Loading...
HomeMy WebLinkAboutC2012-261 (2 of 2) - 7/24/2012 - Approved_ . i Y a � x gr � § �. '•t' 1 F'J �;""� '4 E �� s '� ' 2,m �r�'a`v''�g �'"`'��' r NIP t r''�' � a 3 '�� AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 24TH day of JULY 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 Re tec Construction Resources Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $17,714,384.10 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 RODD FIELD TO NILE DRIVE PHASE 2 NILE DRIVE TO AIRLINE ROAD BOND 2008 PROJECT NOS. 6466 & 6467 {TOTAL BASE BID {PH1 & PH 2) + ALT. #1 {PH 1 & 2} + ALT. #2; $17,714,384.10) 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 -77 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 990 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Jun -2010 ATTEST. City Secretary APP = FORM: By: Asst. City Attorney ATTEST: (If Corporation) (Seal Below) (Note: if Person signing for corporation is not President, attach copy of authorization to sign) 'j r � YSM1Y CITY OF CORPUS CHRISTI By: Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By: Daniel Biles, P.E. Director of Engineering Services CONTRACTOR Reytec Construction Resources, Inc. By: •Gregg T. Reyes Title: President 1901 Hollister (Address) Houston TX 77080 (City) (State) (ZIP) 71 31957 -4003 * 7131681 -0071 (Phone) (Fax) S €CIe�'tl�►► Page 3 of 3 Rev. Jun -2010 PROPOSAL FORM FOR WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE I RRODD IFMLD TO NME DRIVE PHASE 2 -- NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Revised Proposal Form -- 514112 Phase I & 2 ADDENDUM NO.3 ATTACHMENT NO.2 Page 1 of 38 PROPOSAL Place: Corpus Christi, Texas Date: 05/09/12 Proposal of Reytec Construction Resources, Inc. a Corporation organized and existing under the laws of the State of Texas OR 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: WILLUMS DRIVE, PHASE NOS. I AND 2 PHASE 1— RODD FIELD TO NILE DRIVE PHASE 2 — NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit- Revised Proposal Form — 514112 Phase I & 2 ADDENDUM NO. 3 ATTACHMENT No. 2 Page 2 of 38 WILLIAMS DRIVE PHASE 1 RODD FIELD TO NILE DRIVE (BOND 2008) PROJECT NO. 6466 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, 'TEXAS Revised Proposal Form — 514112 Phase I ADDENDUM NO.3 Page 1 of 16 ATTACHMENT NO.2 Page 3 of 38 BASE BID I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL PART A - GENERAL Al 1 General /Bonds/Mobilization, complete and in LS place per Lump Sum. A2 1 Storm Water Pollution Prevention Plan, complete $ �' `' $ # r w _ LS and in place per Lump Sum. A3 1 Traffic Control, complete and in place per Lump $ 1 , ._ $ f } LS Sum. A4 1 Exploratory Excavation, complete and in place per $ LS Lump Sum. A5 5 DAYS Ozone Action Day, complete and in place per Day. $ S ; . � $ - SUBTOTAL PART A - GENERAL (Items Al thru A5) $ 3 PART B - STREET IMPROVEMENTS BI 13,240 Street Excavation (2' B.O.C.), complete and in r7'y $ $ 4 6, ' _ Sy place per Square Yard. B2 1,668 Remove Curb and Gutter, complete and in place $ 2- S � - LF per Linear Foot, $ B3 11,380 Remove Driveway, complete and in place per $ `` ' .: $ SF Square Foot. B4 274 Full Depth Pavement Repair at Rodd Field Road, SY complete and in place per Square Yard. $ B5 4600 Select Fill, complete and in place per Cubic Yard. $ $ B6 12,532 Subgrade Preparation (2' B.O.C.), complete and in $ $ SY place per Square Yard. B7 13,421 Geogrid - Tensar TX -5 (or Engineer- approved $ µ $ , SY equal), complete and in place per Square Yard" 10 10" Type A, Grade 1 Crushed, Limestone Base per B8 SY TxDOT Std. Spec. Item No. 247, complete and in $ f $ lace per Square Yard" B9 1,605 GAL Prime Coat (0.15 Gallons /SY), complete and in $ pc� $ place per Gallon. — � B10 1 0,67 3 3 Seal Coat, complete and in place per Square Yard. $ c7 $ i1$ p2 a . SO Revised Proposal Form -- 5/4/12 ADDENDUM NO. 3 Phase 1 ATTACHMENT NO. 2 Page 2 of 16 Page 4 of 38 - - - - -1- I -_ ------- .. I li Ili IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL STREET IMPROVEMENTS- CONTINUED B11 10,673 . 2" Type 'B' HMAC, complete and in place per $ 14r $ i �R 422 r SY Square Yard. - —�--- 528 Type HMAC (Used as Base), complete and in B12 TONS IS' place per Ton. $ B13 11,198 2" Type 'D' HMAC, complete and in place per I e $ f 3r $ f Ott - �j K SY Squat Yard. 3 670 Std. b" Curb and Gutter (Incl. limestone Base B14 LF Beneath Curb to 2' B.O.C.), complete and in place $ - 2 - '1 p er Linear Foot Std. 6" Curb and Gutter (Intl. Type `B' Base B15 LF Beneath Curb to 6" B.O.C.), complete and in place $ ---. Z9 S__/2 ?L2 - p er Linear Foot, B16 8,079 Concrete Driveway, complete and in place per $ �- $ SF Square Foot. Reflective Pavement Markings TY.1 (W) (24"} sn B17 LF (SLD) (100 mil) - Stop Bar, complete and in place $ 7 $ p er Linear Foot. Reflective Pavement Markings TY.1 (W) (24 ") 5� a-°_ B18 LF (SLD) (100 rail) - Crosswalk, complete and in lace per Linear Foot. Reflective Pavement Markings TYA (Y) (24 ") B19 LF ( SLD) (100 mil) - Gore, complete and in place per $ $ Linear Foot. Reflective Pavement Markings TY.1 (W) (12 ") B20 LF (SLD) (100 mil) - Crosswalk, complete and in $ 2 .'740 lace = Linear Foot. Reflective Pavement Markings TY.1 (W) (12 ") 4-7 B21 LF (SLD) (100 mil) - School Zone Strip, complete $ $ �4'± and in place per Linear Foot. 200 Reflective Pavement Markings TYA (W) (8 ") B22 LF (SLD) (100 mil), complete and in place per Linear S Foot. B23 41537 Reflective Pavement Markings TY.I (Y) (4 ") 1 4-, S a r�` LF (SLD) (100 mil), complete and in place per Linear $ $ Foot. 973 Reflective Pavement Markings TYA (W) (4") b_ j Ef I>r B24 LF (BKN) (100 mil), complete and in place per Linear $ $ -( -.r -- Foot. Prefabricated Pavement Markings TY.1 (W) B25 (Word) "Only" (100 mil), complete and in place $ p er Each. Prefabricated Pavement Markings TY.1 (W) (Left B26 EA Turn Arrow) (100 mil), complete and in place per $ Y•o Each Revised Proposal Form - 514112 ADDENDUM N0.3 Phase 1 Page 3 of 16 ATTACHMENT NO.2 Page 5 of 38 I II iiI IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL STREET IMPROVEMENTS- CONTINUED Prefabricated Pavement Markings TY.I (W) (Right B27 EA Turn Arrow) (100 mil), complete and in place per Each Prefabricated Pavement Markings TY.1 (W) B28 EA (Combo Straight/Right Turn Arrow) (100 mil), 2- — com 'lete and in place per Each. 2 Prefabricated Pavement Markings TY.1 (W) B29 EA (Combo Left/Right Turn Arrow) (100 mil), $ 2. o ' $_ 42-- comp lete and in lace per Each. 2 Prefabricated Pavement Markings TY.1 (W) _ B30 EA (Straight Arrow) (100 mil), complete and in place S p er Each. B31 256 Raised Reflective Pavement Markings (TYII -A -A) EA Yellow, complete and in place per Each. B32 70 Raised Reflective. Pavement Markings (TYI -C) $ $2 r EA White, complete and in place per Each. B33 7 Raised Reflective Pavement Markings (TYII -B -B) 42-- EA Blue, complete and in place per Each. $ $ 2 Bike Route Sign (Dil -1) (Intl. Metal Pale and B34 EA Screw -In Foundation), complete and in place per $ 4 o $ omQr Each. Bike Routtc Sign (D11 - 1) and End Sign (M4 - 6) B35 E A (Intl. Metal Pole and Screw -In Foundation), $ complete and in place per Each. School Crossing Assembly Sign (S1 -1 and W16- B36 EA 7P) (Intl. Metal Pole and Screw -In Foundation), $ cam fete and in place per Each. 2 Lane Control Sign (R3 -8B) (Intl. Metal Pole and B37 E A Screw -In Foundation), complete and in place per $ Each. Advance Street Name Sign (D3 -2) (Intl. Metal B38 EA P ole and Screw -In Foundation), complete and in $ lace per Each. 2 Speed Limit Sign (R2 -1) (Intl. Metal Pole and B39 EA Screw -In Foundation), complete and in place per $ B e 1 $ Each. Speed Lhnit Sign (R2 -1) and End School "Cone B40 EA Sign (S5 - 2) (Intl. Metal Pole and Screw - In $ Foundation), complete and in place r Each. B41 25 L Silt Fence, complete and in place per Linear Foot. $ r $ r B42 EA Inlet Protection, complete and in place per Each $ Revised Pmposat Form - 514/12 Phase 1 ADDENDUM NO.3 Page 4 of 16 ATTACHMENT NO.2 Page 6 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL STREET 1MPROVEMENTS CONTINUED B43 I1 Wood Tree Protection, complete and in place per EA Each. B44 8,190 Hydromulch Revegetation, complete and in place $ $ ._ SY per Square Yard. SUBTOTAL PART B - STREET IMPROVEMENTS (Items BI thru B44) PART C - RTA IMPROVEMENTS C1 1500 Remove RTA Turn Out and Shelter Pad, complete SF and in place per Square Foot, C2 1 Relocate Benches and Signs (Incl. Coordination LS with RTA), complete and in place per Lump Sum. C3 1,140 Concrete Shelter Pad complete and in place per $ _ - SF Square Foot. $ C4 2,160 8" Concrete Bus Pad, complete and in place per $, : $ SF Square Foot. SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ Y- PART D - ADA IMPROVEMENTS DI 5,939 Remove Existing Concrete Sidewalk, complete and. SF in place per Square Foot. D2 26,237 Concrete Sidewalk, complete and in place per SF Square Foot. D3 2,416 Sidewalk Ramp, complete and in place per Square d - SF Foot. $ SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru D3) ��- PART E - TRAFFIC SIGNAL IMPROVEMENTS El 14 Back Plate (12 in) (3 sec), complete and in place $ $ 4 x (PO ® n EA per Each. E2 3 EA Back Plate (12 in) (5 sec), complete and in place �O $ t_(0 r per Each. E3 300 Conduit (PVC) (Sch. 40) (2 in) (Bore), complete $� t $ LF and in place per Linear Foot. _ E4 2,000 Conduit (PVC) (Sch. 40) (2 in) (Fiber Optic), $ u= $ 2 dt70 LF complete and in place per Linear Foot. - Revised Proposal Form - 514112 Phase 1 ADDENDUM NO. 3 Page 5 of 16 ATTACHMENT NO. 2 Page 7 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL TRAFFIC SIGNAL. IMPROVEMENTS - CONTINUED E5 300 Conduit (PVC) (Sch. 40) (2 in) (Traffic), complete $ q ^ $ 7 LF and in place per Linear Foot. - EG 2 Coordination of Traffic Signal System, complete $ f o $ EA and in place per Each. =- E7 350 Electric Conductor (No. 6) Insulated, complete and $ _ LF in place per Linear Foot. $� E8 I Electric RIC Service TY D (1201240) 060 (NS) SS $ 3 T e r $ 3 o EA (N) SP (Q), complete and in place per Each. -- E9 6 FND for Pedestrian Pole (Spread Footing), $ EA complete and in place per Each. —•- E10 15 FND for Pedestrian Pole (24 in DRILL SHAFT), $ $ ' LF complete and in place per Linear Foot. Ell 40 FND for Traffic Signal (36 in DRILL SHAFT) $ LF Relocated, complete and in place per Linear Foot. E12 60 FND for Traffic Signal (36 in DRILL SHAFT), -- LF complete and in place per Linear Foot, Eli 22 FND for Traffic Sig ( 48 in DRILL SHAFT), ) ° $ � �3� $ 7. ?v -• LF complete and in place pe Linear Foot. E14 8 Ground Box TY D (162922) with Apron (Fiber EA Optic), complete and in place per Each. E15 4 Ground Box TY D (162922) with Apron (Traffic), $ -1 t $ Z S E!Q EA complete and in place per Each. E16 E ILSN (LED) (6 S), complete and in place per Each. $ 7 3 °' $ f q { o E17 EA ILSN (LED) (8 S), complete and in place per Each. B18 1 Pedestrian Audible Central Controller, complete $ Gad- $ s o EA and in place per'Each E19 8 Pedestrian Audible Push Button Assembly (Intl. $ 8 ZIA - $ n EA RI 0-3b Sign), complete and in place per Each. $20 8 Pedestrian Countdown Head Assembly, complete $ `� �' _ $ 3 3 4 � - EA and in place per Each. E21 7 Pedestrian Pole Assembly, complete and in place $ EA per Each. E22 4 E R10 -12 Sign, complete and in place per Each. Revised Proposal Fonn - 514112 Phase E ADDENDUM NO.3 Page 6 of 16 ATTACHMENT NO.2 Page 8 of 38 I II III IV V QTY & ITEM [SNIT DESCRIPTION UNIT PRICE TOTAL TRAFFIC SIGNAL IMPROVEMENTS - CONTMED E23 I E R3 -8B Sign, complete and in place per Each. E24 4 Radar Vehicle Sensing Device with Mount EA (RVSD), complete and in place per Each. E25 3 Relocate Traffic Signal Pole, complete and in place $ t o $ 46 EA per Each. E26 2 Remove Traffic Signals, complete and in place per $ �- EA Each E27 3 School Flashing Lights, Solar Panel and Pole, $ r $ 14. -7 r EA complete and in place per Each. E28 4 School Flashing Wireless Unit, complete and in $ 1, 7`a - $ 7 o Y� EA place per Each. E29 4 Screw -In Pole Base, complete and in place per $ -p� $ 7 7 9¢ EA Each. E30 I Traffic Controller Unit and Cabinet, complete and EA in place per Each. E31 800 Traffic Signal Cable (TY A) (14 AWG) (16 LF Conductor), complete and in place per Linear Foot. E32 450 Traffic Signal Cable (TY A) (14 AWG) (4 $ 1 2-- $ r y LF Conductor), compl and in place per Linear Foo E33 400 Traffic Signal Cable (TY A) (14 AWG) (7 $ $ GY LF Conductor), complete and in place per Linear Foot. E34 500 Traffic Signal Camera Composite Cable, complete $ Z 6 ° LF and in place per Linear Foot_ E35 1 Traffic Signal Pole AM (S) 1 ARM (32 FT), $ EA complete and in place per Each. E36 1 Traffic Signal Pole AM (S) I ARM (40 FT), EA complete and in place per Each. E37 1 Traffic Signal Pole AM (S) I ARM (50 FT), $ EA complete and in place per Each. E38 1 Traffic Signal Pole AM (S) 1 ARM (60 FT), $ OQ� EA complete and in place per Each. E39 500 Traffic Signal Radar Sensing Cable, complete and $ $ 1 LF in place per Linear Foot. E40 I UPS (1.5 KVA) (TWR), complete and in place per $ `' ° ° - $ © EA Each. Revised Proposal Form - 514/12 Phase I Page 7 of 16 ADDENDUM NO.3 ATTACRMENI' NO.2 Page 9 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL TRAFFIC SIGNAL IMPROVEMENTS -- CONTINUED E41 3 Vehicle Signal SEC (12 in) LED (GRN ARW), $ Sao- $ EA complete complete and in place per Each. —• E42 17 Vehicle Signal SEC (12 in) LED (GRN), complete $° _ $ 3 © _ - EA and in place per Each. E43 17 Vehicle Signal SEC (12 in) LED (RED), complete EA and in place per' Each. E44 3 Vehicle Signal SEC (12 in) LED (YEL ARW), EA complete and in place per Each. E45 17 Vehicle Signal SEC (12 in) LED (YEL), complete $ 2 _ 3 $ '7,y ' FA and in place per Each. E46 160 Conduit (PVC) (Sch. 40) (1 112" in) (Traffic), LF complete and In place per Linear Foot. E47 300 Conduit (PVC) (Sch. 40) (2 in) (Traffic), $ i $ LF complete and in place per Linear Foot. E48 109 Coomdult (PVC) (Sch. 40) (3" 1n) (TroMq), LF complete and In place per Linear Foot. E49 10 Conduit (PVC) (Sch. 40) (4" in) (Traffic),' LF complete and fn place per Linear Foot. �— E50 800 Electric Conductor (No. 8) Insulated, complete $ r $ g+ro LF and in place per Linear Foot. SUBTOTAL PART E - TRAFFIC SIGNAL IMPROVEMENTS (Items E1 thru E50) $ _ Z'71 _ W PART F - DRAINAGE IMPROVEMENTS Fl 2,040 Remove Existing Concrete Slope Paving, complete �� $ $ r a SF and in place per Square Foot. F2 3 Remove Existing Curb Inlet, complete and in place S . 2s $ Zap — EA per Each. F3 170 Remove Existing 15" RCP, complete and in place $ LF per Linear Foot. F4 110 Remove Existing 18" RCP, complete and in place $ LF per Linear Foot. F5 311 Sawcut and Remove Existing 10.5'x7' RC Box $ �� y $ LF Culvert, complete and in place per Linear' Foot. F6 360 Sawcut and Remove Existing 11.5'x7' RC Box $ 36 $ LF Culvert, complete and in place per Linear Foot. F7 5 Remove Existing Culvert S.E_T., complete and in $ EA place per Each. —. Revised Proposat Forst- 514112 Phase I ADDENDUM No, 3 Page 8 of 16 ATTACHMENT NO.2 Page 10 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL DRAINAGE IMPROVEMENTS - CONTINUED F8 1 Remove Existing Grate Inlet, complete and in $ 3u , EA place per Each. Steel Plate Over Existing Grate Inlets and Manhole F9 EA Covers in Existing Box Culverts, complete ad in lace per Each. Remove Storm Manhole Over 3 -24" RCP and Flo L Repair Stor n Sewer, complete and in place per $ Lum p Sum. F 11 75 Remove Existing Pedestrian Railing, complete and $ ` $ y LF in place per Linear Foot. F12 31 Saw Cut and Remove Portions of the Existing $ _ LF Headwall, complete and in place per Linear Foot. Re- connect 15" RCP (Incl. Pipe Removal, Repair F13 E A to Existing B/C Penetration and Connection to Proposed B/C), complete and in lace per Each. Re- connect 27" RCP (Intl. Pipe Removal, Repair F14 E A to Existing B/C Penetration and Connection to $ $ '= Proposed B/C), complete and in lace er Each Re- connect 48" RCP (Incl. Pipe Removal, Repair F15 E A to Existing B/C Penetration and Connection to $ ' � Proposed B/C , complete and in place per Each. Re- connect 7'x5' Box Culvert (Incl. Pipe F16 1 Removal, Repair to Existing B/C Penetration and EA Connection to Proposed B /C), complete and in $ $ lace per Each. Re- connect 2 -24" RCP's (Incl. Pipe Removal, F17 EA Repair to Existing B/C Penetration and Connection $ Z` 8" ° to Pro osed B/C), complete and in place Rer Each. Re- connect 3 -24" RCP's (Intl. Pipe Removal, F18 E A Repair to Existing B/C Penetration and Connection $ W; '% <- $ to Proposed B/C) com lete and in place 2er Each. Remove and Replace S.E.T for Dual 24" RCP F19 E A Culverts (Incl. Assoc. Grading), complete and in $ lace er Each. F20 6 Box Culvert Equalization Holes (Type 1 — Single), , EA complete and in place per Each. $ F21 20 Box Culvert Equalization Holes (Type 2 — EA Double), complete and in place per Each. $ F22 2 Box Culvert Equalization Holes (Type 3 — Double EA with Gap), complete and in place per Each. $ - F23 199 18" Class III RCP, complete and in place per $ r i LF Linear Foot. $ Revised Proposal Form - 5/4112 ADDENDUM NO. 3 Phase 1 ATTACHMENT NO.2 Page 9 of 16 Page 11 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL DRAINAGE IMPROVEMENTS - CONTINUED G ' F24 1,734 LF 12'x7' RC Box Culvert, complete and in place per Linear Foot. c � U c F25 197 LF 10'x7' RC Box Culvert, complete and in place per Linear Foot. $ -- F26 1,562 7'x7' RC Box Culvert, complete and in place per ;W LF Linear Foot. $ F27 1,251 LF 3'x7' RC Box Culvert, complete and in place per- Linear Foot. F28 1 Cast -in -Place Concrete Box Culvert Union No. 1, T LS complete and in place per Lump Sum. F29 I Cast -in -Place Concrete Box Culvert Union No. 2, LS complete and in place per Lump Sum. F30 I Cast -in -Place Concrete Box Culvert Union No. 3, $ Y $ p J LS complete and in place per Lump Sum. F31 1 Cast -in -Place Concrete Box Culvert Union No. LS complete and in place per Lump Sum. F32 I Cast -in -Place Concrete Box Culvert Union No. 5, LS complete and in place per Lump Sum. F33 1 Cast -in -Place Concrete Box Culvert Union No. 6, LS complete and in place per Lump Sum. F34 I Cast -in -Place Concrete Box Culvert Union No. 7 , LS complete and in place per Lump Sum. V F35 1 Cast -in -Place Concrete Box Culvert Union No. $ s LS complete and in place per Lump Sum. $ F36 1 Cast - in - Place Concrete Box Culvert Union No. 9, ell LS complete and in place per Lump Sum. $ F37 I Cast -in -Place Concrete Box Culvert Union No. 10 LS complete and in place per Lump Sum. F38 1 Cast -in -Place Concrete Box Culvert Union No. 11, LS complete and in place per Lump Sum._" F39 90 Flowable Fill, complete and in place per Cubic „ .- CY Yard. F40 4,385 Pipe Trench Safety, complete and in place per $ LF Linear Foot. F41 4,385 Trench De- Watering, complete and in place per f LF Linear Foot. f Revised Proposal Form — 514!12 ADDENDUM NO. 3 Phase 1 ATTACHMENT NO.2 Page 10 of 16 Page 12 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL DR.AINtAGEF IMPROV73M8NTS - CONTrNlUtO F42 6 Access Manhole over Box Culvert, complete and $ Y "_ __ $ EA in place per Each. F43 6 Manhole Trench Safety, complete and in place per.. -.� EA Each. F44 l4A 5' Curb Inlet, complete and in place per Each. $ .Z, '7 F45 4 5' Special Curb Inlet, complete and in place per $ - EA Each. F46 I Grate Inlet (Incl. Assoc. Grading), complete and in $� EA place per Each. 1747 47 Headwall Extension, complete and in place per CY Cubic Yard. F48 77 TxDOT Type PR 1 Pedestrian Railing, complete $ _ $. �. LF and in place per Linear Foot. F49 I Coordination with AEP to Relocate Guy Wires, LS complete and in place per Lump Sum. F50 5 5" Concrete Slope Paving, complete and in place - SF per Square Foot. $ $ ' - F51 2,200 Ditch Excavation and Haul Off, complete and in CY place per Cubic Yard. $ F52 I Unanticipated Utility Allowance (MANDATORY), LS complete and in place per Lump Sum. MANDATORY $ 50 000.00 SUBTOTAL PART F - DRAINAGE IMPROVEMENTS (Items FI thru F52) $ PART G - EXISTING BOX CULVERT REHABILITATION . G1 25 Point Repairs (Cracks, etc.) (Condition 1), EA complete and in place per Each. $ Point Repairs (Spalls, holes, exposed rebar, etc_) G2 EA (Conditions 2 and 3), complete and in place per Each. G3 I Miscellaneous Debris Removal, complete and in _ -_ LS place per Lump Sum. $ -rte $ G4 l Silt Removal (Approximately 30 CY), complete 7 LS and in place per Lump Sum. r rk Revised Proposal Form — 511112 Phase 1 ADDENDUM NO. 3 Page 11 of 16 ATTACHMENT NO. 2 Page 13 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL EXISTING BOX CULVERT REHABILITATION - CONTINUED G5 1 Confined Space Working Environment, complete LS and in place per Lump Sum. SUBTOTAL PART G - EXISTING BOX CULVERT REHABILITATION Items GI thru G5 PART H - WATER IMPROVEMENTS Hl 2 Cut- and -Cap Existing 10" ACP Waterline, $ " EA complete and in place per Each. H2 3 Cut - and -Cap Existing 8" ACP Waterline, complete $ _ ; _ ., $ C. EA and in place per Each. H3 15 Remove Existing 6" CIP Waterline, complete and $ �- - LF in place per Linear Foot. $ _,y H4 5 Remove and Salvage Existing Fire Hydrant, $ EA complete and in place per Each. 8" C900 PVC Waterline (Incl. Horizontal and H5 LF Ve Bends), complete and in place per Linear fir, L Foot. 8" Ductile Iron Pipe (Class 350) (Intl. Horizontal H6 LF and Vertical Bends), complete and in place per - Linear Foot. H7 115 15" Steel Encasement Pipe (Jack and Bore), LF complete and in place per Linear Foot. H8 990 Pipe Trench Safety, complete and in place per LF Linear Foot. H9 260 Trench De- Watering, complete and in place per $ 1 ^ ZV LF Linear Foot. $ - H10 EA 8" Tee, complete and in place per Each. $ $ H11 I E 8 "x6" Reducer, complete and in place per Each. $ $ . o H12 8 8" Gate Valve & Box, complete and in place per e1 EA Each, $ $ - Fire Hydrant Assembly (Including 8 "x6" Tee, 6" H13 E A GV &B and 6 "D.I. Lead), complete and in place $ p er Each. H14 2 Connect to existing 8" C906 Waterline, complete $ ` 0 ._ EA and in place per Each. Revised Proposal Fonn — 5WI2 Phase 1 ADDENDUM NO. 3 Page 12 of 16 ATTACHMENT NO.2 Page 14 of 38 I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL WATER IMPROVEMENTS - CONTINUED Connect to existing 10" ACP Waterline (Incl. H15 2 Omni Coupling System, 10 "x8" Reducer and $ LS p ary), complete and in place Spool Pieces as Necess p er Lum p Sum. HI6 1 Connect to Existing 6" CIP Waterline using Omni EA Coupling System, complete and in place per Each. H17 1 Water Service Reconnect, complete and in place $ y ti ,, _ $ _r EA per Each. H18 7 Adjust Valve Box Cover complete and in place $ — � EA per Each. H19 I Unanticipated Utility Allowance (MANDATORY), LS complete and in place per Lump Sum. MANDATORY $ 10,000,00 SUBTOTAL PART H -WATER IMPROVEMENTS (Items Hl thru H19) $ ' s - . - PART I — WASTEWATER IMPROVEMENTS 11 177 Remove Existing 18" VCP Wastewater Line, $ _ $ r �- LF complete and in place per Linear Foot. 12 2,050 21" VCP CIPP Rehab, complete and in place per t a - $ LF Linear Foot. $ 13 84 12" VCP CIPP Rehab, complete and in place per $ LF Linear Foot. 2,894 16" C905 PVC (Purple Pipe) (Incl. Horizontal and 14 LF Vertical Bends), complete and in place per Linear $ E $ f r r Foot. 15 177 18" SDR 26 PVC, complete and in place per $ p _. ,. { r $ LF Linear Foot. 24" Steel Encasement Pipe for 16" C905 PVC 16 L (Jack and Bore), complete and in place per Linear $ ' • $ Foot. I7 108 24" Steel Encasement Pipe for 18" SDR 26 PVC LF complete and in place per Linear Foot. $ 18 3,071 Pipe Trench Safety, complete and in place per i 7 LF Linear Foot. $ $ " 7 ' I9 3,071 Trench De- Watering, complete and in place per ; -- �f LF Linear Foot. $ $ I10 2 2 " Air Release Valve and 5' Diameter F/G $ U .. _ $ -7 LS Manhole, complete and in place per Lump Sum. Revised Proposal Form 514112 ADDENDUM NO. 3 Phase 1 Page 13 of 16 ATTACHMENT NO. 2 Page 15 of 38 I II 111 IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL WASTEWATER IMPROVEMENTS - CONTINUED Remove and Replace Existing Manhole with 5' Ill EA D FIG Manhole (14" to 16 "), complete and $ in place per Each. 112 3 Manhole Trench Safety, complete and in place per $ - . EA Each. " $ Rehab Existing Manhole with FIG Liner (Diameter I13 E A to Match Existing Manhole) and New 30" Ring $ _- - .- $ and Cover, complete and in place per Each. Raven 405, or Equal, Rehab of Vault Manhole at 114 E Nile/Williams Intersection, complete and in place $ + =^ $ IC , - p er Each. 115 7 Adjust Manhole Ring and Cover, complete and in $ EA place per Each. 116 8 Flowable Fill Backfill, complete and in place per $ �. ,� - 4 CY Cubic Yard. $ 117 2 Connect 18" SDR 26 PVC to Existing Manhole, $ " LS complete and in place per Lump Sum. 118 1 6" Concrete Collar Armor around Existing $ t $ y LS Manhole, complete and in place per Lump Sum. I19 1 Unanticipated Utility Allowance (MANDATORY), LS complete and in place per Lump Sum, MANDATORY $ 25,000.00 SUBTOTAL PART I - WASTEWATER IMPROVEMENTS (Items Il thru I19) $ 5,` PART J - GAS IMPROVEMENTS 11 205 Gas Trench Backfill, complete and in place per LF Linear Foot. J2 205 Trench De- Watering, complete and in place per $�- - $ LF Linear Foot. SUBTOTAL PART J - GAS IMPROVEMENTS (Item J1 thru J2) $ /; _7' - TOTAL BASE BID (PARTS A thru J - Items Al thru J2) $ �� °� 5 Revised Proposal Form - 514112 ADDENDUM NO. 3 Phase 1 ATTACHMENT NO. 2 Page 14 of 16 Page 16 of 38 BASE BID SUMMARY SUBTOTAL PART A — GENERAL (Items Al thru A5): $ :75 1,1`7, SUBTOTAL PART B — STREET IMPROVEMENTS (Items B1 thru B44): SUBTOTAL PART C — RTA IMPROVEMENTS (Items C1 thru C4): SUBTOTAL PART D — ADA IMPROVEMENTS (Items D1 thru D3): v, $ I s- ti SUBTOTAL PART E — TRAFFIC SIGNAL IMPROVEMENTS (Items E1 thru E50): 0 �� SUBTOTAL PART F — DRAINAGE IMPROVEMENTS (Items F1 thru F52): `± $ SUBTOTAL PART G — EXISTING BOX CULVERT REHAB (Items GI thru G5): < $ = — SUBTOTAL PART H — WATER IMPROVEMENTS (Items Hl thru 1119): ` $ SUBTOTAL PART I -- WASTEWATER IMPROVEMENTS (Items 11 thru I19): SUBTOTAL PART J — GAS IMPROVEMENTS (Item Jl thru J2): $ , ':K �a _ T w TOTAL BASE BID (PARTS A thru J — Items Al thru J2): $ Revised Proposal Form — 514112 ADDENDUM NO. 3 Phase 1 Page 15 of 16 ATTACHMENT NO.2 Page 17 of 38 ALTERNATE NO. I I II III IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL PART Al - CONCRETE PAVEMENT ALTERNATIVE A1:1 - 12,532 DEDUCT: Subgrade Preparation (2' B.O.C.), SY complete and in place per Square Yard. A1:2 - 13,421 DEDUCT: Geogrid -- Teasar TX -5 (or Engineer- in Square a� $ SY approved equal), complete and place per Yard. r A1:3 - 10,914 DEDUCT: 10" Type A, Grade I Crushed, Limestone Base TxDOT Std. Spec, Item No. $ SY per - 247, complete and in place per Square Yard. A1:4 -1,605 DEDUCT: Prime Coat (0.15 Gallons/SY), $ -- $� L GAL complete and in place per Gallon. Al :5 - 10,673 DEDUCT: Seal Coat, complete and in place per $ Sd $ SY. Square Yard. A1:6 - 10,673 DEDUCT: 2" Type 'B' HMAC, complete and in $ i �F� $ lg ?`� -? SY place per Square Yard. A1:7 -528 DEDUCT: Type 'B' HMAC (Used as Base) $ s� g TONS complete and in place per Ton. A1:8 - 11,198 DEDUCT: 2" Type 'D' HMAC, complete and in $ 137 r $ 1 �fS 4 - w SY place per Square Yard. -3,670 DEDUCT: Std. 6" Curb and Gutter (Intl. Ai.9 LF Limestone Base Beneath Curb to 2' B.O.C.), S $ -'7 � 7 complete and in place per Linear Foot. -397 Std. 6" Curb and Gutter (loci. Type `B' ?� �'• r ` AIAO LF Base Beneath Curb to 6" B.O.C.), complete $ $ and in place per Linear Foot. A1:11 1 1,439 6." Lune- Stab Subgrade, complete and in $ 6 �- $ 6 �, 3 Y r SY place per Square Yard. Al. 12 11,198 7" Reinforced Concrete Pavement, complete and in $ �► $ C 3 t�ci t SY place per Square Yard. - --�_�— -- 4,06'7 Std. 6" Curb and Gutter (Intl. Lime- Stabilized A1:13 Subgrade Beneath Curb to 2' B.O.C.), complete $ 7 and in place per Linear Foot. TOTAL PART A1- CONCRETE PAVEMENT ALTERNATIVE (Items AL• 1 thru Al . k3) $�$, - -+ --- Revised Proposal Form - 5/4/12 ADDENDUM NO . 3 Phase t ATTACHMENT NO. 2 Page t6 of 16 Page 18 of 38 PROPOSAL FORM FOR WILLIAMS DRIVE, PHASE 2 FROM NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NO. 6467) DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Revised Proposal Form (Phase 2) -- 514112 ADDENDUM NO. 3 - Page 1 of 14 ATTAC14MENT NO. 2 Page 19 of 38 RASP Rin- PART A - STREET IMPRbVEMRNTS I II III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE ITEM IN FIGURES A. 1 29, lOQ SY SURFACE (2" TYPE 'D' HMAC), m® $—� °— a� $�� complete in place per SY A.2 1 29,100 SY SURFACE (2" TYPE 'Bt HMAC) , $ complete in place per SY A.3 29,100 SY SEAL COAT (ONE COURSE), complete $ c1 ! $ 0 in place per SY A.4 4,365 GAL PRIME COAT, MC -30 (0.15 GAL /SY), IU! $ 6� $ �! «D complete in place per GAL A.5 21,700 SY 10" CRUSHED LIMESTONE BASE, $ ��' _ $ complete in place per SY A: 6 29, 600 SY GEOGRID, TENSAR TX 5, complete in $ 3 � $ -7 place per SY A.7 11,210 TON SETTLEMENT BARRIER ( TYPE "B" - $ t Ob r mo $ ow ,2 da0 r HMAC),cotnplete in place per TON A.8 32, 7Q0 SY SUBGRADE PREPARATION (12" MIN), $ �� $ complete in place per SY- ----_ A.9 32,700 SY EXCAVATION AND EMBANKMENT, $ 3, $ f1�, - complete in place per SY A.10 2,490 LF REFL PAV MARK TY1 (W) (4 ") (BROKEN) $ O S' $ f 3Y 2 - complete in place per LF A.11 10,200 LF REFL PAV MARK TYl (W) (9 (SOLID) complete in place per LF - A.12 920 LF REFL PAV MARK TY1 (W) (8 (SOLID) $ complete in place per LF A. 13 175 LF REFL PAV MARK TYl (W) (24 ") (SOLID 4 ' $ �' $ 1. 31Z GORE) complete in place per.LF A_14 12 EA REFL PAV MARK TY1 (W) (ARROW) $ � $ 2g n complete in place per EA A.15 5 EA REFL PAV MARK TY1 (W) (WORD) complete $ Zfz' $ a 5n' in place per EA A.16 155 EA RAISED PAVEMENT MARKER, TYPE I -C $ complete in place per EA A.17 212 EA RAISED PAVEMENT MARKER, TYPE II -A -A $ $ 27z-" complete in place per EA -..— A_18 15 EA RAISED PAVEMENT MARKER, TYPE I1 complete in place per EA A.19 7,180 SF CONCRETE DRIVEWAY, complete in place $ � - $ 4} per SF _____�._�__ A.20 16,250 SY SEEDING, complete in place per SY $ � � $ A.21 1 IS TRAFFIC CONTROL PLAN, complete in place per LS $ - 2 5 A.22 8 EA OZONE ACTION DAY, complete in place per EA ${ P� Revised Proposal Form (Phase 2) - 5/4/12 ADDENDum NO. 3 Page 2 of 14 ATTACHMENT NO.2 Page 20 of 38 I II III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES ITEM A.23 1,000 LF CURB AND GUTTER DEMOLITION, complete $ $ in place per LF A.29 5,000 SF CONCRETE DRIVEWAY DEMOLITION, $ y $ complete in place per SF A.25 4,900 SF ASPHALT DRIVEWAY DEMOLITION, complete $ in place per SF A.26 125 LF EXISTING RAIL REMOVAL, complete in $ place per LF A.27 5,200 LF 2" PVC (SCH 40) PVC ELECTRICAL $ $�® CONDUIT, complete in place per LF A.28 5 EA PLASTIC PULL BOX W /3" GRAVEL, $ $ b v� complete in place per EA A.29 1 EA STOP SIGN WITH 9 IN BLADES, complete in place per EA A.30 25 EA OTHER REGULATORY SIGNAGE, complete in $ ;oo $ [_ r place per EA l A.31 1 EA SOLAR POWERED ROADSIDE BEACON, $ �0 $ complete in place per EA -- A.32 16 EA RELOCATION OF EXISTING SIGNAGE, em $ C) tj L(00 $—"� complete in place per EA A.33 2 EA REMOVAL OF EXISTING SIGNAGE, complete d0 in place per EA� A. 3.4 1 LS EXPLORATAORY EXCAVATIONS, complete $ , in place per LS A.35 I LS STORM WATER POLLUTION PREVENTION $ Z,:,. $ Z� PLAN, complete in place per LS A.36 27 SY PAVEMENT REPAIR, complete in place ; ?_- $ -• , $ - per SY TEMPORARY PAVEMENT (RELATED TO A.37 750 SY TRAFFIC CONTROL PLAN), complete in place per SY A.38 1 LS MOBILIZATION, complete in place per $ O O D $ LS A.39 1 LS DEMOBILIZATION, complete in place per $ �, ., - $ [4 LS - SUB - TOTAL, PART A - STREET p� $�• 5 (A.1 -- A.39) Revised Proposal Form (Phase 2) - 514112 ADDENDUM NO. 3 Page 3 of 14 ATTACHMENT NO.2 Page 21 of 38 BASE HID_ PART B -ADA COMPLIANCE I zI III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE ITEM FIGURES ITEM IN FIGURES B_1 74,400 SF 8 FT CONCRETE HIKE AND BIKE SIDEWALK, $ $� J complete in place per SF B.2 14,200 SF SIDEWALK DEMOLITION, complete in $ $ ' place per SF B.3 300 SF TYPE A - CONCRETE CURB RAMPS, $ E ;_ $ 4. �� complete in place per SF � B.4 2 950 SF TYPE 3 -- CONCRETE CURB RAMPS, $ r - r �"� $ l � C.5 100 LF complete in place per SF $ l: c. - . B.5 285 SF TYPE 7 - CONCRE'T'E CURB RAMPS, $ � � $ cry C.6 4,472 LF complete in place per SF ' $ $ B.6 500 LF TYPE 'C' CROSSWALK STRIPING (24 " ), $ $ 4- C.7 584 LF complete in place per LF $ —�-- B.7 150 LF TYPE 'C' CROSSWALK STRIPING (12 "), $ $ 7 � C.8 952 LF complete in place per LF $ t $ y" ' SUB- TOTAL, PART B - ADA COMPLIANCE , C.9 84 LF (B.1 - B.7) $ $ a, HASP HID. PART r - STt7RM WATER IMPRnVFMFNTC I II III IV V BID Q TY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES ITEM C.1 10 EA STD. 5' CURB INLET, complete in place $ 1` M _ $ ?'r per EA C.2 10 EA MODIFIED CURB INLET, complete in $ $ ' place per EA C.3 9,700 LF CURB & GUTTER, complete in place per "zf. �+ LF C.4 850 LF 18" RCP, complete in place per LF C.5 100 LF 24" RCP, complete in place per LF $ l: c. - $ e. C.6 4,472 LF 10 FT X 7 FT BOX CULVERT, complete ' $ $ in place per LF eL C.7 584 LF 11 FT X 7 FT BOX CULVERT, complete in $ $ place per LF „ �.: _ C.8 952 LF 12 FT X 7 FT BOX CULVERT, complete in $ t $ y" ' place per LF QLL C.9 84 LF 12.5 FT X 7 FT BOX CULVERT, $ $ a, complete in place per LF C.10 880 LF 7.5 FT X 7 FT BOX CULVERT,'(f ` $ complete in place per LF C.11 51d LF 13.5 ;;T X 7 FT BOX CULVERT, complet $ in place per LF �! It =, Revised Proposal Form (Phase 2) — 514/12 Page 4 of 14 ADDENDUM NO. 3 ATTACHMENT NO.2 Page 22 of 3 $ I 11 III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN ITEM FIGURES ,,� c. '' � C.12 300 LF 15 FT X 7 FT BOX CULVERT, complete in' $ _ 4 $ ' J place per LF C.13 9 EA EQUILIZATION OPENINGS (3'X4' ) , $ complete in place per EA -- .-- . - - -.� TRENCH SAFETY FOR STORMWATER C.14 8,932 LF complete in place per LF $ ��� C.15 1 LS JUNCTION BOX NO. 1, complete in place $ cw Wes ., per LS - C.16 1 LS JUNCTION BOX NO. 2, complete in place $ a, per LS C.17 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. $ 4 1) , complete in place per LS C.1$ 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. $ w 2) , complete in place per LS C.19 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 3 ) , complete in place per LS C.20 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 4) , complete in place per LS $ — C.21 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 5) complete in place per LS C.22 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 6) complete in place per L5 C.23 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 7) , complete in place per LS $ _ C.24 1 LS CAST IN PLACE CONCRETE BOX UNION (N0. 8) , complete in place per L5 C.25 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 9) , complete in place per LS C.26 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 10) , complete in place per L5 $ ` ` C.27 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. $ 11) , complete in place per LS C.28 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. $ c ti 12) complete in place per LS C.29 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 13) complete in place per LS ..,.._ C.30 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. ��` 14) , complete in place per LS $ - $ 1 . C.31 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. 15) , complete in place per LS $ C.32 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. $ r` 16 , complete in place per LS $ E ' "z' — �) Revised Proposal Fonn (Phase 2) - 514112 ADD=of3 Page 5 of 14 ATTA P I IT III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN DESCRIPTION UNIT PRICE FIGURES C.33 1 LS CAST IN PLACE CONCRETE BOX UNION (NO. $ 17) complete in place per LS ,_ - $ C.34 45 EA CONNECT EXISTING /PROPOSED LATERAL TO $ $ __ A-51 ' 'i BOX CULVERT, complete in place per EA in place per LF C.35 1 EA GRATE INLET, complete in place per EA $ i :,- D.2 C.36 1 EA SLOPED END TREATMENT, complete in $ $� place per EA " in place per LF EXISTING BOX CULVERT C.37 2,900 LF DEMOLITION /REMOVAL, complete in place $ $� - per LF C.38 6 EA INLET DEMOLITION, complete in place $� 1 7 —� D.4 per EA LF 8" PVC GRAVITY LINE (15' -17 C.39 1,430 LF REMOVE EXISTING REINFORCED CONCRETE $ $ ti PIPE, complete in place per LF - C.90 12 EA REMOVE EXISTING PIPE END TREATMENT, _ $ $ 10" PVC GRAVITY LINE (11' -13'), complete in place per EA '• C.91 10 EA STORMWATER MANHOLE /INLET ADJUSTMENT $ $ $ complete in place per EA D.6 570 C.42 40 LF GROUT /.ABANDON EXISTING STORMWATER $ 4 _�__, $ LINE, complete in place per LF complete in place per LF C.43 1 LS ALLOWANCE FOR UNANTICIPATED UTILITY $50,000.00 $50,000.00 ADJUSTMENTS, complete in place per LS C.44 8852 LF DEWATERING (FOR DEPTHS > 6 FT), $ dr _' complete in place per LF SUB - TOTAL, PART C - STORMWATER $ (C.1 - C.44) BASE BID, PART D - WASTEWATER IMPROVEMENTS 9 t e. I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES D.1 90 LF 8" PVC GRAVITY LINE (5' -7'), complete $ $ 'i in place per LF 1.�) D.2 500 LF 8" PVC GRAVITY LINE (7' -9'), complete $ A _ in place per LF D.3 500 LF 6" PVC GRAVITY LINE - complete in place per LF $ 4i-- " $ 7 —� D.4 20 LF 8" PVC GRAVITY LINE (15' -17 $ complete in place per LF D.5 610 LF 10" PVC GRAVITY LINE (11' -13'), complete in place per LF $ $ •rte " D.6 570 LF 10" PVC GRAVITY LINE (13' -15'), $ — complete in place per LF $ Revised Proposal Form (Phase 2) - 5/4/12 ADDENDUM NO. 3 Page 6 of 14 ATTACHMENT NO.2 Page 24 of 38 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES D.7 2,290 LF TRENCH SAFETY FOR WASTEWATER LINES, $ $ complete in place per LF D.8 1 EA 4 FOOT DIA. FIBERGLASS MANHOLE (5 -7 $ FT), complete in place per EA 7 '' D,9 3 EA 4 FOOT DIA. FIBERGLASS MANHOLE (7 -9 $ r �� ` $ Z3 -3 FT) , complete in place per EA D.10 2 EA 4 FOOT DIA. FIBERGLASS MANHOLE (9 -11 $ FT), complete in place per EA D 11 3 EA 4 FOOT DIA. FIBERGLASS MANHOLE (11 -13 _ FT), complete in place per EA ° D,12 3 EA 5 FOOT DIA. FIBERGLASS MANHOLE (13 -15 FT), complete in place per EA D.13 1 EA 5 FOOT DIA. FIBERGLASS MANHOLE (15 -17 $ FT), complete in place per EA D .14 13 EA TRENCH SAFETY FOR WASTEWATER MANHOLE $ �-� 7 complete in place per EA 0.15 5 EA EXTERIOR MANHOLE DROP CONNECTIONS, complete in place per EA D.16 9 EA VCP TO PVC COUPLING (12" MIN), $ $� complete in place per EA 0.17 10 EA REHABILITATE EXISTING BRICK /CONCRETE MANHOLE, complete in place per EA D.18 2,300 LF GROUT FILL WASTEWATER LINE TO BE $� _ $ ABANDONED, complete in place per LF 0.19 160 LF EXISTING 36" C.I. LINE TO BE C.I.P.P., complete in place per LF WASTEWATER MANHOLE TO BE D.20 12 EA DEMOLISHED /ABANDONED, complete in $ !�f .._ -v- $ place per EA D.21 I EA WASTEWATER MANHOLE TO BE REMOVED, $ ; $ ( T. complete in place per EA - D.23 1 EA ADJUST WASTEWATER MANHOLE RING /COVER, complete in place per EA 0.24 85 LF 36" DIA STEEL CASING (INSTALLED BY 3-S OPEN CUT), complete in place per LF 0.29 z LS BY PASS PUMPING, complete in place per LS 0'25 1 LS ALLOWANCE FOR UNANTICIPATED UTILITY $25,000.00 $25,000.00 ADJUSTMENTS, complete in place per LS 0.26 2290 LF DEWATERING (FOR DEPTHS > 6 FT) $ - 7 $ ~? z complete in palace per LF SUS - TOTAL, PART D - WASTEWATER (D.1 - D.26) Revised Proposal Form (Phase 2) - 5/4/32 ADDENDUM NO. 3 Page 7 of 14 ATTACHMENT NO.2 Page 25 of 38 BASE BID, PART E - WATER SYSTEM IMPROVEMENTS I II III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE ITEM IN FIGURES E. 1 3, 875 LF 12" PVC WATERLINE, complete in place $ -7e, - $ per LF p E.2 45 LF 6 PVC WATERLINE, complete in place $ $ y - 0 . per LF E.3 600 LF 12" DUCTILE IRON WATERLINE, complete $ $ in place per LF j " E. 9 50 LF 6" DUCTILE IRON WATERLINE, complete $ in place per LF E.5 4,570 LF TRENCH SAFETY FOR WATERLINES, $ complete in place Per LF E.6 11 EA 12" D.I.M.J. GATE VALVE, complete in $ place per EA E.7 1 EA 8" D "I.M.J. GATE VALVE, complete in $ place per EA E.8 4 EA 6" D.I.M.J. GATE VALVE, complete in place per EA $ E.9 1 EA 4" D.I.M.J. GATE VALVE, complete in $ $ �`:' - place per EA E.10 11 EA 12 D.I.M.J. TEE, complete in place $W _ per EA $ E.11 1 EA 8" D.I.M.J. TEE, complete in place $ } per EA $ E.12 2 EA 12" X 6" D.I.M.J. REDUCING TEE, $ - complete in place per EA E.13 7 EA 12" D.I.M.J. 90 DEG BEND, complete in $ - $ place per EA — E.14 52 EA 12" D.I.M.J. 45 DEG BEND, complete in $ _ $ place per EA y { z—, .._ E.15 3 EA 12" D.I.M_J. 22.5 DEG BEND, complete $ $ in place per EA E.16 I FA 8" X 8„ WAPPING SLEEVE, complete in place per EA $ r." $ E.17 I EA 8" X 6" TAPPING SLEEVE, complete in $ $ place per EA E.18 I EA 6" TAPPING GATE VALVE, complete in $ � $ 7 place per EA i E.19 1 EA 16 "'X 12" D.I.M.J. REDUCER, complete in place per EA $ Revised Proposal Form (Phase 2) -.5/4/12 ADDENDUM NO. 3 Page 8 of 14 ATTACHMENT NO, 2 Page 26 of 38 I IT III IV V BID Q TY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE ITEM IN FIGURES E.20 5 EA 12" X 8" D. I . M. J. REDUCER, complete $ r ", in place per EA $ -- E.21 6 EA 12" X 6" D.I.M.J. REDUCER, complete $ 5 _ $ ¢ ✓ in place per EA E.22 3 EA 12" X 4" D.I.M_J. REDUCER, complete $ $ r, in place per EA E.23 1 EA 8" D.I.M.J. 90 DEG BEND, complete in $ $ L place per EA �- E.24 4 EA 6" D.I.M.J. 45 DEG BEND, complete in $ place per EA E.25 1 EA 16" D.I.M.J. IONG PATTERN SLEEVE (12" $ MIN) complete in place per EA $ E.26 2 EA 12" D.I.M.J. LONG PATTERN SLEEVE (12" $ �' _ $ MIN) complete in place per EA E.27 5 EA 8" D.I.M.J. LONG PATTERN SLEEVE (12" $ ; MIN) complete in place per EA 3:✓ $ E.28 9 EA b" D.I.M.J. LONG PATTERN SLEEVE (12" $ J ` ✓ $ MIN) complete in place per EA E.29 3 EA 4" D.I.M.J. LONG PATTERN SLEEVE (12" MIN) complete in place per EA $ $ 3 ---�_ E.30 1 EA 16" PVC SPOOL PIECE (2' -0" MIN), complete in place per EA $ $ - -- E_31 21 EA 12" PVC SPOOL PIECE (2' - MIN), $ S . complete in place per EA $ E.32 4 EA 8" PVC SPOOL PIECE (2'-0" MIN) , complete in place per EA $ E.33 10 EA 6" PVC SPOOL PIECE (2' -0" MTN), $ ¢— ._ ;4 complete in place per EA $ , E.34 2 EA 4" PVC SPOOL PIECE (2' - 0 " MIN), complete in place per EA $ 1 __ $�„ E.35 11 EA REMOVE EXISTING TEE AND PLUG WATERLINES, complete in place per EA $ E.36 11 EA FIRE HYDRANT ASSEMBLIES, complete in place per EA - E.37 75 LF 20" DIA STEEL CASING (INSTALLED BY BORING) do complete in place per LF E.38 1 LS TRAFFIC SAFETY FOR WATERLINE BORING, $ complete in place per LS $ 7 Revised Proposal Form (Phase 2) - 5/4/12 ADDENDUM NO. 3 Page 4 of 14 ATTACHMENT NO.2 Page 27 of 38 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES IN FIGURES E.39 5 EA REMOVE /SALVAGE EXISTING FIRE $ �� $ z HYDRANTS, complete in place per EA J E.40 1 EA RECONNECT EXISTING WATER METERS, $ 1 `'' _ $ I ` complete in place per EA }" E.41 g EA VALVE BOX ADJUSTMENTS, complete in $ place per EA $ S m $ )°a -- E.42 35 gy PAVEMENT REPAIR, complete in place _ $ r� $ per SY i - E.43 160 LF WATERLINE TO BE REMOVED, complete in $ $?� place per LF E.49 3,000 LF GROUT FILL WATERLINES TO BE - ABANDONED, complete in place per LF E_45 I LS ALLOWANCE FOR UNANTICIPATED UTILITY $25,000.00 $25,000.00 ADJUSTMENTS, complete in place per LS E.46 950 LF DEWATERING (FOR DEPTHS > 6 FT), $ $yy complete in place per LF SUB - TOTAL, PART E- WATER C e0 (E.1 - E.46) BASE BID, PART F - GAS SYSTEM IMPROVEMENTS I TT TTI IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES F.l 100 LF BACKFILL AND COMPACTION OF 8" WRAPPED STEEL LINE complete in place per LF $ F.2 1650 LF BACKFILL AND COMPACTION OF 10" WRAPPED $•- �t STEEL LINE complete in place per LF $� - F.3 58 DAY TRAFFIC CONTROL PLAN FOR GAS LINE A c DJUSTEMENTS complete in place per DAY $ S m $ )°a -- SUB- TOTAL, PART F- CAS (F.1 - F.3) Revised Proposal Form (Phase 2) - 514112 ADDENDUM NO. 3 Page 1 0 of 14 ATTACHMENT NO.2 Page 28 of 3 8 BASE BIQ_ PART G - AIRLINE TRAFFIC SIGNALIZATION AAODIFICATIONS I II ITT IV V BID QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE YTE(") IN FIGURES G.1 8 EA BACK PLATE (12 IN) (3 SEC), complete $ �Q_ $ 7° in place per EA G.2 4 EA BACK PLATE (12 IN) (5 SEC) complete $ cfp� in place per EA G.3 300 LF CONDUIT (PVC) (SCH. 40) (2 ") (BORE) $ r . $ 4� complete in place per LF G.4 10,000 LF CONDUIT (PVC) (SCH. 40) (2 ") (FIBER OPTIC), complete complete in place per LF G.5 300 LF CONDUIT (PVC) (SCH. 40) (2 ") $ �' $ rJ° " (TRAFFIC) , complete in place per LF G.6 1 EA COORDINATION OF TRAFFIC SIGNAL $ �� ��� - $ -3 SYSTEM, complete in place per EA G_7 350 LF ELECTRIC CONDUCTOR (N0. 6) INSULATED $ $ complete in place per LF ELECTRIC RIC SERVICE TY D (120/240) G_8 1 EA 060 (NS) SS (N) SP (0), complete in $ I�n-- p lace per EA G.9 40 LF FND FOR PEDESTRIAN POLE (24 IN DRILL $ 1 1 0 � $ 4 1, - SHAFT), complete in place per LF G.10 30 LF FWD FOR TRAFFIC SIGNAL (24 IN DRILL $ SHAFT), complete in place per LF G.11 60 LF FWD FOR TRAFFIC SIGNAL (36 IN DRILL $ Z2.o $ IT SHAFT), complete in place per LF G.12 - �4 LF FND FOR TRAFFIC SIGNAL (48 IN DRILL $ 34- b $ SHAFT), complete in place per LF -- G.13 2 EA ILSN (LED) (6S), cotWleea in place P per EA G.14 2 EA ILSN (LED) (85), complete in place $ �' $ S; Soo - per EA G.15 1 EA PEDESTRIAN AUDIBLE CENTRAL � a-,* $ � ~ $ 3 'T - b0 -- CONTROLLER, complete in place per EA PEDESTRIAN AUDIBLE PUSH BUTTON G.16 8 EA ASSEMBLY WITH R10 3B SIGN, complete $ in place p EA G.17 8 EA PEDESTRIAN COUNTDOWN HEAD ASSEMBLY, $ rte^ $ 2,0 - complete in place per EA G.18 4 EA PEDESTRIAN POLE ASSEMBLY, complete in $ 7 8-o $ 3 /20 place per EA Y G.19 4 EA R10 -12 SIGN, complete in place per EA $ z5'o G.20 I EA R3 -813 SIGN, complete in place per EA $ 320 ^- $ 37 . RADAR VEHHCLE SENSING DEVISE WITH $ G.21 4 EA MOUNT (RVSD), complete in place per $ EA Revised Proposal Form (Phase 2) - 514112 ADDENDUM NO.3 Page 1 k of 14 ATTACHWN'T NO.2 Page 29 of 38 I I II III IV V BID SID O'FY�pN72 S(' -9r P ,� - -... rsm tm�nrr_.� TOTAL PRICE N rea t a G.22 4 EA REMOVE TRAFFIC SIGNALS, complete in $ = $ 3 4. 6 ' ' ' place per EA G -23 I EA TRAFFIC CONTROLLER UNIT AND CABINET, $ j V - $ complete in place per EA TRAFFIC SIGNAL CABLE (TY A)(14 G.24 400 LF AWG)(16 CONDUCTOR), complete in place $ 3' $-_ p c per LF G.25 450 LF TRAFFIC SIGNAL CABLE (TY A)(14 AWG) {4 $ �.f� $ CONDUCTOR), complete in place per LF - T G.26 400 LF TRAFFIC SIGNAL CABLE (TY A)(14 AWG)(7 $ Z J $ '� 4 � CONDUCTOR) , complete in place per LF G.27 500 LF TRAFFIC SIGNAL CAMERA COMPOSITE $ 2 $� r CABLE, complete in place per LF T� G.28 2 EA TRAFFIC SIGNAL POLE AM (S) 1 ARM {40 $ 7 o� 14, FT) , complete in place per EA �- $ �aa_ --- --�, G.29 1 EA TRAFFIC SIGNAL POLE AM (S) 1 ARM (50 $ j poo FT), complete in place per EA --- $ G.30 1 EA TRAFFIC SIGNAL POLE AM (S) 1 ARM (55 FT) , complete in place per EA G.31 504 LF TRAFFIC SIGNAL RADAR SENSING CABLE, complete in place per LF_ G.32 1 EA UPS (1.5 KVA) (TWR) , complete in $ place per EA G.33 4 EA VEHICLE SIGNAL SEC (12 IN) LED (GRN ARW), complete in place per EA G.34 12 EA VEHICLE SIGNAL SEC (12 IN) LED {GRN), complete in place per EA $ .2 G.35 12 gA VEHICLE SIGNAL SEC (12 IN) LED (RED), complete in place.per EA.. G - 36 4 EA VEHICLE SIGNAL SEC (12 IN) LED (YEL $ 4 a ARW), complete in place per EA G.37 12 EA VEHICLE SIGNAL SEC (12 IN) LED (YEL), $ =+'7'ar complete in place per EA G,38 20 IF CONDUIT (PVC) (1 1/2" in) (TRAFFIC), complete and in place per LF. 0.39 260 ,LF CONDUIT (PVC) (2" in) (TRAFFIC) , oomplete and in place per LF. G.40 140 IR CONDUIT (PVC) (3 in) (TRAFFIC), complete and in place per LF. G,41 15 LF CONDUIT (PVC) (4 in) (TRAFFIC)' complete and in place per LF. 1 G.42 400 LF ELECTRIC CONDUCTOR (No. 8) INSULATED, $ complete and in place per LF. $ SUB - TOTAL, PART G- AIRLINE TRAFFIC $ 6 9 ZG b MODIFICATIONS (G.1 - G.42) r Revised Proposal Form (Phase 2) ADDENDUM NO.3 51411? ATTACHWNT NO. ,2 Page l2 of 14 Page 30 of 38 SASE Rin. PART" H _ RFmnNAI TRANSPnRTOTInN1 Al ITWnPITV 1UDOn\ /r_iueuTQ I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES H.1 $,520 SF B" CONCRETE BUS PAD,(WITH CRUSHED $— LIMESTONE) complete in place per SF H.2 2,400 SF CONCRETE SHELTER /LANDING PAD, y $ ' complete in place per SF H.3 2,900 5F DEMOLITION OF EXISTING CONCRETE 1 '� $ SHELTER PAD, complete in place per SF SUB - TOTAL, PART H- AIRLINE TRAFFIC MODIFICATIONS (H.1 (H.1 - H.3) $ BASE BID SUMMARY SUBTOTAL PART A - STREET IMPROVEMENTS (Items A.1 thru A.39): $ 3 SUBTOTAL PART B - ADA COMPLIANCE (Items B.1 thru B.7): $ Z�Il SUBTOTAL PART C - STORM WATER IMPROVEMENTS (Items C.1 thru C.44): $ ti SUBTOTAL PART D - WASTEWATER IMPROVEMENTS (Items D.1 thru D.26): $ Z, SUBTOTAL PART E - WATER SYSTE14 .IMPROVEMENTS (I tOWB X .1 thru U .46). $ ( O i L 4� SUBTOTAL PART F - GAS SYSTEM IMPROVEMENTS (Items F.1 thru F.3): $ - SUBTOTAL PART G - AIRLINE TRAFFIC SIGNALIZATION (Items G.1 thru G.42):$ (4q , 2tsb SUBTOTAL PART H - RTA IMPROVEMENTS (Items H.1 thru H.3): TOTAL BASE BID (PARTS A thru H - Items A.1 thru H.3): Revised Proposal Form (Phase 2) - 5/4112 Page 13 of 14 $ 9�._ f 2 Z 't z - �I =- - $ ADDENDUM NO. 3 ATTACHMENT NO. 2 Page 31 of 38 Al TFRNAYF RID NO- 1 - (JOINTED REINFARE.Fn CnNCRETE PAVEMFNTI I II III IV V BID QTY UNIT ©ESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES ITEM A1.1 30, SY 7" JOINTED REINFORCED PAVEMENT $ Ll�}� $ f� 2 complete in place per SY -� — _ A1.2 1 32,700 SY SUBGRADE PREPARATION (6'r MIN LIME $ $ TREATED) complete in place per SY A1.3 100 SY PAVEMENT REPAIR complete in place per $ � $ A1.4 - 29,100 DEDUCT: A.1 SURFACE (2" TYPE `Dr $ $ C ? s Y"' SY HMAC) complete in place per SY A1.5 - 29,100 DEDUCT: A.2 SURFACE (2" TYPE $ SY HMAC) complete in place per SY A1.6 --29,100 DEDUCT: A.3 - SEAL COAT (ONE $ SY COURSE) complete in place per SY -4,365 DEDUCT: A.4- PRIME COAT, MC--30 A1.7 (0.7.5 GAL /SY) complete in place $ $ 190" GAL per GAL A1.8 - 21,700 DEDUCT: A.5 -10" CRUSHED LIMESTONE $ IS ' $ SY BASE complete in place per SY A1.9 - 24,600 DEDUCT: A.6 GEOGRID TENSAR TX5 $ r 5Y complete in place per SY A1.10 - 11,210 TON DED-- A.7- SETTLEMENT BARRIER $ Jac, complete in place per TON A1.11 - 32,700 DEDUCT: A.8- SUBGRADE PREPARATION $ r $ SY (12" MIN) complete in place per SY $ 0 5•� TOTAL ADDITIVE HID 1 (A7..1. - Al. 11) ADDENDUM NO.3 Revised Proposai Form (Phase 2) - 5/4112 ATTACHMENT NO.2 Page 14 of 14 Page 32 of 38 WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1- RODD FIELD TO NILE DRIVE PHASE 2 - NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) PROJECT ALTERNATE NO.2 Revised Proposal Form — 5/4/12 A (Phase 1 & 2) ADDENDUM NO- 3 Page l of 6 ATTACHMENT NO.2 Page 33 of 38 PROJECT ALTERNATE NO.2 I II Iu IV V QTY & ITEM UNIT DESCRIPTION UNIT PRICE TOTAL PART A2 — EXPEDITED SCHEDULE ALTERNATIVE Expedited Schedule (Phase 1 & 2 — from Rodd A2:1 LS Field to Airline Road) from 1170 Days to 990 , -- Da s, complete and in lace per Lump Sum. TOTAL PART A2 — EXPEDITED SCHEDULE ALTERNATIVE (Item-A2:1) $ Revised Proposal Form — 514112 (Phase 1 & 2) ADDENDUM NO. 3 Page 2 of 6 ATTACHMENT NO. 2 Page 34 of 38 WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1-- RODD FIELD TO NILE DRIVE PHASE 2 - NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) PROJECT BID SUMMARY TOTAL BASE BID (PHASE 1 & 2): TOTAL ALTERNATE NO. 1(PHASE 1 & 2): TOTAL PROJECT ALTERNATE NO. 2: Revised Proposal Form — 514112 (Phase 1 & 2) ADDENDUM NO. 3 Page 3 of 6 ATTACHMENT NO.2 Page 35 of 38 �--� The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications ` and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no Raprvarya� tat @Enna, lrxud� by rr in G`il3r quv. in "Y- gmnbo a walua taut af* nlre� H.atttaaatbe, iaa;: %­ ttu(rRMi�ex: .sue !!an Contractor. The City reserves the right to negotiate additional quantities for parking, trails, and sidewalk at the City of time of award; using unit prices provided in the base bid. Corpus Christi Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insuie payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) :sets. Time of Completion: The undersigned agrees to complete the work within: The working time for completion of the Project (PHASE 1 & 2) will be broken down as follows from the date designated by a Work Order: Description Project Limits Calendar Days / Liquidated Allotted Dania es/Da Base Bid Rodd Field Road to Airline Road 1170 $1 Additive Alternate Rodd Field Road to Airline Road No. I (Concrete Pavement)- Sequencing/TCP as Same as Base Bid shown above. Shown in Base Bid Alternate Expedited Schedule- Rodd Field Road to L Additiv6. No. 2 Airline Road 990 $2,004 The undersigned,further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): #1. #2. #3 (SEAL - IF mbDER IS a Corporation) Respectfully submitted: Nave: Greg T. Reyes ADDENDUM NO.3 ATTACHMENT NO.2 Page 36 of 38 BY (S Address 1901 Hollister St (P.O. Box) (Street) Houston, TX 77080 (City) (State) (Zip) Telephone: 713.95 7.40 03 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) Revised Proposal Form — 514112 (Phase 3 & 2) Page 4 of 6 I ' PAYMENT BOND STATE OF TEXAS § BOND No. 105815001 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Re tec Construction Resources Inc. of the City of Houston , County of Harris , and State of Texas , as principal ( "Principal "), and TR AVELERS CASUALTY AND SURETY COMPANY OF A MERICA , 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 SEVENTEEN MILLION, SEVEN HUNDRED_ FOURTEEN THOUSAND. THREE HUNDRED EIGHTY -FOUR AND 101100 U.S. Dollars ( $ 1L714,384.1_0 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 24TH day of JULY 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: WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 RODD FIELD TO NILE DRIVE PHASE 2 NILE.DRIVE TO AIRLINE ROAD BOND 2008 PROJECT NOS. 6466 & 6467 (TOTAL BASE BID (PH1 & PH 2) + ALT. ##1 (PH 1 & 2) + ALT. #2: $17,714,384.10) 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., 3 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 J Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the - - - _ day of - - - August '2012. WAR Reytec Construction Reso s • By: - Aregg j T Reyes Title: President ATTEST: Secretary Rebecca Reyes Address: 1901 Hollister St Houston, TX 77080 j s -� Rev. bate May 2011 0 SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Address: 4650 westway Park Blvd. Houston, Texas. 77041 -2036 Teleph 281/606 -8400 Fax: ' 281/606 -8436 E -Mall: J imb@ans- alliance . coin Payment Bond Page 2 of 3 Housfoun, Woodard, Eason, Gentle, Toniforde, and Anderson, Inc. dba lnsur :ice :- tLauce 1776 Yorktown, Suite 200 Houston, Texas 77056 -4114 T1)1LrceQnse'1138t YKIN #760362043 r i i ;i I 1' .i i i� Ll 1 1 j Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch and Associates Insurance Address: 1718 S anta Fe St. (Physical Street Address) Corpus Christi, TX 78404 (City) (State) .___..._ 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 Origina! 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 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A /t, POWER OF ATTORNEY I TRAVELERS J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 214281 Certificate No. 004597634 �I 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 IcxaS , their true and lawful Attomey(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,thetr, corporate seals to be hereto affixed, this day of October 2 20th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company ... Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company ASII 41 &E , � IN "�� N3fl SY Ap J P _...... 9 °P 0 ,�fw�sleer Y�+YO ..oagn' CS A S ¢.• ► �,• .."t' °c 3 Q. Ap UNA 3 1� ` "".•.nu[➢ a 1951 �` SE$t,'os ��S:, STAI. � °- s cosh. n CoPBi � u, 189& = d'y HJ � y� m v . •......: a � . a � , State of Connecticut City of Hartford ss. By: /(3.,gd Thompson, - tce President On this the 20th day of October 2011 , 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. (y.1E rr In Witness Whereof, I hereunto set my hand and official seal.' My Commission expires the 30th day of June, 2016. �°l►BL�G WAA Marie C. Tetreault, Notary Public 58440 -6 -11 Printed in U.S.A. INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors 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, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf _ of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a -bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers' President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary, 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 do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is is full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 6th day of AnxguSt 20 1 Kevin R Hughes, Assistant Sec tary GI• V4�T T f1FE 6 4 ` *K lysG � 1MSLq LTY 4lya at,,�y�' pp��'f b �s -I @ Di �-• 9 .1 .... ......... 9_,�. � 6 `l�' m IY� "'sq' �J qgZ e ® _E: m in` a Y�ANfFORU� K FnRfP6FiU, < �d. as 7a ti o . 4SEAI�o"s $Sll.fsin ° � � r H ,r� £ c v` -+.... ��� _ d.'+. a 'c F � • A1M� x�NC 1� l r ea yf a y To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.traveiersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WITHOUT THE RED BORDER a STPAUL 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. P E R F O R M A N C E BOND I_ i "I 4 STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: 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 CO MPANY OF AMERICA , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of SEVENTEEN MILLION, SEVEN HUNDRED FOURTEEN THOUSAND, THREE HUNDRED EIGHTY -FOUR AND 101100 U.S. Dollars ( 17,714,384.10 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: BOND No. 1 05 8 15001 0 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 24TH of JULY , 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: WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 RODD FIELD TO NILE DRIVE PHASE 2 NILE DRIVE TO AIRLINE ROAD BOND 2008 PROJECT NOS. 6466 & 6467 (TOTAL BASE BID {PHI & PH 21 + ALT. #1 {PH 1 & 2) + ALT. #2: $17,7 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. (Rev. Date May 2011) Performance Bond Page 1 of 3 i 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., j 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. 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 6th day of August , 2012. PRINCIPAL Reytec Cqnstruction Resq By: - K Gregg . Reyes Title: President ATTEST: Secreta Rebecca Reyes Address: 1901 Hollister St. Houston, TX 77080 SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By: A-4.. A rney n -fact Harlan J. 8ercaer 4101 13A Telephone: 281/606 -8400 Fax: 28:1/606 --8436 ;.� l E - Mail: jimb @ins-alliance.com (Rev. Date May 2011) Performance -Bond Page 2 of 3 J Noustoun, Woodard, Eason, Gentle, Tomforde, and Anderson, Inc. dba fus Ur €z -ve A- 111ance 1776 Yorktown, Suite 200 Houston, Texas 77056-4114 TDf License #1331 FEIN #760362043 i s Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch and Associates-insurance i Address: 171.8.Sante Fe St. (Physical Street Address) Corpus Christi, - TX 78 (City) (State) (zip) i. ' Telephone: 361/883 -3803 E -Mail: kwoods@keetchins.com `1 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 2099) Performance Bond Page 3 of 3 WARNING: THIS POWER OF AT IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company �. Attorney -In Fact No. 214281 Certificate No. 004597635 ]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 W� 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 Coke, 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 Attomey(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 then• corporate seals to be hereto affixed, this 20tH day of October 2011 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 2' GNSoUeA��J. �� ry41RE 4 � q \�•I °$U9 J Q� INS q yg gJP 4TY q/y� �,yp 51�� �rl�ti h• 5 �] Cl ".^"'ruryll[V F lI £� AT 1 'oi - d�.,SBALiaF W o < y • spa y9�`, �c °' �o%'••......:�a�� e ` ys r State of Connecticut I City of Hartford ss. By: Cseorg Thompson, rtior ice President On this the 2 day of October 2011 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. ?(�; T In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2016. Marie C. Tetteault, Notary Public �. 58440 -6 -11 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors 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, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is I FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsi:milc signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, 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 do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compames; which is in frill force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said !Companies this 6th day of August 2012 JV Kevin E. Hughes, Assistant Se tary GFSUq�� V4iRE 4 �F11 11 fp 4 INSI,q PySY 9hn Y ? i. � y �Or• 9 F (p — _ £aRPOH�1'~f Pte ........., n 4p 4 �.RArF _t'"i ww 1S, ..,. ��l•: to .... �a ° d,� .�+ . v To verify the authenticity of this Power of Attorney, call 1- 800- 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above - named individuals and the details of the bond to which the power is attached. THIS r*xt�tnr!a tt�+t�ttrr�r�t�hr�a If a person who requests official action on a matter knows that the requested action will 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 City official, employee or body that has been requested to act in the matter, unless the interest of the City 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 not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person:' Gregg T. Reyes Title: President [type orPrintl Signature of Certifying Person: a. "Board member." b. "Economic benefit" C. "Employee." d "Firm." e. "Official." DEFINITIONS Date: 05/09/12 A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. 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. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. E "Ownership Interest." g. "Consultant." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." Any person or f4m, such as engineers and architects, hired by the City of Corpus Christi or the purpose of professional consultation and recommendation. Revised Proposal Form — 5/4112 ADDENDUM NO. 3 (Phase 1 & 2) ATTACRl ENT NO.2 Page 6 of 6 Page 38 of 38 HATE (MMroomm) D CERTIFICATE OF LIABILITY INSU sDATE(M THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERT HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION tS 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 endorsementlsl. PRODUCER Insurance Alliance 1776 Yorktown, Suite 200 Houston TX 77056 INSURED REYTE -2 Reytec Construction Resources, Inc. 1901 Hollister St Houston TX 77080 COVERAGES CERTIFICATE NUMBER: 823616000 E-. REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIQD 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. DD LSUBR POLICY EFF POLICY EXP ILTR TYPE OF INSU NCE N R D POLICY NUMBER MM MIDITIYYYY L1µ17'5 • GENERAL LIABILITY R �, 871220 101162011 1011612012 EACH OCCURRENCE $1,000,000 J DAMAGE TO RENTED x - COMMERCIAL GENERAL LIABILITY' PREMISES Ea occurrence $100,000 r7-1 OCCUR MED EXP ( one person) $5,000 CLAIM54AADE PERSONAL& ADV INJURY ,'$1,000,000 GENERAL AGGREGATE V $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $2,000,000 7 POLICY x PRO- ' LOC `$ • AUTOMOBILE LIABILITY s� x ANY AUTO 1707421 1011612011 1011612012 Ea accWent 'I' $1,000=0 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ - ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Peraccidenl $ $ UMBRELLA LtAB f X OCCUR SISCCCL01609111' 0/16/2011 011612012 EACH OCCURRENCE $4,000,000 AGGREGATE $4,000.000 X EXCESS UAB " CLAtMS -MADE DED I I RETENTION$ I s C WORKERS COMPENSATION r AND EMPLOYERS' LIABILITY , YIN ANY PROPRIETORIPARTNEWEXECUTIVE OFFICERIMEMBER EXCLU13 (Mandatory In NH) NIA` 20635774' _ 1011&20 071612012 X 1 = 1 OTH- E.L. EACH ACCIDENT $1,000,000 - E.L. DISEASE -EA EMPLOYEE $1,000.000 E.L. DI5EASE - POLICY LIMIT $1,000,000 If yyes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if 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: Williams Drive, Phase Nos.1 and 2: Phase 1 Rodd Field to Nile Drive; Phase 2 Nile Drive to Airline Road Bond 2008 - Project Nos. 6466 & 6467 City of Corpus Christi Dept of Engineering Svcs - Attn: Contract Admin P O 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. AUTHORED REPAESENTATNE ACORD CORPORATION. All rinhts reserved ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. lot16/2011 forms a part of policy No.GL 487- 12 -20`' issued to REYTEC CONSTRUCTION RESOURCES, INC. ' by ILLINOIS 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. I. ADDITIONAL INSUREDS Section II - WHO IS AN INSURED, 1. is amended to include as an insured any person or organization described in paragraphs A through I 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. BY 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 I.B.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. 100983 (2109) Page 1 of 7 D. LESSOR OF LEASED EQUIPMENT 1. Any person or organization 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 part, by your maintenance, operation or use of such equipment leased to you by such person(s) or organization(s). 2. With respect to the insurance afforded to these additional insureds under Paragraph LD.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 (eased 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; (1) 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 insureds) 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. 100983 (2109) Page 2 of 7 1. STATE OR POLITICAL SUBDIVISION - PERMITS Any State or Political Subdivision, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or On your behalf for which the state or political subdivision has issued 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 ". II. 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: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products - completed operations hazard, 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 such additional insureds relative to (a) the performance of your ongoing operations for the additional insureds, or (b) "your work" performed for the additional insureds and included in the "products- completed operations hazard. 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 II - WHO IS AN INSURED, 2. a. (1) (d) 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 liability 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 I - 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 bail 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. Vll. 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 OR SUIT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. - Duties in the Event of Occurrence, Offense, Claim ar Suit, a. is hereby deleted and replaced with the following: 100983 (2109) Page 4 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 f PARTNERSHIPS 1 LIMITED LIABILITY COMPANIES The paragraph under SECTION 11 - 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 liability 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 I - 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 bail 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. Vlll. AMENDMENT OF DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. - Duties in the Event . of Occurrence, Offense, Claim or Suit, a. is hereby deleted and replaced with the following:. 100983 12109? 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 servant, or your employee will not in itself constitute knowledge to you unless the Director of Risk Management for one with similar or equivalent title) or his/her designee will have received such notice. 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 EXCLUSION SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exclusions, a. - Expected or Intended Injury, is deleted and replaced by the following: 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 LIABILITY - RAILROADS Only with respect to Ii) operations performed within 50 feet of railroad property and (ii) 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 f_ 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: la) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 100983 (2109) Page 5 of 7 {b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or 12) 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 failure to render professional services, including those listed in Paragraph {1) above and supervisory, inspection, architectural or engineering activities; and . B. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. - Other insurance, b. Excess Insurance, (1) 1a), is amended to include the following: (v) That is a Railroad Protective Insurance Policy or similar coverage. XI. COVERAGE FOR YOUR SUPERVISORY OR MANAGERIAL EMPLOYEES RELATING TO CO- EMPLOYEE INJURIES SECTION 11 - WHO IS AN INSURED, 2.a. 11), Ia) 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 damage 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, 111, is amended to include the following: This insurance shall not be excess where (i) such other insurance is specifically purchased to apply as excess of this policy, or (ii) 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 LIABILITY 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 claim or "suit" that any other 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 (2109) Page 6 of 7 1. A separate Per Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Per Construction Project General Aggregate Limit is the most we will pay for the sum of (i) all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard (ii) all damages under COVERAGE B and (iii) all medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or 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 1), offenses COVERAGE B (SECTION 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 III) not otherwise modified by this endorsement shall continue to apply as stipulated. 100983 (2/09) uthorized Representative or Countersignature (in States Where Applicable) Page 7 of 7 POLICY NUMBER: CA 170 -74 -21 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: i BUSINESS AUTO COVERAGE FORM �J 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: 10/16/2011 Countersigned By: Named Insured: REYTEC CONSTRUCTION RESOURCES, INC. (Authorized Representative SCHEDULE Name of Personls) or Organization Is): 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 Il of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 - -.J- -L __ ENDORSEMENT # This endorsement, effective 12:01 A.M. 10/1612011 forms a part of Policy No. GL w. 487 -12 -20 issued to REYTEC CONSTRUCTION RESOURCES, INC. By ILLINOIS 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 Holder(s)") 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 30 days after the First Named Insured provides such information to the Insurer; provided, h0mver, thdt if a specific number of days is not stated above, then the Advice will be provided to''Si�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. A uthorized Representative 107414 (0311 1) Page 1 ENDORSEMENT # This endorsement, effective 12:01 A.M. 10/16/2011 forms a part of v ` Policy No. CA ..,170-74-21 issued to REYTEC CONSTRUCT ION RESOURCES, I NC. " 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 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 Hoider(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, q the Insurer will provide advice of cancellation (the "Advice ") to such Certificate Holders Othi n 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 provid&d 10 such ..'' Certificate Holder(s) as soon as reasonably practicable after the First Named Insured provideisuc 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 remain the same. Authorized Representative 107232 (03111) Page 1 4 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' :seed be compieLed only when this endorsement is issued subsequent to preparation of -the policyr). r This endorsement, effective 32:01 AM 10/161201 1 forms a part of Policy No. WC 020 - - 5774 a0/ Issued to REYTEC CONSTRUCTION RESOURCES, INC. By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA LIMITED ADVICE OF CANCELLATION PROVIDED VIA E -MAIL TO ENTIT 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 3 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, V .. k ; the Insurer will provide advice of cancellation (the "Advice ") via e-mail to each such Certificate Holders within 30 [rays t� after the Named Insured provides such information to the Insurer: provided, however, that if a specific nu` er of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably 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. AUTHORIZED REPRESENTATIVE WC 99 00 56 (Ed. 04171)