNB A2 -1) : A BID SUMMARY- WIWI ENLOE RID (PART A + PART D + : BART C + PART A + - PAT 8 + .FART :'P, { PART Q + PART 101 TOTAL- ALTEMMILTE 110. 1 TOTAL . ALTERNATE NC, 2 40M-13 eacaaax. Vs eaps 25 or 29 c (71 179 1/.5 ADDENDUM'NO.2 ATTACHMENT NO.6 Mtge 16 of 19 Z. r 1 r i 1• fa • rf STAPLES STREET PHASE 1 BRAWL PAPENAY TO BARBACUDA PLACE (BOA 2008) PROJECT ND_ 6468 BID SUMMARY TOTAL, EASE BID (PAR.'T A + PAR£ B + BAStm C -r PART D + PAR'S E + PART F PART G + PAit`.C. H) TOTAL. ALOE TOTAL ALA NO, 2 PECQPOSIZ =EX PAGE 16 Q8 20 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract docmnents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the. City are in any sense a warranty but are mere estimates for the guidance of the Contractor_ Upon notification of award of contract, we wi).l within ten (10) calendar. days; execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment .Bond'.4as recgtired) to insure payment for all labor and materials. The bid bond attached to this proposal in the amount of 5% of the highest amount bid, i.s to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and addita.ona) work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days oaf receipt of bids, submit to the City Engineer, in writing, the names . and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation Purpose. NuMber of Signed Sets of Docuncents : The contract and all bonds will be prepared in not less than four counterpart ( original signed) sets. Time of Completion: The undersigned agrees to complete the work within: 3 f. The working tame for completion of the Project will 1. be broken down as follows: • neacript3on Project Limits • Calendar fla • / . Al.loted . Ligaid tad Damagae01 iy Hasa Bid :araaner Parkway to Barracuda Place 450 $14100- Alternate Ne.t. sra nex Parkway to Barracuda Place •Concrete Pavement)- Sequanciagf''CP as Shown in Base Bid Same as Base Bid shown above. .. . =tazaate No. 2 $rp ditad.Schedele- Brawner Parkway to Barracuda: 330 $.24000 . from the date designated by a Work Order. 2ROP{39AL &'ORM PAGE 17 0? 20 k i 'the undersigned further declares that he will provide all. necessary tools and apparatus, do all the work and furnish ail-materials and do everything requited to carry out the above mentioned work covered by this .nroposai, in strict accordance with the contract. documents and the regrirements pertaining thereto, for the sum or sums aborts set forth_ Receipt of the following addenda is acknowledged (addenda number): #1, #2 (SEAL - IF BTfDER iS -a Corporation) Respectfully submitted: Name; Gregg T. Reyes By: Address: SIGNA 1901 Hollister (P.O. Box) (Street) Houston, Texas 77080 Telephone NOTE:. Do not detach bid from other papers. Fill in with ink and submit .complete with attached papers. PROPOSAL FORM PAGE 10 OP 20 (City) (State) (Zip) 713.957.4003 (Revised.August 2000) :i s J V PAYMENT BOND STATE OF TEXAS COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No. 105704240 That Reytec Construction Resources, Inc. of the City of Houston , County of Harris , and State of Texas , as principal ( "Principal "), and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERIgA a solvent company duly authorized under the laws of the State of Texas to act as surety- on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this . bond in the penal sum of SIX MILLION, FIVE HUNDRED THIRTY THOUSAND, EIGHT HUNDRED SIXTEEN AND 951100 U.S. Dollars ($ 6,530,816.95 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 22ND day of MAY, 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: STAPLES STREET PHASE 1 BRAWNER :TO BARRACUDA (BOND 2008) PROJECT NO. 6468 (TOTAL BASE BID + ALT. 1 + ALT. 2: $6,530,816.95) 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 30th day of May , 2012. PRINCIPAL SURETY TRAVELERS CASUAL Reytec Construction Resources, Inc. of ' i RICA By: Title: P esident Reyes ATTEST: Secretgry Address: 1901 Hollister St Houston, TX 77080 Rev. Date May 2011 B AND SURETY COMPANY ney -in -fact n Parker #1238909 Address: 4650 Westway Park Blvd. Houston,'Texas 77041 -2036 Telephone: 281/606 -8400 Fax: 281/606 -8436 E -Mail: ]Parker @ins-- alliance.com Payment Bond Page 2 of 3 Hoastoan, Woodard, Eason, Gentle, ` omforde, and Anderson, Inc. dba Insurehce Affiance 1776 Yorktown, Suite 200 liw ton, Texas 11056 -4114 11:4 Mout #1381 ViaisT #760362043 i ...JI ....I...._..__ I .Name Arid address of•Resident Agentof•Surety in Nueces County, Texas, for delivery of .• (notice and service of process: • Name: . Kevin Keetch Agency: Keetch and Associates Insurance Address: 1718 Sante Fe St. (Physical Street Address) Corpus Christi, TX 78404 (City) (State) (Zip) Telephone: 361/883 -3803 E -Mail: kwoods @keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business .in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 I TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 214281 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 4 5 9 7 613 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint C. W. Adams, Harlan J. Berger, Andrew J. Janda, Donald E. Woodard Jr, Michael Cole, Sue Kohler, Cheryl R. Colson, Sharon Cavanaugh, Leland L. Rauch, and JoAnn Parker of the City of Houston , State of Texas , their true and Lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or-proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 20th day of October 2011 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Geo Thompson, ice President 20th October 2011 On this the day of before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440 -6 -11 Printed in U.S.A. C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i Li I. LI PERFORMANCE BOND STATE OF TEXAS § BOND No. 105704240 COUNTY OF NUECES § KNOW ALL' BY THESE PRESENTS: That Revtec Construction Resources, Inc. of the City of Houston , County of Harris , and State of Texas , as principal ( "Principal "), and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERI91a 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 SIX MILLION, FIVE HUNDRED THIRTY THOUSAND, EIGHT HUNDRED SIXTEEN AND 95/100 U.S. Dollars ($ 6,530,816.95 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 22ND of MAY , 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: STAPLES STREET PHASE 1 BRAWNER TO BARRACUDA (BOND 2008) PROJECT NO. 6468 (TOTAL BASE BID + ALT. 1 + ALT. 2: $6,530,816.95) 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 30th , 2012. day of May PRINCIPAL SURETY TRAVELERS CASU• ! AND SURETY COMPANY Reytec Construction Reso � s, In OF A u RICA —� Ws t By_ regg T. Reyes Title: President ATTEST: Secretary orney -in -fact Ann Parker #1238 Address: 1901 Hollister St ' Houston, TX 77080 (Rev. Date May 2011) Address: 4650 Westway Park Blvd. Houston, Texas 77041 -2036 Telephone: 281/606 -8400 Fax: 281/606 -8436 E -Mail: jparker@ins- alliance.com Performance Bond Page 2 of 3 Hoe stoun, Woodard., Eleien, Gentle, . To ifordc, and Anderson, Inc. dba Insurance Alliance 1776 Yorktown, Suite 200 Houston, Tee 77056 -4114 TDI License #1381 FEIN ##760362043 H L. J Name and address of Resident Agent_of Surety in Nueces County, Texas, for delivery of noticaand service of. process: Name: Kevin Keetch Agency: Keetch and Associates Insurance Address: 1718 Sante Fe St. (Physical Street Address) Corpus Christi, TX 78404 (City) Telephone: 361/883 --3803 E -Mail: (State) (Zip) kwoods @keetchins.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 2611) Performance Bond Page 3 of 3 TRAVELERS J City of Corpus Christi Legal Department 302 S. Shoreline - P. O. Box 9277 Corpus Christi, Texas 78469 Re: Certification of Power of Attorney for Performance and Payment Bonds: City of Corpus Christi Public Works Contract: Various Gentlemen: I hereby certify that the facsimile power of attorney submitted by C.W. Adams, Harlan J. Berger, Andrew J. Janda, Donate E. Woodard, Jr., Michael Cole, Sue Kohler, Cheryl R Colson, Sharon Cavanaugh, Leland L. Rauch, and JoAnn Parker on behalf of FARMINGTON CASUALTY COMPANY, FIDELITY AND GUARANTY INSURANCE COMPANY, FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., ST. PAUL FIRE AND MARINE INSURANCE COMPANY, ST. PAUL GUARDIAN INSURANCE COMPANY, ST. PAUL MERCURY INSURANCE COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, UNITED STATES FIDELITY AND GUARANTY COMPANY, for Various (contractor) is a true and correct copy of the original power of attorney on file in the records of the surety in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of sucb power of said agent, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) clays thereof. Signed this 28th day of May, 2012. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company The State of Texas City of Dallas N Tit St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company topper H. ble, Regional Vice President Sworn and subscribed to before me on this 28th day of May, 2012 da,z�a d`1i Frances Adams, Notary Public My Commission expires: January 6, 2015 This instrument was acknowledged before me on May 28, 2012 by Christopher H. Noble, Regional Vice President of FARMINGTON CASUALTY COMPANY, FIDELITY AND GUARANTY INSURANCE COMPANY, FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., ST. PAUL FIRE AND MARINE INSURANCE COMPANY, ST. PAUL GUARDIAN INSURANCE COMPANY, ST. PAUL MERCURY INSURANCE COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, , UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, on behalf of said corporation. 44,aitga )1AF? Frances Adams, Notary Public My Commission expires: January 6, 2015 STPAUL We TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America, for information or to make a complaint at: St. Paul Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3000 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. SUPPLIERAIiSER TO BE ASSIGNED Eft CITY PURCKAS1NG DIVISION City of - CITY OF CORPUS CHRISM Coipus DISCLOSURE OF INTEREST Clangi City of Corpus Christi Ordinance 171 12, as amended, requires all persons or firms seeking to do business wait the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. cOMPANYNAME: Reytec Construction Resources, Inc. P. O. BOX; STREET ADDRESS: 1901 Hollister cm: Houston ZIP: .77080= FIRM 15: 1. Corporation 2. Partnership 3. Sole Owns' 0 4. Association 11 6. Other ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi havingg.an "ownership . interests' constituting 3% or more of the ownership In a above named "firm." NameNIA Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" consf ling 3% or more of the ownership in the above named "firm Name NIA Title 3; State the names of each "board member" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership in the above named "firth. " I :t L.. Name Board, Commission or Committee NIA 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership: interest" constituting 3 % or more of the ownership in the above named "first." Consultant Name NIA PROPOSAL FORA PACE 15 OF 26 S { • FILING REQUIREMENTS . If a person who requests official action on a matter knows that the requested action wtl confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the C official, employee or body that has bee requested to act in the matter, unless the interest of the ity official or employee in the matter is apparent The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that i have n knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur:` Certifying Person: Gregg T. Reyes urea etgll Signature of Certifying Person: Title: Gregg T. Reyes. DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas, b. "Economic benefit". An action that is likely to affect an economic interest if it Is likely to have an effect on that interest that is distinguishable from its effect on members of the public in i i general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service including . but not limited to, entities operated in the form of sole proprietorship, as self- employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non- profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City. Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas: f. "Ownership Interest. Legal or equitable interest, whether actually or constructively. held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special turns of venture or partnership agreements." g. "Consultant. ". Any person or firm, such as engineers and architects, 'hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL SOBS PACE 20 or 20 CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DOfyyY 5/25/2012 THIS CERTIFICATE IS ISSUED A5 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). NANE:,Ct' PRODUCER NAME: Rene RQt'!J'}E'( Insurance Alliance IA/C. No Extl:713 -966 -1792 LW, No):713 -966 -1700 1776 Yorktown, Suite 200 non ess:rbehne Houston TX 77056 y /ins- alliance.com INSURED Reytec Construction Resources, Inc. 1901 Hollister St Houston TX 77080 REYTE -2 V INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Ili inois National Ins Co INSURER B Starr Indemnity &Liability Ce INSURER c :The Ins Co of the Sete of Pa INSURER O : 23817 363 It 19429 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 696236928 REVISION 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 L7R TYPE OF INSUR CE ADOL INSR 5UBR WVD POLICY NUMBER POLICY EFF IMMlDDIYYYYI POLICY EXP iMN00DIYYYYI LIMITS A �NERAL X LIABILITY COMMERCIAL GENERALLLABILITY 9871220 - 10/1612011 10116/2012 F EACH OCCURRENCE 51,000,000 PREMISES (E aEoccurrence) 5100,000 35,000 CLAIMS -MADE IX OCCUR MED EXP (Any one person) PERSONAL & ADV INJURY 51,000,000 / GENERAL AGGREGATE 12,000,000 `VJ 52,000,000 $ GEML AGGREGATE LIMIT APPLIES PER: POLICY IX 132 I , I LOC PRODUCTS - COMP /OP AGG A AuTOMOB[LE X — LABILITY ANY AUTO ALL OWNED ALL AUTOS HIRED AUTOS . V SCHEDULED AUTOS NON -OWNED AUTOS 1707421 1011612011 10116/21712 r> (E a c den SINI;L6 LIMB (E acctdenq 31 000.000 BODILY INJURY {Per person) BODILY sNJURY Per accident) $ PROPERTY DAMAGE (Pet ecdder9J 3 $ B X UMBRELLA LAB EXCESS LIAB X _ OCCUR CLAIMS -MADE SISCCCL01609111 - 10!1612017 10/1612012 � EACH OCCURRENCE $4,000,000 AGGREGATE 54,000,000 DEO RETENTON$ $ C WORKERS COMPENSATION / AND EMPLOYERS' LIABILITY �/ y r N ANY PROPRIETORlPARTNEFJEXECUTIVE OFFICER/MEMBER EXCLUDED? n (Mandatory In NH) Uyes describe under OE$CRIPTION OF OPERATIONS below N I A 020635774 10/16/2011 - 10/1612012 x j We STATU. I IDTH. TORY LIMITS ER E.L. EACH 51,000,000 E.L. DISEASE - EA EMPLOYEE 51.000.000 E.L. DISEASE - POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONS, LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space Is required) The General Liability and Auto Liability policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder when there is an executed written contract that requires such status. The General Liability, Auto Liability and Workers' Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is an executed written contract that requires it. The General Liability and Auto Liability policies contains a special endorsement with "Primary and Noncontributory" wording. Re: Staples Street Phase 1- Brawner Parkway to Barracuda Place (Bond 2008) Project No. 6468 CANCELLATION City of Corpus Christi - Department of Engineering Services Att tn: n: Contract Administrator P 0 Box 9277 Corpus Christi TX 78469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010105) © 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. 10116/2011 forms a part of policy No.CL 487. -12 -20 issued to REYTEC CONSTRUCTION RESOURCES, 1NC. by ILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II - WHO 15 AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or bi your work" performed for the additional insureds and included in the "products - completed operations hazard ": This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. 90533 (31061 H da.k Aflthorized Representative or Countersignature (in States Where Applicable) Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2011 forms a part of 1 policy No.GL 487 -12 -20 issued to REYTEC CONSTRUCTION RESOURCES INC. by ILL INOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S COMMERCIAL PRIME ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Coverage afforded under this endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. ADDITIONAL INSUREDS Section II - WHO 1S AN INSURED, 1. is amended to include as an insured any person or organization described in paragraphs A through 1 below, whom you are required to add as an additional insured under a written contract or agreement. The written contract or agreement must be 1. Currently in effect or becoming effective during the term of this policy; and 2 Executed prior to "bodily injury", "property damage," or "personal injury and advertising injury ". A. SY CONTRACT Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and /or limits required by said contract or agreement. B. CONTROLLING INTEREST 1. Any person or organization having a greater than a 50% interest in you, but only with respect to their liability arising out of: a. Their financial control of you; or b. Premises they own, maintain or control while you lease these premises. 2. The insurance afforded to these additional insureds under Paragraph 1.8.1 does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. C. CO -OWNER OR INSURED PREMISES A Co -owner of insured premises co -owned by you and covered by this insurance but only with respect to their liability as co -owner of the premises. 100963 (2109) Page 1 of 7 D. LESSOR OF LEASED EQUIPMENT 1. My person or orcanization from whom you lease equipment, but only with respect to liability for "bodily injury ", "property damage" or "personal and advertising Injury" caused, in whole or in pert, by your maintenance, operation or use of such sqi. .mur,t leased to you by sect, ps x - :nts1 or . . ^n.i,:ationis). 2. With respect to the insurance afforded to these additional insureds under Paragraph 1.0.1, this insurance does not apply to any "occurrence" which takes place: a) after the equipment lease expires, or b} after the equipment is returned or no longer In your possession, whichever takes place later. E. MANAGERS OR LESSORS OF PREMISES Managers or Lessors of premises but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance under this paragraph does not apply to 1. Any "occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of such Managers or Lessors. F. MORTGAGEE, ASSIGNEE, OR RECEIVER 1. A mortgagee, assignee, or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. 2. The insurance afforded to the additional insureds under Paragraph I.F.1 does not apply to structural alterations, new construction or demolition operations performed by or for that mortgagee, assignee, or receiver. G. OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS (1) Any Owner, Lessee or Contractor, but only with respect to liability arising out of your work" performed for that additional insured and included in the "products- completed operations hazard ". H. OWNERS. LESSEES, OR CONTRACTORS ONGOING OPERATIONS Any Owners, Lessees. or Contractors, but only with respect to liability arising out of your ongoing operations performed for that additional insured. This insurance does not apply to "bodily injury" or "property damage" occurring after: 100983 (2/09) 11) all work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insuredis) has been completed; or, (2) that portion of your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 7 I. STATE OR POLITICAL SUBDIVISION - PERMITS Any State or Political Subdivision, subject to the following previsions: 1. This insurance applies only with respect to operations performed by you or on your br,half for which the state of political subdivisiar 1 _...:1• -a a permit, 2. This insurance does not apply to: a. "Bodily injury," `property damage" or personal and advertising injury" arising out of operations performed for the state or municipality; or b. "Bodily injury" or "property damage" included within the "products - completed operations hazard ". H. PRIMARY INSURANCE - ADDITIONAL INSUREDS Where persons or organizations have been added to your policy as additional insureds to comply with insurance requirements of written contracts mandating primary coverage for such additional insureds relative to: al the performance of yolir•ongoing operations for the additional insureds; or 6} your work" performed for the additional insureds and included in the "products - completed operations hazard, then with respect to these additional insureds as defined above in this Section only, SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4, - Other Insurance, a. - Primary Insurance, Is deleted in its entirety and replaced with the following: This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured to comply with Insurance requirements of written contracts mandating primary coverage for st /ch additionsl insureds relative to (al the performance of your ongoing operations for the additional insureds, or (b) "your work" performed for the additional insureds and included in the "products - completed operations hazard. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded is primary. III. INCIDENTAL MEDICAL MALPRACTICE LIABILITY COVERAGE SECTION 11 - WHO IS AN INSURED, 2. a. (1) (di is deleted in its entirety and replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services, except for "bodily injury" arising out of "Incidental Medical Malpractice Injury" by any physician, dentist, nurse or other medical practitioner employed or retained by you unless such "bodily injury" is covered by another primary policy. However, the insurance provided hereunder to such persons will not apply to liability arising out of services performed outside of the scope of their duties as your "employees." Any series of continuous, repeated or related acts will be treated as the occurrence of a single negligent professional healthcare service, which will be assignable to the same policy and policy year in which the originating act occurred. SECTION V - DEFINITIONS - is amended to add: "Incidental Medical Malpractice Injury" means "Bodily Injury" arising out of the rendering of or failure to render the following services: 100983 (2/09) Page 3 of 7 a. medical, surgical, dental, x -ray or nursing service or treatment or the furnishing of food or beverages in connection therewith; or b, the furnishing or dispensing of drugs or medical, dental or surgical supplies or appliances. The Coverage provided by this endorsement does not apply to you or any insured if you are engaged in the business or occupation of providing any of the services described in the definition of incidental Medical Malpractice injury". IV, JOINT VENTURES 1 PARTNERSHIPS 1 LIMITED LIABILITY COMPANIES The paragraph under SECTION II - WHO IS AN INSURED which states: No person or organization Is an Insured with respect to the conduct of any current or past partnership, joint venture or limited (lability company that is not shown as a Named Insured in the Declarations. is hereby deleted and replaced with the following: No person or organization, other than you is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. Coverage under this policy, however, will not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there Is valid and collectible Insurance purchased specifically to Insure the partnership, joint venture or limited liability company, V. SUPPLEMENTARY PAYMENTS Under SECTION 1 - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B, Paragraph 1.b., is deleted In its entirety and replaced with the following: b. Up to $2,500 for cost of ball bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds, VI. LIBERALIZATION CLAUSE If we revise or replace our standard policy form to provide more coverage, your policy will automatically provide the additional coverage as of the day the revision is effective in your state. VII. UNINTENTIONAL ERRORS AND OMISSIONS SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 6. - Representations is amended by adding: d. The unintentional failure by you or any Insured to provide accurate and complete nonmaterial representations as of the Inception of the policy will not prejudice the coverages afforded by this policy. VIII. AMENDMENT OF DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM DR SUIT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. - Duties in the Event of Occurrence, Offense, Claim or Suit, e. Is hereby deleted and replaced with the following: 1009133 (2108! Page 4 of 7 .., a. You must see to it that we are notified as soon as practicable of any "occurrence" or an offense, which may result in a claim. Knowledge of an "occurrence" or an offense by your agent, your servsnt, or your esnployee will not in itself constitute knowledge to you unless the Director of Risk Management for one with similar or equivalent title) c- S .,,: -_ s. :ch no.:ce, To the extent possible notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. IX. AMENDMENT OF EXPECTED OR INTENDED INJURY OCCLUSION SECTION 1 - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exclusions, a. - Expected or Intended Injury, is deleted and replaced by the f ollowing: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. X. CONTRACTUAL LIABIUTY - RAILROADS Only with respect to (i) operations performed within 50 feet of railroad property and (li) for which a Railroad Protective Liability Policy in the name of the railroad has been provided, then A. SECTION V - DEFINITIONS. Paragraph 9, is deleted in its entirety and replaced with the following: 9. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract "; b. A sidetrack agreement; c, Any easement or license agreement; d. An obligation, as required by ordinance, to Indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph 1. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (al Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surreys, field orders, change orders or drawings and specifications; or 100983 (2/09) Page 5 of 7 (hi Giving directions or instructions, or falling to give them, If that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failu-e to render p:ofe alone! services, including these !:o_.3d in Paragraph (1) above and supervisory, inspection, architectural or engineering activities; and 8. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. - Other Insurance, b. Excess Insurance. (1) (al, is amended to include the following: Iv) That is a Railroad Protective Insurance Policy or similar coverage. XI. COVERAGE FOR YOUR SUPERVISORY OR MANAGERIAL EMPLOYEES RELATING TO CO- EMPLOYEE INJURIES SECTION II - WHO IS AN INSURED, 2.a. 11), (al and (b) are clarified to hold that: Your supervisory or managerial "employees" are insureds for "bodily injury" to "co- employees" while in the course of their employment or performing duties related to the conduct of your business if claims or suits arise out of liability assumed by an Insured under an "insured contract" as provided by SECTION I - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, e. Employer's Liability, XII. WAIVER OF TRANSFER OF RIGHTS OR RECOVERY AGAINST OTHERS TO US SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 8. - Transfer of Rights of Recovery Against Others To Us, is amended by the addition of the following: We waive any right of recovery we may have against any person or organization pursuant to applicable written contract or agreement you enter into because of payments we make for injury or den,age arising out of your ongoing operations or your work" done under a contract with that person or organization and included in the "products- completed operations hazard ". XIII. AMENDMENT OF OTHER INSURANCE A. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4.- Other Insurance, b. - Excess Insurance, i1), is amended to include the following: This insurance shall not be excess where Ii) such other insurance is specifically purchased to apply as excess of this policy, or (H) where you are obligated by contract to provide primary insurance to an additional insured, unless there is other additional insurance coverage available to that additional insured. B. SECTION IV - COMMERCIAL GENERAL UABILITY CONDITIONS, 4.- Other Insurance. b. - Excess Insurance, (2), Is deleted in its entirety and replaced with the following: When this insurance is excess, we will have no duty under Coverages A or B to defend any clairn or "suit° that any ether insurer has a duty to defend. If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers, XIV. AMENDMENT AGGREGATE LIMITS PER PROJECT A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), offense under COVERAGE B (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C {SECTION 1), which can be attributed only to ongoing operations at a single designated construction project: 100983 12109) Page 6 of 7 1. A separate Per Construction Project General Aggregate Limit applies to each construction project, and that tlmit is equal to the amount of the General Apuregate LI :it shown in the Ceclarations. 2. The Per Constssuction Project General Aggregate Limit is the most we will pay for 1.k. sum of i;r al! day :ag::s and :r COVERAGE A, except damages because of "bodily injury" or "property damage included in the "products - completed . operations hazard ', (ii; all damages under COVERAGE 13 and (iiil all medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or 'suits' brought; or c. Persons or organizations making claims or bringing "suits'. 3. Any payments made under COVERAGE A or B for damages or under COVERAGE C for medical expenses shall reduce the Per Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Per Construction Project General Aggregate Limit for any other construction project covered under this policy, 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Per Construction Project General Aggregate Limit. B. For all sums which the Insured becomes legally obligated to pay as damages caused by 'occurrences" under COVERAGE A (SECTION t}, offenses under COVERAGE B (SEC"T"ION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single construction project: 1. Any payments made under COVERAGE A or B for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products- completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard* will reduce the Products - Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits of Insurance (SECTION 111) not otherwise modified by this endorsement shall continue to apply as stipulated. thorized Re'presentative or Cournersinature {in States Where Applicable-) 100983 (2/09) Page 7 of 7 POLICY NUMBER: CA 170 -74 -21 COMMERCIAL AUTO CA.20 4802 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED \74iis endorsement modifies insurance pr;vid under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are 'insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective:10116 /2011 Countersigned By: (Authorized Representative) Named Insured: REYTEC CONSTRUCTION RESOURCES, INC. SCHEDULE Name of Personls) or Organization(s): AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.) Each person or organization shown in the Schedule is an ' insured" for Liability Coverage, but only to the extent that person or organization qualifies as an 'insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA20480299 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ENDORSEMENT T h:s endorsement, eff ecti re 12:01 A.M. 10 / 1 6 /2011 forms a part of . / policy No. CA 170-74-21 issued to REYTEC CONSTRUCTION RESOURCES , INC. by ILLINOIS NATIONAL I NSUItANCE CO 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: (1) The "accident" or "loss' is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered Into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. A THORIFED EPRESENTATIVE 62897 (6/95) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which 11 is attached effective on the inception date of the policy unless a different date is indicated below. (The following 'attaching clause" need be =moles,/ only when this endorsement is Issued subsequent to preparation or the policy ). / This endorsement; effective 12:01 AM 10f 16f 2011 forms a part of Policy No. WC 020 -E.3 -5774 1 Issued to REYTEC CONSTRUCT I ON RESOURCES, I NC . By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement Is shown in the Schedule, Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. 3. Premium; The premium charge for this endorsement shall be 2 percent of the premium developed on payroll In con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED WC 42 03 04A (Ed. 01100) Countersigned by "afietU Authorized Representative THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is . indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10/16/2011 forms a part of Policy No. WC 020 -63 -5771 issued to REYTEC CONSTRUCTION RESOURCES, INC. By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVAN IA LIMITED ADVICE OF CANCELLATION PROVIDED VIA E -MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non - payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured or, if applicable, any other employers named in Item 1 of the information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s) ") and the Named Insured has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice ") via e-mail to each such Certificate Holders within 30 days after the Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to. the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following definitions apply to this endorsement: 1. Named Insured means the insured first named employer in Item 1 of the Information Page of this policy. 2. Insurer means the insurance company shown in the header on the Information Page of this policy. All other terms, conditions and exclusions shall remain the same. Aiia-194 AUTHORIZED REPRESENTATIVE WC 99 00 56 (Ed. 04/11) ENDORSEMENT # This endorsement, effective 12:01 A.M. 10116/2011 forms a part of Policy No. GL 487 -12 -20 issued to REYTEC CONSTRUCTION RESOURCES, INC. ByILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E -MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non- payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holders) ") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice ") via e-mail to each such Certificate Holders within 32 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. 107414 (03/11) Page 1 uthorized Representative J ENDORSEMENT # This endorsement, effective 12:01 A.M. 10/16/2011 1' V Policy No. CA forms a part of 170 -74 -21 issued to REYTEC CONSTRUCTION RESOURCES, INC. By ILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LIMITED ADVICE OF CANCELLATION TO ENTITIES OTHER THAN THE FIRST NAMED INSURED J� � This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non - payment of premium, and J 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and has provided to the Insurer, either directly or through its broker of record, either: (a) the name of the entity shown on the certificate, a contact name at each such entity and the U.S. Postal Service address of each such entity; or (b) the email address of a contact at each such entity; and 3. the insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer v iII provide advice of cancellation (the "Advice ") to such Certificate Holders within 30 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the Insurer emailing or mailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement 1. First Named Insured means the Named insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations Page of this policy. All other terms, conditions and exclusions shall re ain the same. .\7, 107232 (03/11) Page 1 1,71rirol uthorized Representative