Loading...
HomeMy WebLinkAboutC2012-336 - 9/18/2012 - Approved(Revised 4/24/2012) DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET - WILLIAM SKEET TO SCHATZEL STREET BOND 2008 Project No. 6510 REBID Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Mar. 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A -- SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A -25 NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A 27 .csponsibility forDamagc Claims (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A- 30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A -36 Other Submittals (Revised 9/18/00) A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate of Occupancy and Final Acceptance A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7 /5/00) A -49 .Amend "Maintenance Guaranty" (8/24/00) A -50 Pavement Restoration and Project Clean Up A -51 Soil Boring Logs and Geotechnical Information A -52 Protection of Existing Equipment, Structures, and Utilities A -53 Misplaced Material A-54 Physical Data A -55 Protection of Job Site A- 56 Dewatering A -57 Amended Prosecution and Progress Submittal Transmittal Form Bond 2008 Sign Private Water Service Inspection Report Form Authorization for Inspection Form PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S -- STANDARD SPECIFICATIONS TxDOT STANDARD TS 1 "Definition of Terms" TS 2 "Instructions to Bidders" TS 3 "Award and execution of contract" TS 4 "Scope of Work" TS 5 "Control of the Work" TS 6 "Control of Materials" TS 7 "Legal. relegations and Responsibilities" TS 8 "Prosecution and Progress" ' TS 9 "Measurement and Payment" CORPUS CHRISTI STANDARDS ITEM 600 TRAFFIC SIGNAL•STANDARDS & SPECIFICATIONS ITEM 500 MOBILIZATION ITEM 502 BARRICADES, SIGNS, AND TRAFFIC HANDLING ITEM 601 TRAFFIC SIGNAL CONTROLLER UNIT ITEM 615 TRAFFIC SIGNAL CABINETS AND ASSEMBLIES ITEM 618 CONDUIT ITEM 620 ELECTRICAL CONDUCTORS ITEM 633 UNINTERUPTABLE POWER SUPPLY FOR TRAFFIC SIGNALS ITEM 655 CONTROLLER FOUNDATION ITEM 680 INSTALLATION OF HIGHWAY TRAFFIC SIGNALS ITEM 682 VEHICLE AND PEDESTRIAN SIGNAL HEAD ITEM 683 LED PEDESTRIAN SIGNAL COUNTDOWN MODULE ITEM 699 RADAR PRESENCE DETECTION DEVICE ITEM 927 TRAFFIC SIGNALS LED ITEM 684 TRAFFIC SIGNAL CABLES ITEM 6007 REMOVING TRAFFIC SIGNALS ITEM 6242 GROUND BOXES ITEM 8703 ACCESSIBLE PEDESTRIAN SIGNAL UNITS PART T - TECHNICAL SPECIFICATIONS TS 100 "Preparing Right of Way" TS 110 'Excavation" TS 132 "Embankment" TS 204 "Sprinkling" TS 210 "Rolling" TS 216 "Proof Rolling" TS 247 "Flexible Base" TS 300 "Asphalts, Oils, and Emulsions" TS 301 "Asphalt Antistriping Agents" TS 320 "Equipment for Asphalt Concrete Pavement" TS 340 "Dense - Graded Hot -Mix Asphalt (Method)" TS 360 "Concrete Pavement" TS 420 "Concrete Structures" TS 421 "Hydraulic Cement Concrete" TS 432 "Riprap" TS 438 "Cleaning and Sealing Joints and Cracks" TS 440 "Reinforcing Steel" TS 502 "Barricades, Signs, and Traffic Handling" TS 506 "Temporary Erosion, Sedimentation, and Environmental Controls" TS 520 "Weighing and measuring Equpiment" TS 529 "Concrete Curb, Gutter, and Combined Curb and Gutter" TS 585 "Ride Quality for Pavement Surfaces" TS 5804 "Concrete Pavers" BIDDING AND CONTRACTING REQUIREMENTS 00700 GENERAL CONDITIONS AIA DOCUMENT A201 -1997 - GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION 00800 SUPPLEMENTARY CONDITIONS DIVISION 1 GENERAL REQUIREMENTS 01100 SUMMARY 01140 WORK RESTRICTIONS 011650 STORM WATER POLLUTION PREVENTION PLAN 01210 ALLOWANCES 01230 ALTERNATES 01250 CONTRACT MODIFICATION PROCEDURES 01290 PAYMENT PROCEDURES 01310 PROJECT MANAGEMENT AND COORDINATION 01320 CONSTRUCTION PROGRESS DOCUMENTATION. 01330 SUBMITTAL PROCEDURES 01400 QUALITY REQUIREMENTS 01420 REFERENCES 01451 MOCK -UP REQUIREMENTS 01500 TEMPORARY FACILITIES AND CONTROLS 01600 PRODUCT REQUIREMENTS 01700 EXECUTION REQUIREMENTS 01770 CLOSEOUT PROCEDURES 01781 PROJECT RECORD DOCUMENTS 01782 OPERATION AND MAINTENANCE DATA DIVISION 2 - SITE CONSTRUCTION 021080 REMOVING OLD STRUCTURES(S -55) 022020 EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS(S -9) 022022 TRENCH SAFETY FOR EXCAVATIONS 022040 STREET EXCAVATION 022100 SELECT MATERIAL 02466 DRILLED PIERS 025610 CONCRETE CURB AND GUTTER (S -52) 025612 CONCRETE SIDEWALKS AND DRIVEWAYS (S -53) 026201 WATER LINE RISER ASSEMBLIES (S -79) 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEM (S -89) 026206 DUCTILE IRON PIPE FITTINGS (S -81) 026210 POLYVINYL CHLORIDE PIPE (S -83) 026214 GROUTING ABANDONED UTILITY LINES(S -3) 02624 PLANTING UNDERDRAINAGE 026402 WATERLINES (S -88) 026404 WATER SERVICE LINES (S -87) 026406 Private Water Service Lines (S -112) 026411 GATE VALVES FOR WATERLINES (S-8) 026416 FIRE HYDRANTS (S -86) 027202 MANHOLES (S--62) 027203 VACUUM TESTING OF SANITARY SEWER MANHOLE AND STRUCTURES 027205 FIBERGLASS MANHOLES 027602 GRAVITY SANITARY SEWERS (S -61) 027604 DISPOSAL OF WASTE FROM SANITARY SEWER CLEANING OPERATIONS 027606 SANITARY SERVICE LINES 027608 PRIVATE SEWER SERVICES (S- 39)(FOR RESIDENTIAL AND COMMERCIAL APPLICATION) 027610 TELEVISED INSPECTION OF CONDUITS (S -125) 02783 CONCRETE UNIT PAVERS 028100 IRRIGATION SYSTEMS 02870 SITE FURNISHINGS 02930 TREES, PLANTS, AND GROUND COVERS DIVISION 3 - CONCRETE 030020 PORTLAND CEMENT CONCRETE (S -40) 03200 CONCRETE REINFORCEMENT 032020 REINFORCING STEEL 03300 CAST -IN -PLACE CONCRETE 03450 ARCHITECTURAL PRECAST CONCRETE 037040 EPDXY COMPOUNDS 038000 CONCRETE STRUCTURES (S -41) DIVISION 4 - MASONRY -- NOT USED DIVISION 5 - METALS 05120 STRUCTURAL STEEL 05150 STEEL WIRE ROPE ASSEMBLIES 055420 FRAMES, GRATES, RINGS AND COVERS (S -57) DIVISION 6 - WOOD AND PLASTIC - NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07901 JOINT SEALANTS - SITEWORK DIVISION 8 - DOORS AND WINDOWS - NOT USED DIVISION 9 -- FINISHES 09900 PAINTING DIVISION 10 - SPECIALTIES 10430 EXTERIOR SIGNAGE DIVISION 11- EQUIPMENT - NOT USED DIVISION 12 -- FURNISHINGS — NOT USED DIVISION 13 - SPECIAL CONSTRUCTION -- NOT USED DIVISION 14 - CONVEYING EQUIPMENT — NOT USED DIVISION 15 — MECHANICAL -- NOT USED DIVISION 16 -- ELECTRICAL 16050 BASIC MATERIALS AND METHODS 16051 DEMOLITION WORK 16110 RACEWAYS 16120 WIRE, CABLE, AND RELATED MATERIALS 16140 WIRING DEVICES 16450 GROUNDING 16470 PANELBOARDS 16525 SITE LIGHTING APPENDECES APPENDIX 1 — TRENCH DRAIN DATA AND HYDRAULIC CALCULATIONS APPENDIX 2 — GEOTECHNICAL REPORTS LIST OF DRAWINGS SHEET NUMBER TITLE GENERAL 1 COVER SHEET 2 DRAWING INDEX 3 GENERAL NOTES 4 GENERAL NOTES / TESTING SCHEDULE. 5 QUANTITIES 5A QUANTITIES 6 ELECTRICAL SYMBOLS AND ABBREVIATIONS 7 GENERAL NOTES ROADWAY 8 TRAFFIC CONTROL PLAN -- FULL CLOSURE 9 TRAFFIC CONTROL PLAN SCHATZEL ST. INTERSECTION FULL CLOSURE 10 TRAFFIC CONTROL PLAN WILLIAM ST. INTERSECTION FULL CLOSURE 11 TRAFFIC CONTROL PLAN WILLIAM ST. INTERSECTION 1/2 CLOSURE 12 TRAFFIC CONTROL PLAN LAWRENCE ST. INTERSECTION 1/2 CLOSURE 13 TRAFFIC CONTROL PLAN SCHATZEL ST. INTERSECTION 1/2 CLOSURE 14 HORIZONTAL CONTROL PLAN 15 TYPICAL SECTIONS / QUANTITIES 16 NOT USED 17 NOT USED 18 ELECTRICAL DEMOLITION PLAN STA. 1 +50 to STA 6 +00 19 ELECTRICAL DEMOLITION PLAN STA 6 +00 to STA. 11 +00 20 PLAN STA. 1 +50 to STA. 6 +00 21 PLAN STA. 6 +00 to STA. 11 +00 22 WASTEWATER / WATER - PLAN & PROFILE STA. 1 +50 to STA. 6 +00 23 WASTEWATER / WATER - PLAN & PROFILE STA. 6+00 to STA. 11 +00 24 WASTEWATER / WATER - SECTIONS 25 WATER LINE SCHEMATIC LAYOUT 26 27 28 29 30 31 32 33 33A 33B 34 34A 34B 35 36 37 38 39 40 41 42 42A 42B 43 44 44A 44B 45 46 47 48 49 50 51 52 53 53A 54 55 56 57 58 59 60 61 62 63 DRAINAGE - PLAN & PROFILE STA. 1 +50 to DRAINAGE - PLAN & PROFILE STA. 6 +00 to STORM WATER POLLUTION PREVENTION PLAN DRAINAGE SWP3 STA. 1 +50 TO STA. 6 +00 DRAINAGE SWP3 STA. 6 +00 TO STA. 11 +00 NOT USED NOT USED POWER DISTRIBUTION PLAN 1 +50 to 6 +00 - POWER DISTRIBUTION PLAN 1 +50 to 6 +00 - POWER DISTRIBUTION PLAN 1 +50 to 6 +00 - POWER DISTRIBUTION PLAN 6 +00 to 11 +00 STA. 6 +00 STA. 11 +00 (SW3P) ALTERNATE 1 ALTERNATE 2. -- BASE BID BASE 310 POWER DISTRIBUTION PLAN 6 +00 to 11 +00 - ALTERNATE 1 POWER DISTRIBUTION PLAN 6 +00 to 11 +00 - ALTERNATE 2 SIDEWALK LAYOUT PLAN -° 01 LAYOUT PLAN - 02 MATERIALS PLAN - 01 MATERIALS PLAN - 02 GRADING & DRAINAGE PLAN - 01 GRADING & DRAINAGE PLAN -- 02 LIGHTING PLAN -- 01 LIGHTING PLAN - 02 POLE EQUIPMENT - 01 POLE EQUIPMENT - 02 LIGHTING PLAN - 01 ALTERNATE LIGHTING PLAN - 02 ALTERNATE POLE EQUIPMENT - 01 ALTERNATE POLE EQUIPMENT - 02 ALTERNATE PLANTING PLAN - 01 PLANTING PLAN - 02 IRRIGATION PLAN NOT USED TYPICAL DETAILS PAVEMENT DETAILS PAVEMENT DETAILS PAVEMENT DETAILS LIGHTING AND SIGNAGE DETAILS LIGHTING DETAILS LIGHTING CONTROLS SITE FURNISHING DETAILS PLANTING DETAILS IRRIGATION DETAILS STRUCTURAL DETAILS STRUCTURAL DETAILS CITY CITY CITY CITY CITY OF CORPUS OF CORPUS OF CORPUS OF CORPUS OF CORPUS CHRISTI CHRISTI CHRISTI CHRISTI CHRISTI STANDARD STANDARD STANDARD STANDARD STANDARD WATER WATER WATER WATER WATER DETAILS DETAILS DETAILS DETAILS DETAILS 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 CITY OF CORPUS CHRISTI STANDARD SANITARY DETAILS CITY OF CORPUS CHRISTI STANDARD SANITARY DETAILS CITY OF CORPUS CHRISTI STANDARD SANITARY DETAILS CITY OF CORPUS CHRISTI STANDARD SANITARY DETAILS CITY OF CORPUS CHRISTI STANDARD SANITARY DETAILS STORM WATER DETAILS TRAFFIC SIGNALS TRAFFIC SIGNAL - GENERAL NOTES TRAFFIC SIGNAL - QUANTITIES CHAPARRAL & WILLIAM EXISTING SIGNAL LAYOUT CHAPARRAL & WILLIAM - PROPOSED SIGNAL LAYOUT CHAPARRAL & WILLIAM - POLE & CONDUCTOR SCHEDULE CHAPARRAL & WILLIAM - WIRING DIAGRAM CHAPARRAL & LAWRENCE - EXISTING SIGNAL LAYOUT CHAPARRAL & LAWRENCE - PROPOSED SIGNAL LAYOUT CHAPARRAL & LAWRENCE - POLE & CONDUCTOR SCHEDULE CHAPARRAL & LAWRENCE - WIRING DIAGRAM CHAPARRAL & SCHATZELL - EXISTING SIGNAL LAYOUT CHAPARRAL & SCHATZELL - PROPOSED SIGNAL LAYOUT CHAPARRAL & SCHATZELL - POLE & CONDUCTOR SCHEDULE CHAPARRAL & SCHATZELL - WIRING DIAGRAM TXDOT STANDARD PLANS 84 ELECTRICAL DETAILS ED(1) - 85 ELECTRICAL DETAILS ED(2) - 86 ELECTRICAL DETAILS ED(3) - 87 ELECTRICAL DETAILS ED(7) - 88 TRAFFIC SIGNAL CONTROLLER C 89 PEDESTRIAN SIGNAL DETAILS -- 90 BARRICADE AND CONSTRUCTION 91 BARRICADE AND CONSTRUCTION. 92 BARRICADE AND CONSTRUCTION 93 BARRICADE AND CONSTRUCTION 94 BARRICADE AND CONSTRUCTION 95 BARRICADE AND CONSTRUCTION 96 BARRICADE AND CONSTRUCTION 97 BARRICADE AND CONSTRUCTION 98 BARRICADE AND CONSTRUCTION 99 BARRICADE AND CONSTRUCTION '100 BARRICADE AND CONSTRUCTION 101 BARRICADE AND CONSTRUCTION 102 TRAFFIC SIGNAL INSTALLATION 103 TRAFFIC SIGNAL INSTALLATION 03 03 03 03 ABINET BASE & PAD TS -CF -04 COCC DISTRICT STANDARD STANDARD BC (1) -- 07 STANDARD BC (2) - 07 STANDARD BC (3) - 07 STANDARD BC (4) - 07 STANDARD BC (5) - 07 STANDARD BC (6) - 07 STANDARD BC (7) - 07 STANDARD BC (8) - 07 STANDARD BC (9) - 07 STANDARD BC (10) - 07 STANDARD BC (11) - 07 STANDARD BC (12) - 07 W2 (BTS -1) -03 WZ (BTS --2) -03 NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: DOWNTOWN STREET IMPROVEMENTS: CHAPARRAL STREET, WILLIAM STREET TO SCHATZEL STREET - PROJECT NO. 6510 (REBID) Project consists of the redesign of the roadway and pedestrian right of way of Chaparral St. between William St. and Schatzel St. The right of way will consist of designed pavers, planters, and catenary lighting to enhance the overall atmosphere of the street. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday May 16, 2012„ and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 a.m., Wednesday May 9, 2012 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the .contract documents obtainable at the office of the City, Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1_ Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5.- Products/ Completed Operations Hazard 6. Contractual Liability 7: Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -- OWNED NON - OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES. WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B- -6-11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER L See Section B- -6--11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insuance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with. thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 5 -6 -11 or Special Provisions section of the contract. A completed "Disclosure of interest" must be submitted with your proposal. Should you have any questions regarding. insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DTVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings; unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation .insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction- -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage—Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7).Persons providing services on the project ( "subcontractor" in §406.096 of the Aet) --With the exception of persons excluded under subsections (h) and (1) of this section, includes all person or entities performing all or part of the services the contractor has undertaken to perform on the project; regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not Iimited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited.to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of SeIf Xnsurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on. the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) ofthis subsection, using the language required by paragraph (7) ofthis subsection; (2) as part of the contract, usingthe language required by paragraph (7) of this subsection, require the contractor-to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached. Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers'. compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to. the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, Without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification 'codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage.to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts; to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work-on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be .provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services an the project will be covered by workers' compensation coverage for the duration ofthe project, that the coverage will be based on proper reporting of classification codes and•payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case ofa self - insured, with the commission's Division of Self-Insurance Regulation. Providing Use or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the.coverage 'period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew er should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees .providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services an the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this . subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications-of this rule that can be given effect without the invalid provision or application, and to this end• the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994_ This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Departrnent of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §40). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate .executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 57I5; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T288110.110(d)(7) „REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512..440 -3784 to receive information on the legal requirement for coverage, to ver fy whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28s!10.110@)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate') - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (IWCC -81, TWCC- 82, TWCC -83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food /beverage vendors, office supply deliveries, and delivery of portable toilets. 13. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, lithe coverage period shown on the current certificate of coverage ends during the duration of the project. Page 4 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter, G. The contractor shall nottfr the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating haw a person may verb coverage and report lack of coverage_ I The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (I) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which tweets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate• of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shorten on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as-required by paragraphs (1) - (7), with the certcates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers` compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self: Page 10 of 11 Insurance Regulation. Providing false or nzislectding information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity_ Page l l of I I PART A SPECIAL PROVISIONS DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET WILLIAM STREET TO SCHATZEL STREET BOND 2008 Project No. 6510 REBID SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, May 16, 2012. Proposals mailed should be addressed in the following manner: City of Corpuc Christi City Secretary's .Office City Sccrctarylc Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - DOWNTOWN STREET "IMPROVEMENTS CHAPARRAL STREET WILLIAM STREET TO SCHATZEL STREET REBID Any proposals not physically in possession of the City Secretary's Office at the time and date of bid, opening will be deemed late and nonresponsive: Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non - responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday, May 9, A.M. The meeting will convene at the Engineering Room, Third Floor, City Hall, 1201 Leopard Street, will include a discussion of the project elements visit will follow. 2012, beginning at 10:00 Services Main Conference Corpus Christi, TX. and If requested, a site No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project DOWNTOWN STREET IMPROVEMENTS- CHAPARRAL STREET- WILLIAM STREET TO SCHATZEL STREET REBID Project consists of the redesign of the roadway and pedestrian right of way of Chaparral St_ between William St. and Schatzel St. The right of way will consist of designed pavers, planters, and catenary lighting to enhance the overall atmosphere of the street. Section A - SP (Revised 12/06/11) Page 1 of 26 A -4 Method of Award The bids will be evaluated based on the Total Base Bid and any combination of the following Alternates, subject to availability of funding: 1.1 SCHEDULE OF ALTERNATES - see Section 01230 Alternates A. Additive Alternate No.1: Catenary Lighting at Roadway Intersections Only. B. Additive Alternate No. 2: Catenary Lighting at Roadway Intersections and between Roadway Inter C. Additive Alternate No. 3. Only (Excludes Base Bid and all Sidewalks) D. Additive Alternate No. 4: E. Additive Alternate No. 5: sections. . Roadway Pavers between Roadway Crosswalks Pavers at Roadway Intersections, Crosswalks District Markers Traffic Control Plan - Partial Closure The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET - WILLIAM STREET TO SCHATZEL STREET, BOND 2008 PROJECT NO. 6510 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion /Liquidated Damages The total working time for completion of the Project will be 210 calendar days plus the sum of the following additional calendar days for the Alternates accepted: BASE BID .ADDITIVE ALTERNATE ADDITIVE ALTERNATE ADDITIVE ALTERNATE ADDITIVE ALTERNATE ADDITIVE ALTERNATE NO. 1 NO 2 NO. 3 NO. 4 NO. 5 210 Calendar Days +15 Additional Calendar +30 Additional Calendar +00 Additional Calendar +00 Additional Calendar +60 Additional Calendar Days Days Days Days Days The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director Section A - SP (Revised 12/06/11) Page 2 of 26 of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project_ Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section 3-2 of the General Provisions_ A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact . on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy and highway construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and medics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an Section A - SP (Revised 12/06/11) Page 3 of 26 accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer_ The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (J3) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked. on Sundays or holidays. (See Section 3 -1 -1, Definition of Terms, and Section 8 -7 -6, Working Hours.) A -11. Cooperation. with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig `Bess @ 1 -800- 344 - 8377, the Lone Star Notification Company at 1 -800- 669- 8344, and the Verizon Dig Alert at 1- 800 - 483 -6279 and South Teas Evacuation Safety System @ 1- 800 -344- 8377. Fbr the Contractor's convenience, the following telephone numbers are listed. City - Engineer A/E Team Project Manager (contact person) Paul Rybalka Traffic Engineering Police Department Water Department Wastewater Department Gas Department Stone Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S S C City Street Div. • for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) •CAPROC( (Fiber optic) 13rooks Fiber Optic .(MAN) US Postal Service A -12 Maintenance of Services 826 -3500 884 -2661 826 -3540 886 -2600 826 -1881 826 -1800 885 -6900 826 -1875 826- -3461 826 -1940 1- 877 - 373 -4858 881 -2511 (1- 800 -- 824 -4424, after hours) (826 -1818 after hours) (880 -3140 after hours) (826 -6913 after hours) (826 -3140 after hours) 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767. 512/935 -0958 972 - 753 -4355 886 -2216 826 -3547 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is Section A - SP (Revised 12/06/11) Page 4 of 26 his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and'are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris; caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of Section A - SP (Revised 12/06/11) Page 5 of 26 grass: All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 Construction. Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. Section A - SP (Revised 12/06/11) Page 6 of 26 The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the. City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and- manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving. process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of Stormwater: • All rim /invert elevations • All intersecting lines in • Casing elevations (top of pipe and flow line) (TXDOT and RR permits at manholes; manholes; pipe and flow line) (TXDOT and. RR permits). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of Section A .- SP (Revised 12/06/11) Page 7 of 26 retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install 2 Project signs as furnished by the city and as indicated in Attachment I. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and .objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or .actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.6% of the assets or interest in the partnership property •must be owned by one or more minority person(s). Section A - SP (Revised 12/06/11) Page 8 of 26 (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.00 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of. the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. • The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Section A - SP (Revised 12/06/11) Page 9 of 26 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 °s) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (Revised 12/06/11) Page 10 of 26 A 25 Sales Tax Exemption (NOT USED) following substituted in lieu thcrcof. 1. Obtain the necessary sales' tax permits from the State Comptroller. Other Charges" in the proposal form the coot of materials physically incorporated into the Protect. must pay for all Sales, Excise, and Use Takes appli able to this Project. Cubeontractors arc eli bae for sales tax exemptions if the subcontractor also complies with the abeee requirements. The Ceatrac or must issue a rcoale certificate to the subcontractor and the subcontractor, in turn, A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide Section A - SP (Revised 12/06/11) Page 11 of 26 the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section E -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. io amended to include: Contraetor must pr-e idc Builder' o -R-rs4t I s iranee coverage for thc term thc Project or work. Builder's Riok Insurance coverage muot be an "1111 Risk" form. Contractor mutt pay -all coots nccc nary to procure ouch Builde'o Riok Incurancc coverage, Inelsdng any deductible. The City must be named additional insured en any policio providing ouch A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. Section A - SP (Revised 12/06/11) Page 12 of 26 A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities_ A -29 Contractor's Field Administration Staff The Contractor shall employ for this project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project.- This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer1s obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded, Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for Section A - SP (Revised 12/06/11) Page 13 of 26 each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be . substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; S. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the - Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders '[finder "General Provisions and Requirements for Municipal Construction Contracts" B.-8 -5 Policy on Extra work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acinnowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. Section A - SP (Revised 12/06/11) Page 14 of 26 A -32 Amended "Execution of Contract" Requirements Tinder "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred .to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as, the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. (NOT USED) A. Visitor /Contractor Orientation any City water facility. For additional information refer to Attachment Department. C. Protection of Water Quality c employee of the City W er Section A - SP (Revised 12/46/11) Page 15 of 26 site and .ohall coordinate ito work with thc City Watcr Department to protcct the quality of the water. reinstallation, and inopcction of pump°, or any other itcmo, which-could come into contact with potable watcr, muot conform to American National compound°, coatingo, or hydraulic cquipmcnt. T'hcac itcmo muot not be The Contractor ohall providc the Engineer with copies of written proof of ANSI /NCF Standard 61 approval for all material° which could come into contact with potablc watcr. E. Handling and Disposal of Trash All traoh gcncratcd by thc Contractor or hip cmploycc °, agcnta, or subcontractor°, muot be contained at all time° at the watcr facility vitc. Slowing traoh will not be allowed. Thc Contractor ohall kccp work arcao clean at all time° and remove all traoh daily. CONTRACTOR'S ON SITE PREPARATION F. Contractor'° peraonncl muot wear colored uniform ovcrallo othcr than orange, blue, or white. Each cmploycc uniform moot provide company name and - individual employee identification. C4 Contractor ohall providc tcicphoncc for Contractor peroonncl. Plant telephone° arc not available for Contractor uoc. H. Working hour° will bc 7:00 A.M. to 5:00 P.M., Monday thru Friday. X: Contractor 'must not uac any City facility rcctroomo. Contractor must by City Water Department staff. A11 Contractor vehicle° muot bc cl arty vchicico.. During working hour°, contractor cmployccu muot not leave the for required work or ao directed by during emergency evacuation. City Water Department peroonncl K. Contractor. Qualificationo SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to the computer bailed monitoring and control oyotcm must bo determined by -__t'-_: the qualifi ationo 1 thru 9 below. This work Section A - SP (Revised 12/06/11) Page 16 of 26 seleetiens, �ta3ligg, eof:meeti$gr programming, cyatem buaiaeas, pre- ferably waatcwatcr industry. 2. He hap performed work on complexity as required in projccta. as app -lied to the municipal water and ayatema of comparable aisle, type, and. thia Contract on at leant three prior leapt 5 yearn. Engineer, or an Elcctric}al Engineer to supervise or perform the irork required by thin apccifi ationa. 5. He cmploya peraonncl on thia Project who have cucceaafully completed a manufacturer's n traini g Bourse is een i xring aed tenting tho He maintaina a permanent, fully staffed and equipped service facility program the ayatcrna apccificd herein. the maximum preetiea3 extent. Whe*e this io not practical, all equipment of a given type will be the pro et of one manufacturer. work €ate . to the existing City -SCA33A system. Attached is an example of the blocks uacd. L. Trenching Requirements All trenching for this project at the O. N. Stevens Water Treatment Plant existing underground obntructiona. allowed on the project. A -36 Other Submittals No trenching machine° ahall be 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. Section A - SP (Revised 12/06/11) Page 17 of 26 c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent . construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. J- Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection.. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. Section A - SP (Revised 12/06/11) 1 Page 18 of 26 1 conditionc. Thc Cites Tngineer will provide a copy of thc Plan to Contractor at thc pro construction meting. The Contractor will kccp a copy of thc Plan on thc Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B," are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B -8- 9. A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -4I Ozone Advisory Priming and hot -mix paving operations . must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or. jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, . or their officials, employees,• agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or Section A - SP (Revised 12/06/11) Page 19 of 26 liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee . of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor 'shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed_. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work, (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey Section A - SP (Revised 12/06/11) Page 20 of 26 the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations_ A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Tinder "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -l1 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor. expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Pavement Restoration and Project Clean Up It is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. Where asphaltic pavements are excavated or damaged, they shall be replaced with the same types and thicknesses of materials as the existing pavement unless otherwise noted. where concrete pavements, sidewalks, curbs, etc., are excavated or damaged, the replacement shall, as a minimum conform with the City standard details and standard specifications available on file with the Department of Engineering Services unless specific details are provided on the drawings. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s) unless specific details are provided on the drawings_ Section i. - SP (Revised /2/06/11) Page 21 of 26 Restoration of all improvements as described above shall be in accordance with applicable City standard specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveway, vegetation area disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All site restoration and project clean -up shall be considered subsidiary to the various bid items, therefore, no direct payment shall be made not including pay items D -11. A -51 Soil Boring Logs and Geotechnical Information Soil boring logs are provided for the Contractor's information only. The City and the Engineer disclaim any responsibility for the accuracy, true location, and extent of the soil investigation that has been prepared by others. Further, responsibility is disclaimed for interpretation of the data by bidders, as in projecting soil bearing values, soil stability, and the presence, level and extent of underground water and tide levels. A-52 Protection of Existing Equipment, Structures, and Utilities The Contractor shall use care during construction. Should damage occur to any equipment, structures, or utilities, the Contractor shall contact the Owner immediately. All repairs shall be at. the Contractor's expense. Utility locations have not been field verified. It shall be the Contractor's responsibility to verify existing equipment, structures, and the condition of existing utilities and locations thereof prior to bidding. The drawings show the locations of all known surface structures pertinent to the work. in the case of underground or underwater obstructions such as existing water, sewer, storm sewer, gas, electrical lines, piling, debris, or partial structures that are not shown on the drawings, their location is not guaranteed. The Owner assumes no responsibility for failure to show any or all these structures on the drawings or to show them in their exact location. Failure to show will not be considered sufficient basis for claims for additional compensation for extra work in any manner whatsoever, unless the obstruction encountered in such as to necessitate substantial changes in the lines or grades, or required the building of special work for which no provision is made in the drawings and which is not essentially subsidiary to some item of work for which provision is made. It is assumed that as elsewhere provided the Contractor has thoroughly inspected the site, is informed as to the correct location of surface structures, and has included the cost of such incidental work due to variable subsurface conditions, whether such conditions and such work are fully and properly described on the drawings or not. Minor changes and variation of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental to the satisfactory completion of a whole and functioning work or improvement. The Contractor shall maintain sufficient clearance between his equipment and existing structures or adjacent property, or portions thereof, and utilize precautionary devices such as buoys or other means as necessary. Should the Contractor allow the equipment to become in contact with any portion of these Section A - SP (Revised 12/06/11) Page 22 of 26 structures, repairs to the damaged areas shall be made by the Contractor, to the satisfaction of the Engineer, at no additional cost to the Owner. A -53 Misplaced Material Should the Contractor, during the progress of the construction, lose, dump, throw overboard, sink, or misplace any material, plant, machinery or appliance, which may be dangerous to or obstruct navigation, the Contractor shall recover and remove the same with the utmost dispatch. The Contractor shall give immediate notice, with description and location of such obstructions, until the same are removed. Should he refuse, neglect or delay compliance with the above requirements, such obstructions may be removed by the Owner, and the cost of such removal may he deducted from any money due to the Contractor, or may be recovered under his bond. The liability of the Contractor for the removal of a vessel wrecked or sunk without fault or negligence shall be limited to that provided in Sections 15, 19, and 20 of the River and Harbor Act of March 3, 1899 )33 U.S.C. 410 et. seq). A -54 Physical Data Information furnished below is for the Contractor's review. However, it is expressly understood that the Owner will not be responsible for any interpretation or conclusion drawn therefrom by the Contractor. The Owner also shall not be responsible for any lack of information herein pertaining to physical conditions of the site. The Contractor shall make every effort possible to familiarize himself with and research the conditions to be expected at the site. A. Tidal Conditions: Under ordinary conditions, the mean monthly tidal range is about two feet, exclusive of any tropical activity. The height of tide is largely dependent on the force, direction, and duration of the wind. Strong northerly winds may depress the water surface as much as, in some instances, more than, three feet below mean low water (MLW); while south- easterly winds may raise the water surface as much as, and in some instances, more than, three feet above mean low water (MLW). B. The Contractor is notified that construction will occur within or around active, existing marine and waterfront facilities. C. The site is adjacent to Corpus Christi Bay, and subsurface groundwater conditions and elevations will change. The Contractor shall include all costs for dewatering in his bid as necessary. Changes in groundwater elevations shall not be just cause for increased compensation. D. The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Corp= Christi International Airport Power Street Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Section A - SP (Revised 12/06/11) Page 23 of 26 A -55 Protection of Job Site The Contractor shall be responsible for protection of the job site. The Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the property of himself or any other person, as a result of his operations hereunder. Drawings and specifications as well as any additional information concerning the work to be performed passing from through the Engineer shall not be interpreted as requiring or allowing Contractor to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularly the agreement of the parties as to the work the Contractor is to perform. Contractor shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non -use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. A -56 Dewatering This item is considered subsidiary to the appropriate bid items where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an .excavation can he pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week_ Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857 -1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Section A - SP (Revised 12/06/11) Page 24 of 26 A -57 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on 'a yearly basis_ If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization /remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 12/06/11) Page 25 of 26 SUBMITTAL TRANSMITTAL FORM PROJECT: DOWNTOWN STREET IMPROVEMENTS - CHPARRAL STREET - WILLIAM STREET TO SCHATZEL STREET - BOND 2008 PROJECT No. 6510 OWNER: CITY OF CORPUS CHRISTI ENGINEER: GIGNAC ASSOCIATES CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/06/11) Page 26 of 26 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 18TH day of SEPTEMBER, 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 Reytec Construction Resources, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $4,819,070.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET — WILLIAM STREET TO SCHATZEL STREET BOND 2008 - REBID - PROJECT NO. 6510 (TOTAL BASE BID: $4,819,070.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun -2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (1 0) calendar days from date they receive written work order and will complete same within 300 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 APPRO By: Asst. C ED AS TO LEGAL FORM: Attorney ATTEST: (If Corpora (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHRISTI Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By: Daniel Biles, P.E. Director of Engineering Services CONTRACTOR Reytec Construction Resourp Inc. By: Greg T. R=yes Title:President 1901 Hollister (Address) Houston, TX 77080 (City) (State) (ZIP) 7131957 -4003 * 713/681 -0071 (Phone) (Fax) Page 3 of 3 Rev. Jun -2010 -.� kQ:_ui _.... sT cr MiCIL .............` P R O P O S A L F O R M F O R M DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET WILLIAM STREET TO SCHATZEL STREET BOND 2008 PROJECT NO. 6510 RE -BID Proposal Form Page 1 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 1 OF 33 Department of Engineering Services City of Corpus Christi, Texas P R O P O S A L Place: Corpus Christi, TX Date: May 34 , 2012 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: DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET WILLIAM STREET TO SCHATZEL STREET BOND 2008 PROJECT NO. 657.0 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: Proposal Form Page 2 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 2 OF 33 P R O P O S A L F O R M A - BASE BID - CIVIL - GENERAL I II III IV V ITEM QTY Description Unit Price Total Al 9 STA Prepare Right of Way, complete place, per Station. in '0*; $ fi,,gi °fit', $ , CSC ,..- 9s.- r;M.` ` O- lC _..,....,E-:,.,:. Subtotal CIVIL - GENERAL (Al) $ • Proposal Form Page 3 of 33 ADDENDUM No. 3 ATTACHMENT NO. 4 PAGE3OF 33 B - BASE BID - CIVIL - STREETS I II III IV V ITEM QTY Description Unit Price Total B1 6,958 SY ,Excavation, complete and in place, per Square Yard. c?. $ ..._.. u $ G:�L�l•2_7- B2 4,733 SY Flexible Base, Type A, Grade 1, 8" thick, complete and in place, per Square Yard. $ `Z.ci " $ 1{2) , ei? B3 899 SY Dense - Graded Hot -Mix Asphalt (Method, Type C, PG70 -22, 10" Thick, 3 Equal Lifts) , complete and in place, per $ tZC° $ �`' t�'o�` Square Yard. B4 4,733 SY Concrete Foundation (Jointed, 8" Thick) , complete and in place, per $ '� $ 2 5t °t Square Yard. B5 2,377 LF Concrete Curb (Raised, Flush, or Bands) , complete and in place, per $ ar`'` -- $ 21,5e/5 Linear Foot. B6 830 SY Concrete Traffic Pavers at Street Intersections, complete and in place, per Square Yard $ I ems[ $ 'q ,j 'A` B7 24 EA Bollard Sockets (Sockets Only in Streets, No Bollards) , complete and in place, per Each $ 6-190.1c. $ iG.t (,,, B8 1 LS Barricades, signs, and Traffic Handling (Full Closure) , complete and in place, per Lump Sum. $ t15,00L. - $ mcto -;(`= Subtotal CIVIL - STREETS (B1 -B8) Proposal Form Page 4 of 33 L? ±' ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 4OF33 C - SASE BID -- CIVIL - WATER 1 II III IV v ITEM QTY Description Unit Price Total Cl 110 LF Polyvinyl Chloride Pipe (10" Water Line) , complete and in place, P per Linear Foot $ t tC:— $ - L'±` - -- C2 950 LF Polyvinyl Chloride Pipe (8" Water Line) , complete and in place, per Linear Foot $ $c, oo - C3 1 EA DUCTILE IRON PIPE AND FITTINGS (8 ")(6" Reducer) , complete and in p place, per Each $ `'` 2�'•C. $ 2 'II' C4 4 EA DUCTILE IRON PIPE AND FITTINGS (10" 45° Bend) , complete and in place, per Each $ L(C1)'7'' $ i ,,0U °w' C5 1 EA DUCTILE IRON PIPE AND FITTINGS (1.0 "x10 "x8" Tee) , complete and in place, per Each $ c.300 c(? $ Scc� �- C6 1 EA DUCTILE IRON PIPE AND FITTINGS (10 "X8" Cross), complete and in place, per Each $ 6 0�=- $ G ,C) -. C7 1 EA. DUCTILE IRON PIPE AND FITTINGS (8 "X8 "X8" Tee), complete and in place, per Each $ - r ; °-`E $ 14,00 ''1' C8 2 EA DUCTILE IRON PIPE AND FITTINGS (8 "- 45 Deg Bend), complete and in place, per Each $ - r- Proposal Form Page 5 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 5OF33 C9 2 EA DUCTILE IRON PIPE AND FITTINGS (6 "-- 45 Deg Bend) , complete and in place, per Each $ &70-- $ qf.: G " C10 1 EA DUCTILE IRON PIPE AND FITTINGS (8 "- 22 1/4 Deg Bend) , complete and in place, per Each $ ) (cC- $ y; `.7. C11 4 EA Gate Valve 8" , complete and in place, per Each $ 15.0 G r" �' y'_' $i�;z:. C12 1 EA Gate Valve 10" , complete and in place, per Each $'( ac• $ !:i: C13 1 EA 10" Plug, complete and in place, per Each 4.'' $ 2_3C/-.1 <: $ C14 5 EA Remove Existing Fire .Hydrant Assembly , complete and in place, per Each $ ; L,F7 l $ c;j.0 l C15 6 EA Fire Hydrant Assembly , complete and in place, per Each ��, $ 2C'4� -' " ._ $ �'0' C16 6 EA Connection to existing water line , complete and in place, per Each $ ` `e`` $ -'� C17 1 160 'LF Trench Safety for Excavations (Water Line) , complete and in place, per Linear Foot $ i HI) $ i t , ?c' Proposal Form Page 6 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 6 OF 33 C18 23 EA Water Service Connections , complete and in place, per Each �. $ i k _�ci. � $ — l`'�� C19 300 LF Grouting Abandoned Utility Lines (Water Line) , complete and in place, per Linear Foot $ �,. ` "`"' $ ray t 0 — C20 1 LS Water Utility Allowance, complete and in place, per Lump Sum $ 25,000 $ 25,000 Subtotal CIVIL - WATER (C1 -C20) Proposal Form Page 7 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 7 OF 33 D - BASE BID - CIVIL - SANITARY SEWER I II III V ITEM QTY Description Unit Price Total D1 850 LF 12" Gravity Sanitary Sewer (6' -8' Depth) , complete and in place, per Linear Foot $ 'z.c.: $ (Iv ircc`' D2 50 LF 10" Gravity Sanitary Sewer (6' -8' Depth) complete and in place, per Linear Foot $ iciC` -- $ c, {` -i60'` D3 90 LF 8" Gravity Sanitary Sewer (6' -8' Depth) , complete and in place, per Linear Foot $ k '" lv,, — D4 8 EA Fiberglass Manhole (4' Diameter) complete and in place, per Each $ IC `�, $ {-)c),_ D5 4 EA Remove Existing Manholes , complete and in place, per Each $ 1 s , r: $ zm . ,. D6 990 LF Trench Safety for Excavations (Wastewater Line) , complete and in place, per Linear Foot $ I'--- $ e`God,: D7 12 EA Trench Safety for Excavations (Sanitary Sewer Manhole) complete and in place, per Each $ C.'D "y $ L,C�f�0 4 D8 1 100 'LF Televising Existing Sanitary Sewer , complete and in place, per Linear $ Cf $ U, r_c;� Foot D9 22 EA Wastewater service Lines , complete and in place, per Each $ 1 ) `-=' L( $ 3E' Proposal Form Page 8 of 33 ADDENDUM NO. 3 ATTACHMENT N0.4 PAGE B OF 33 D10 950 LF Grouting Abandoned Utility Lines (Sanitary Sewer Line) , complete and in place, per Linear Foot $ ( <y. $ t -- 1 „_ D11 1 LS Wastewater Utility Allowance , complete and in place, per Lump Sum $25,000 $ 25,000 — --� Subtotal CIVIL -- SANITARY SEWER (D1-D11) Proposal Form Page 9 of 33 $ = , .��; i^ ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 9 OF 33 E - BASE BID - CIVIL - STORMWATER I II III IV V ITEM QTY Description Unit Price ................. . Total El 144 EA Trench Drain SK1 thru SK030, complete and in place, per Each $.c''.- t ,. • e_ : $ '�` E2 150 EA Trench Drain SK031 thru SK060, complete and in place, per Each ��4 $`��� $ 1 3.V.Fr2c.. t0 E3 2 EA Trench Drain SK0303, complete and in place, per Each $ 4' :: $Y-f✓-, E4 2 EA Inline Catch Basin SK900, complete and in place, per Each $ t ,,••> d << :s $ ��., E5 6 EA 6" Outlet Cap SK308 -6, complete and in place, per Each $ :��c.-_ $ 3 Do CL E6 6 EA Universal Plastic Closing 4" Inlet /Outlet Ca p. complete and in place, per Each 1-2c‘2 $ ' VI''' E7 168 LF 6" PVC, complete and in place, per Linear Foot 3c: a,. $ q' c'-Ic: E8 196 LF 8" PVC, complete and in place, per Linear Foot $ �.0 $ .o E9 8 EA 45 Degree Bend, complete and in place, , per Each E:. $ I,D9- $ 1�J% Proposal Form Page 10 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 10 OF 33 ElO 4 EA 8 "x6 "x6" Tee, per Each complete and in place, ,, ,v $ 17C $ crZ`__. Ell 4 EA 6 x6 "x6" Tee, per Each complete and in place, $ 1-0 '' $OW -z Subtotal CIVIL - STORMWATER (El -Ell) Proposal Form Page 11 of 33 $ 21 ((c ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 11 OF 33 F -- BASE HID - CIVIL - STORMWATER POLLUTION PREVENTION PLAN I II III IV V ITEM QTY Description Unit Price Total Fl 156 SY Construction Exits (Install, Type 2, 50'x14' Each) , complete and in place, per Square Yard $ C ''r $ 2-, try F2 156 SY Construction Exits (Remove), complete and in place, per Square $ (0- c• $ t�3(c - Yard F3 288 LF Temporary Sediment - Control Fence, complete and in place, per Linear $ i''"" $ t5-3_ t 'gcf. Foot F4 1270 LF Biodegradable Erosion Control Logs (12" Diameter) , complete and in place, per Linear Foot $ in $ R(-2 t:, - F5 30 CY Earthwork for Erosion Control (In Vehicles), } , complete and in place, per Cubic Yard r�r $ LC' • - --' $ �,�_.:. Subtotal CIVIL - STORMWATER PREVENTION PLAN (FS -F5) $ Proposal Form Page 12 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 12 OF 33 G - BASE BID - ELECTRICAL I II III Iv v ITEM QTY Description Uni t Price Total Gl 3 EA Commercial Power Pedestals, complete and in place, per EACH a-t E- - $ 5,0t;-E- $ a G. ca,, '--- 5 G2 16 EA Connections to Light Poles, complete and in place, per EACH ,,' $ ?, "`1` ow $ i l2 r Ooo _ G3 59 EA Power Receptacles, complete and in place, per Each $0 c'-'2_ E�o�. G4 3 EA Connections to Signal Controllers, complete and in place, per Each S000- 0, $ ; , ,,, $ tc'tr+� � G5 800 LF 2" Communications Conduit, complete and in place, per Linear Foot'' $ $ r, "t}`' G6 3 EA 24 "Wx36 "Lx18 "D In- Ground Communications Hand Hole, Concrete, complete and in place, per Each. $ T;cc $ i��0.�� -= G7 16 EA Street Light Fixtures and Brackets, complete and in place, per Each $ ,� �, 2t-C. $ �ti (� 1 Subtotal ELECTRICAL (G1 -G7) Proposal Form Page 13 of 33 ADDENDUM NO. 3 ATTACHMENT NO.4 PAGE 13 OF 33 H - BASE BID - SIDEWALKS I II III Iv v ITEM QTY Description Unit Price Total H1 1,862 SY Crushed Limestone Subgrade, complete and in place,. per Square $ "` $ 13 2 O` Yard r.( H2 21,567 SF Concrete Unit Sidewalk Pavers, complete and in place, per Square 1R_'. $ S $ t '4'4 .(e iitta,r, Foot H3 180 SF Concrete Unit Vehicular Pavers, complete and in place, per Square C,ikr? �. -r"' $ ■!. '' tic, -q• $ .b:. i! s`` „(11 Foot H4 510 SF Detectable Concrete Unit Sidewalk Pavers, complete and in place, per Square Foot $ 00 $ H5 160 LF Paver Channels, complete and in place, per Linear Foot $ t ,ACc;s $ e 1- a so 1 H6 232 EA Type 'A' Paver Covers (18"x18"), complete and in place, per Each '� $ BUG ;- ' r ^`` $ Zv f z: H7 4 EA Type '13” Paver Covers (36"x36"), complete and in place, per Each _ ` ' $ ? 1 s`4` - $ i ,Ali, `t. . ?� I H8 3 EA Type 'C' Paver Covers (24"x36"), complete and in place, per Each 0'+ $ (=.203.! _ T �. �., $ �, ,c - 1 Proposal Form Page 14 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 14 OF 33 H9 125 3Y Concrete Pavement, complete and in place, per Square Yard $G_ $ u21 H10 2, 700 LF Planter Metal Edging, complete and in place, per Linear Foot $V;Rf�, $'I' H11 525 LF 6" HDPE (Solid + Perforated), complete and in place, per Linear $ ' t,'7 $ 1 , `" Foot H12 145 LF I 8" HDPE (Solid + Perforated), complete and in place, per Linear $ �'` `` Foot H13 1,270 LF 12" HDPE (Solid + Perforated), - complete and in place, per Linear $ � $ 12,3ci0`` Foot H14 5,100 SF Filter Fabric, complete and in place, per Square Foot $ _ 23 $ F = { }-, } H15 24 EA Planter Drain, Large, complete and in place, per Each et.' $ i. �� El $ '1 ;' H16 58 EA Planter Drain Small, and in place, r complete per Each p $ L 6.0 , S $ 'f`'fy; H17 10 EA Pole Type "A" and Pole Cap, complete and in place, per Each 0,, c �.` $ ```'r'E' - H18 24 EA Pole Type "B" and Pole Cap, complete and in place, per Each co. $ l ta�-�` $ `r t- �`i`'�'�� Proposal Form Page 15 of 33 ADDENDUM NO. 3 ATTACHMENT NO.4 PAGE 15 OF 33 H19 2 EA Electric Vault Cover, 48 "x48 ", 'fie" !.r thick galvanized steel tray with a pavers, complete and in place, per Each G ^" �, •4,rvatt o �y^ $ ''!j ' H2O 12 EA Trash Receptacles, complete and in place, per Each - $ € -0o cc $ i%00,,:, H21 8 EA Recycling Receptacles, complete and in place, per Each c•,. $ •1130 . $ <<,oc,t,`_ H22 13 EA Benches (Planter Walls), complete and in place, per Each c.,, $ .)o _ , $ `. ' ;oc.) r: i H23 58 EA Fixed Bollards, complete and in p place, per Each 0` $ 4 icC r $ Vi .(C)'. H24 24 EA Removable Bollards and Sockets, complete and in place, per Each E; $ �'� �� $ 3 -, �• H25 L 16 EA Individual Bicycle Rack, complete and in place, per Each $ P;�vc, $ t, ��o``' B26 6 EA Parking Meters, complete and in place, per Each $ 6X04 -. $ '':�r.? °,4!:(6V H27 2 EA Vehicular Directional Signs, complete and in place, per Each $r e_ $�`Jf, , . H28 2,475 SY Concrete Foundation under pavers, complete and in place, per Square $ q47 `2 $ Yard H29 1 EA Electric Vault Cover, 48 "x96 ", thick galvanized stee]. tray complete and in place, per Each UP- 0F�.W;e.'2' $ ,k ' ' $ H30 1 LS Salvage and•Relocate Existing CCTV and WIFI equipment to existing location, complete and in place, per Lump Sum 1 , c,; $ '`y c, $�C "' Proposal Form Page 16 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 16 OF 33 H31 12 EA Underdrainage Cleanout, complete and in place, per Each �_ e� $ �Ci �, {..� JJy_. _____J____:_:2_ H32 120 CY Crushed Stone Fill around Planting Underdrainage., complete and in place, per Cubic Yard $ MD- $ 0) 20,oz-'- H33 6 EA Aluminum Close Mesh Grating, in a 24 "x24" Aluminum Frame, complete and in place, per Each $ 1i2..;D,E $ .,,f''.' Subtotal SIDEWALKS (H1 -H33) Proposal Form Page 17 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 17 OF 33 I - NOT USED J - BASE BID - IRRIGATION SYSTEMS I II III IV v ITEM QTY Description Unit Price Total Jl 2 EA gain Sensor, Conduit and Mounting, complete and in place, per Each. � 0 $ ". $ -L` -F. ._ 1 J2 4 EA Battery - Operated Valves, 1" with Lateral, Pressure Regulator Filter, complete and in place, per Each $ -LrOo � $ ' 06 . VO J3 500 LF Mainline 1)" with Bends & Fittings, complete and in place, per Linear $ `� .t":,•1 5' 7 2-17.:'''' Foot. ,J� J4 3 EA Reduced Pressure Assembly, 1" with Enclosure, complete and in place, per Each $ 7,-Z z` :I' f' L $_ L i cr'r c J5 4 EA Quick Coupler Valve, 1" with One (1) Key, complete and in place, per Each $ x.60` ° - $- � _oce, J5 2900 LF Subsurface Drip with Air Vents, Flush Valves, Fittings, Supply Line, Valve Box, complete and in place, per Linear Foot - ,D,-„, $ .f. $- 20' "; J7 3 EA P.O.C, Tap & Meter, 1" with Permit & Fees, complete and in place, per Each $ 2, € :CC uc $ A 416c, <_^ J8 900 LF 2" & 3" Sleeve, Schedule 80, complete and in place, per Linear $ 19 °-'~' Girt? $ :lc {�9CC.. Subtotal IRRIGATION SYSTEMS (J1 -J8) $ tom } c7.7 2 s'2 Proposal Form Page 18 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 18 OF 33 K - BASE BID - PLANTING I II III IV V ITEM QTY Description Unit Price ��` Total r Kl 2,620 SF Groundcover at Palm Trees, complete and in place, per Square $ Foot K2 2,585 SF Groundcover at Street Trees, complete and in place, per Square $ li -'_ °- $ 5(r, Wa°-.' Foot K3 578 CY Planting Soil, complete and in place, per Cubic Yard �,�_ $�� $�,`�C' t,; K4 48 EA Palm Trees, complete and in place, per Each �,r $ tiC0. r,.. $ ?.fbOt.:. K5 34 EA Street Trees, complete and in place, per Each . $ `f o' $�;.` Subtotal PLANTING (K1 -K5) Proposal Form Page 19 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 19 OF 33 L - BASE BID - TRAFFIC SIGNALS I II III IV V ITEM QTY Description Unit Price Total L1 1 LS Mobilization At William St, complete and in place, per Lump Sum r, $ i €cry µ. i' f OC z cam, _ L2 1 LS Mobilization At Lawrence St, complete and in place, per Lump Sum $ {f ;OCT) $ s(,OOf "` L3 1 LS Mobilization At Schatzel St, complete and in place, per Lump Sum E,., $ i(f00 $ `{ ooc N- L4 3 EA Traffic Controller Unit, complete and in place, per Each $ O..4rt` f $ i2 . ace c''' L5 3 EA Traffic Signal Cabinet and Assemblies, complete and in place, per Each L„ $ : "c,` %gi),-`.. $ -31-, oo L6 795 LF Conduit (PVC, Sched 40, 2 ") , complete and in place, per Linear $ �-"� $ t3 ( kc ;. Foot L7 2,00 LF, Conduit (PVC, Sched 40, 4 ") , complete and in place, per Linear � $ -- ,. 344,000 $ Foot L8 N/A Not Used N/A N/A L9 N/A Not Used N/A N/A Proposal For Page 20 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 20 OF 33 L10 55 LF Electrical Conductor (No. 6, Bare) , complete and in place, per Linear $ 2'2'2 $ le, c`' Foot L11 110 LF Electrical Conductor (No. 6, Insulated) , complete and in place, per Linear Foot $2.. $ z_ i `=5 L12 2 685 'LE Electrical Conductor (No. 8, Bare) , complete and in place, per Linear $ f' $ 2[ e � "2' Foot L13 15 EA Ground Box TY D (162922) w /Apron complete and in place, per Each $t $ a2.oc ;w L14 3 EA Battery Back -up System , complete and in place, per Each $ ;,ar �� } $ .A.-> oo ': L15 3 EA NEMA Type Controller Foundation complete and in place, per Each $ .,� c $ 6000'9'2 3 L16 3 EA Install Highway Traffic Signal (Isolated) , complete and in place, per Each $ 7O .c='_ =i0 `1. L17 18 EA Install 12" Vehicle Signal Section with Back Plate (3 Section) , complete and in place, per Each $ CD -- $ �- -�� ;[ ;C3 - L18 24 EA Install Pedestrian Signal Section (16 ") with LED Countdown , complete and in place, per Bach $ L.k,UZ> '-'7 $ rj (Lv∎ L19 24 EA LED Countdown Pedestrian Module , complete and in place, per Each $ . -, 9:2 90D $,GC Proposal Form ,Page 21 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 21 OF 33 L20 9 EA Radar Presence Detection Device (Sensor) complete and in place, per Each $ - )pt'.:' $ ;� tcc ('—`' L21 3 EA Radar Presence Detection Device (Processor System) , complete and in place, per Each $ 7# .30 =' $ ` ,G �c L. L22 3,000 LF Radar Presence Detection Device (Communication and Power Cable) , complete and in place, per Linear $v $ rcf,j Foot L23 18 EA LED Traffic Signal Module - VEH SIG SEC(12", LED, Green) , complete and in place, per Each $ `"tee=, $ t)tr.2)E: L24 18 EA LED Traffic Signal Module - VEH SIG SEC(12", LED, Yellow) , complete and in place, per Each $ €o' $ : j ,, L(...) = L25 18 EA LED Traffic Signal Module - VEH SIG SEC(12", LED, Red) , complete and in place, per Each $ ..% :.: $ 1 14,, L26 522 LF Traffic Signal Cable (TY A, 14AWG, 4 CONDR) , complete and in place, per Linear Foot $ r._''.' $ 1 s04424 l L27 600 LF Traffic Signal Cable (TY A, 14AWG, 5 CONDR) , complete and in place, per Linear Foot $cu i��<' "°'` L28 1, 235 LF Traffic Signal Cable (TY A, 14AWG, 16 CONDR) , complete and in place, per Linear Foot $ $ (•.25- L29 3 EA Removing Traffic Signals, complete and in place, per Each �' $ 1,i00': $ 21;o Proposal Form Page 22 of 33 ADDENDUM Na 3 ATTACHMENT NO. 4 PAGE 22 OF 33 L30 24 EA Accessible Pedestrian Signal units, complete and in place, per Each $� t`' $ �;�> - L31 84 LF CCTV Camera #28 2C Cable Power, complete and in place, per Linear • `L $ z1 ._ $ ,33 4 ,,'a Foot L32 84 LF CCTV Camera Coaxial Cable Communication, complete and in place, per Linear Foot $ $ `7( r�x_, Subtotal TRAFFIC SIGNALS (L1 -L32) Proposal Form Page 23 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 23 OF 33 M - ADDITIVE ALTERNATE NO. 1 I II III IV V ITEM QTY Description Unit Price Total M1 2,200 LF Provide Catenary Structural Steel. Cabling, complete and in place, per Linear Foot $ ,2_..... ,_ `~ - - M2 . 96 EA - Provide Catenary Structural Steel Connections (compact adjustors & connection plates per connection), complete and in place, per Each $ `?.` $ .Lt M3 1, 700 LF Provide Linear LED lighting, complete and in place, per Linear $ ��-4u y $ 34 ',v�j 3 . Foot - M4 1 LS Provide Catenary Lighting Fasteners, complete and in place, per Lump Sum ,,> $ r'1 :, JV ' $ ;ti (.' - �` M5 1 EA Provide DMX Control Cabinet Type "A" including connections to catenary lighting, complete and in place per Each. �f`0, $ ' �+ - $- ��` {`fir M6 2 EA Provide DMX Control Cabinet Type "B" including connections to catenary lighting, complete and in place per Each. $ i F:i + $ ,.,..,.c _ - Zi�.� M7 3 EA Provide DMX Control Cabinet Type "D„ including connections to catenary lighting, complete and in place per Each. :� $ 1Is6€ Y . $� Gr:� ° M8 24 EA Provide Pole Type ''C" and Pole Cap, complete and in place, per Each $ 2_11G'Z`c` r'-': $ 764 0 Cr ii= M9 24 EA DEDUCT Pole Type "B" and Pole Cap, per Each $ _.,a ' $ _X,..t� `A Subtotal Additive Alternate No. 1 (M1-M9) Proposal Fonn Page 29 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 24 OF 33 N - ADDITIVE ALTERNATE NO. 2 N1 4,060 LF Provide Catenary Structural Steel Cabling, complete and in place, per Linear Foot c $ 2`' $ 'I '51.3 0- -T • N2 152 EA Provide Catenary Structural Steel Connections (compact adjustors & connection plates per connection), complete and in place, per Each $ 7Lo $ c, t sty N3 2,676 LF Provide Linear LED lighting, complete and in place, per Linear $ 3Ci c $ SO 2-1 m Foot N4 1 LS Provide Catenary Lighting Fasteners, complete and in place, per Lump Sum $ f�6#f3i'•'` $,dz'e' N5 1 EA Provide DMX Control Cabinet Type "A" including connections to catenary lighting, complete and in place per Each. $ t 'vC $- -- :G`' Proposal Form Page 25 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 25 OF 33 N6 2 EA Provide DMX Control Cabinet Type "B" including connections to catenary lighting, complete and in place per Each. —!?I' $ 0 t h. �., $ -- z (:) e. s2- N7 4 EA Provide DMX Control Cabinet Type "C" including connections to catenary lighting, complete and in place per Each. $ L�aC�- '� G:, $� �'�" N8 3 EA Provide DMX Control Cabinet Type "D" connections to catenary lighting, complete and in place per Each. $ �f idc^ o $ GE's. .L1., N9 40 EA Provide Pole Type "C" and Pole Cap, complete and in place, per Each $ 2J1OO Ly $_ c 40 cc,' Ni0 8 EA DEDUCT Pole Type "A" and Pole Cap, per Each � $ _ � %c� ? $ _ L Ccc: u"1 Nil 24 EA DEDUCT Pole Type "B" and Pole Cap, per Each $ _ ul ;� `` 1 $ _ � c`�t cc,`?o N12 8 EA Type `A' Paver Covers (18"x18"), complete and in place, per Each ��- $ ` ?CfC° .� oc� $- 7 -Lo() -- Subtotal Additive Alternate No. 2 (N1 -N12) Proposal Form Page 26 of 33 $ 1, .5 p,-; ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 26 OF 33 0 - ADDITIVE ALTERNATE NO. 3 1 II III Iv v ITEM QTY Description Unit Price Total 01 2,485 SY Concrete Traffic Pavers in roadway between ST 3 +10.91 and ST 5 +97.99 and between ST 6 +66.00 and ST 9 +65.72, complete and in place, per Square Yard. $ &V-: $Zc:y qlit''`� Subtotal Additive Alternate No. 3 (01) Proposal Form Page 27 of 33 e li s • ct> ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 27 OF 33 P - ADDITIVE ALTERNATE NO. 4 I II III IV V ITEM QTY Description Unit Price Total P1 3 EA Provide District Markers ate specified locations per contract document 52,complete and in place, per Each. i,,,c02 $ r►_p. =�. r $ a(,jy,.`�. P2 3 EA Provide Electrical Connections at specified locations, complete and in place, per Each. $ i! 00`. $ ffaCF cA P3 3 EA Type `A' Paver Covers ( 18 "x18 ") , complete and in place, per Each $ iUCs "." $,7-co rc Subtotal Additive Alternate No. 4 (P1 -P3) Proposal Form Page 28 of 33 24 R-cie) ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 28 OF 33 Q - ADDITIVE ALTERNATE NO. 5 I II III Iv v ITEM QTY Description �- Unit Price Total Q1 1 LS Barricades, signs, and Traffic Handling (Partial Closure) per contract documents 11, 12, and 13, complete and in place, per Lump ' $ ,ra $ ,,,7. 7-?ty Sum. Subtotal Additive Alternate No. 5 (Q1) Proposal Form Page 29 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE29OF 33 BID SUMMARY TOTAL EASE BID (Items A through L) Y 41 N9 , °= ADDITIVE ALTERNATE NO. 1 (Items NO $ t Jl2 ADDITIVE ALTERNATE NO. 2 (Items N) l M1 zC�d Cs ADDITIVE ALTERNATE NO. 3 (Items 0) $ Z .%g t ?4ID ADDITIVE ALTERNATE Nb, 4 (Items P) $ � } ADDITIVE ALTERNATE NO. 5 (Items Q) STATEMENT OF QUALIFICATIONS This section will be used by the Owner and Engineer for evaluations of the proposals and for Bid Award. The Contractor and subcontractors shall be qualified and experienced in the performance of the work as described in the Special Provisions, Item A-30. The following statement shall be filled out in order to demonstrated compliance with the qualifications and experience requirements. All questions shall be answered and the data given must be comprehensive. This statement must be submitted with the "Proposal ". If necessary, questions may be answered on separate attached sheets. Do not attach general advertising and marketing literature; non - relative materials will not be considered as part of the proposal. The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Proposal Form Page 30 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 30 OF 33 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 following total number of calendar days from the date designated by a Work Order: BASE BID ADDITIVE ALTERNATE NO. ADDITIVE ALTERNATE NO. ADDITIVE ALTERNATE NO. ADDITIVE ALTERNATE NO. ADDITIVE ALTERNATE NO. 1. 2 3 4 5 300 Calendar Days +15 Additional +30 Additional +00 Additional +00 Additional +60 Additional Calendar Calendar Calendar Calendar Calendar Days Days Days Days Days 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 (addendum number(s)): #1, #2, #3 Respectfully submitted: Name: Gre•• T. Re es By: (SEAL - IF IlODER IS (SIGNA - ) a Corporation) Address: 1901 Hollister St (P.O. Box) (Street) Houston, TX 77080 (City) (State) (Zip) Telephone: 713.957.4003 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form Page al of 33 ;Revised August 2000} ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE31 OF 33 r PAYMENT BOND STATE OF TEXAS § BOND No. 105815009 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 COMPANY 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 "), 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 FOUR MILLION, EIGHT HUNDRED NINETEEN THOUSAND, SEVENTY AND NO /100 U.S. Dollars ($ 4,819,070.00 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 18TH day of SEPTEMBER, 2012 which Agreement is hereby referred to and made a part hereof r.� as fully and to the same extent as if copied at length herein, for the construction of: r� DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET -- WILLIAM STREET TO SCHATZEL STREET BOND 2008 - REBID - PROJECT NO. 6510 (TOTAL BASE BID: $4,819,070.00) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond Page 1 of 3 L 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'Js:aled this' instrument in 4 copies, each one of which shall be deemed an drtginalc, :this_ the 28th day of September , 2012. - PRINCIPAL Reytec Con ,tructi on Resour SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERY By: By: G egg T. Reyes Att ney fact�(r Title: president Harlan J. Berger #1011366 ATTEST: Secretary Rebecca Reyes Address: 1'9Q1 Hollister St. Address: 4650 Westway Park Blvd. Houston, TX 77080 Houston, Texas 77041 -2036 Rev. Date May 2011 Telephone: 281/606 -8400 Fax: 281/606 -8436 E -Mail: jimb@ins-alliance.com Payment Bond -Page 2 of 3 Li 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 Santa Fe Street (Physical Street Address) Corpus Christi, Texas 78404 (City) (State) (Zip) Telephone: 361/883-3803 E -Mail: kkeetch @keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 TRAVELERS) Ti Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 214281 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 4597796 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint C. W. Adams, Harlan J. Berger, Andrew J. Janda, Donald E. Woodard Jr, Michael Cole, Sue Kohler, Cheryl R. Colson, Sharon Cavanaugh, Leland L. Rauch, and JoAnn Parker of the City of Houston State of Texas , their true and lawful 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. 20th IN WITNESS WHEREOF, the Companies have caused this instrument to be .signed and their corporate seals to be hereto affixed, this day of October 2011 1 State of Connecticut City of Hartford Ss. 1 58440 -6 -11 Printed in U.S.A. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Georg. Thompson, ace President On this the 217th 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. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. \cf\.6tia, tekructuki- Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER f" PERFORMANCE BOND . STATE OF TEXAS § BOND No. 105815009 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 COMPANY 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 FOUR MILLION, EIGHT HUNDRED NINETEEN THOUSAND, SEVENTY AND NO /100 U.S Dollars ($4,819,070.00 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 18TH of SEPTEMBER , 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: DOWNTOWN STREET IMPROVEMENTS CHAPARRAL STREET — WILLIAM STREET TO SCHATZEL STREET BOND 2008 - REBID - PROJECT NO. 6510 (TOTAL BASE BID: $4,819,070,00) 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 Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. 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 3003.005, Texas Insurance Code, as amended. parr In - witness whereof, said Principal and Surety have signed and ,sa1ed this,/ instrument in 4 copies, each one of which shall be deemed an original, Ahts t* „ 28th day of September PRINCIPAL Reytec Construction Resourc , Inc. By: Greg T. eyes Title: President ATTEST: Secretary Rebecca Reyes Address: 1901 Hollister St. , 2012. SURETY TRAVELERS CASUALTY AND SU OF AMERICA Y''eemPANY. n -fact Harlan J. Berger #1011366 Address: 4650 Westway Park Blvd. Houston, TX 77080 Houston, Texas 770'41 -2036 (Rev. Date May 2011) Telephone: 281/606 -8400 Fax: 281/606 -8436 E -Mail: Jimb @ins`alliance.com Performance Bond Page 2 of 3 flousto€rn, Woodard, Eason, Gentle, Toinforde, and Anderson, Inc. dba Insurance Alliance 1776 Yorktown, Sate 200 Houston, Texas 77056 -4114 TIM License #1381 FEIN #760362043 r -- • rA (City) (State) (Zip) 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 '1 Address: 718 Santa Fe Street (Physical Street Address) Corpus Christi, Texas 78404 r. Telephone: E -Mail: 361/883 -3803 kkeetch @keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original. Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 TRiVELERS J City of Corpus Christi Legal Department 302 S. Shoreline - P. 0. Box 9277 Corpus Christi, Texas 78469 Re: Certification of Power of Attorney for Performance and Payment Bonds: City of Corpus Christi Public Works Contract: Various Gentlemen: 1 hereby certify that the facsimile power of attorney submitted by C.W. Adams, Harlan J. Berger, Andrew J. Janda, Donale E. Woodard, Jr., Michael Cole, Sue Kohler, Cheryl R. Colson, Sharon Cavanaugh, Leland L. Rauch, and JoAnn Parker on behalf of FARMINGTON CASUALTY COMPANY, FIDELITY AND GUARANTY INSURANCE COMPANY, FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., ST. PAUL FIRE AND MARINE INSURANCE COMPANY, ST. PAUL GUARDIAN INSURANCE COMPANY, ST. PAUL MERCURY INSURANCE COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, UNITED STATES FIDELITY AND GUARANTY COMPANY, for Various (contractor) is a true and - correct copy of the original power of attorney on file in the records of the surety in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of such power of said agent, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof. Signed this 286` day of May, 2012. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company N. - Titl 11` topher H. able, Regional Vice President 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 Sworn and subscribed to before me on this 28th day of May, 2012 iafiao M Frances Adams, Notary Public My Commission expires: January 6, 2015 The State of Texas City of Dallas This instrument was acknowledged before me on May 28, 2012 by Christopher H. Noble, Regional Vice President of FARMINGTON CASUALTY COMPANY, FIDELITY AND GUARANTY INSURANCE COMPANY, FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., ST. PAUL FIRE AND MARINE INSURANCE COMPANY, ST. PAUL GUARDIAN INSURANCE COMPANY, ST. PAUL MERCURY INSURANCE COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, , UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, on behalf of said corporation. ■/44,r4 Muv7 Frances Adams, Notary Public My Commission expires: January 6, 2015 C TRAVELERS) Attorney -In Fact No. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 214281 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 004597797 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint C. W. Adams, Harlan J. Berger, Andrew J. Janda, Donald E. Woodard Jr, Michael Cole, Sue Kohler, Cheryl R. Colson, Sharon Cavanaugh, Leland L Rauch, and JoAnn Parker of the City of Houston , State of Texas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their, business of . guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of October 2011 20th Ij State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company +SEAL a fcal By: Thompson, ice 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. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440 -6 -11 Printed in U.S.A. \ce.CliftoZA e . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL Wir 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 51202, Property Code, effective September 1, 2001. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME Reytec Construction Resources, Inc. STREET: 1901 Hollister CITY: Houston ZIP: 77080 FIRM is: 1. Corporation X 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of. Corpus Christi having an "ownership interest' Constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownership in the above named "firm ". Name Title NIA 3, State the names of each "board member" of the City of Corpus Christi having an 'ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an 'ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name NIA CERTIFICATE Consultant 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 (Type or Print) Signature of Certifying Person: Title: president Proposal Form Page 32 of 33 ADDENDUM NO. 3 ATTACHMENT NO. 4 PAGE 32 OF 33 05/30/12 Date: AC. R t r CERTIFICATE OF LIABILITY INSURANCE DATE (MMWODIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION I5 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(. PRODUCER Insurance Alliance 1776 o s onrTX 77056 56 Suite 200 Houston TX T7056 CONTACT NAIVE: Rena Behney INC Fat1 :713- 966-1792 IA1c, Not 1$_g66_1 700 i DDRESs :rbehne Ins- alliance.com y�' INSURER(Sj AFFORDING COVERAGE NAIL 5 . INSURER A: .I.. ►, og- I o ar , INSURED REYTE -2 Reytec Construction Resources, Inc. : 1901 Hollister St Houston TX 77080 INSURER B:Starr Indemnity & L"labilit_y Co 18318 J 9429 INSURER c :The Ins Co of the State of Pa INSURER D: INSURER E: CLAIMS -MADE INSURER F : OCCUR COVERAGES CERTIFICATE NUMBER: 215540224 REVISION NUMBER: THIS IS TO CERT1FY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR COND1TION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ' 01. lNSR r BR WVO POLICY NUMBER 4871220 POLICY EFF (MMIDDIYYYYI 10/16/2011 POLICY EXP (MMIDDIYYYY) 10/1612012 4 =,s LIMITS EACH OCCURRENCE 51.000,000 A GENERAL X LIABILITY 'w COMMERCIAL GENERAL LIABILITY DAMAGETO-RENIEU PREMISES (Ea Recurrence} 5100,000 CLAIMS -MADE X OCCUR MED EXP (Any one parson) 55,000 PERSONAL & ADV INJURY 51.000,000 GENERAL AGGREGATE 52,000,000 tt GEN'L AGGREGATE LIMIT APPLIES PER: POUCY I ^ I 3E8F LT Loc PRODUCTS - COMP/OP AGG 52,000,000 s A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS 11 k: SCHEDULED AUTOS AUTOS WNED 1707421 10/16/2011 10/16/2012 L (Ea Ea ` ' ' + � 1 IT araidentl 51,000,000 BODILY INJURY (Per person) $ ' BODILY INJURY (Per { ) $ (PP r ac nIDAMgGE 5 5 B X UMBRELLA LIA6: EXCESS LIAB ` X OCCUR CLAIMS -MADE SISCCCL01609111 10/16/2011 10/16/2012 E<f EACH OCCURRENCE 54,000,000 54,000,000 iii~•, - AGGREGATE DED 1 1 RETENTION $ 5 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY " YIN ANY PROPRIETORIPARTNEREXECUJIVE © OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N! A 020635774 10/1612011 10/16/20 `1 2 If X wC STATu- IOTH- TORY FR •" E.L. EACH ACCIDENT 51,000,000 E.L. DISEASE - EA EMPLOYEE 51,000,000 E.E. DISEASE - POLICY LIMIT 51,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, N 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 b anket automatic waiver of subrogation endorsement that provides this feature only when there is an executed written contract that requires iL The General Liability and Auto Liability policies contains a special endorsement with "Primary and Noncontributory" wording. Re: Downtown Street Improvements: Chaparral Street - William Street to Schatzel Street Bond 2008 ReBid - Project No. 6510 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi P 0 Box 9277 Corpus Christi TX 76469 -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. AUTHORIZEO_REPRESENTAATIVE ACORD 25 (2010/05) ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. 14116/2011 forms a part of policy No. GI. 487 -12 -20 issued to REYTEC CONSTRUCTION RESOURCES, INC. byILLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S COMMERCIAL PRIME ENDORSEMENT This endorsement modifies lnsurence provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Coverage afforded under tile endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. ADDITIONAL INSUREDS Section II - WHO IS AN INSURED, 1. is amended to include as an insured any person or organization described In paragraphs A through 1 below, whom you are required to add as an additional insured under a written contract or agreement. The written contract or agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2 Executed prior to "bodily injury`, "property damage," or "personal injury and advertising injury". A. 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 1.8.1 does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. C. CO -OWNER OR INSURED PREMISES A Co -owner of insured premises co -owned by you and covered by this insurance but only with respect to their liability as co -owner of the premises. 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 LOA , this insurance does not apply to any "occurrence" which takes place: a1 after the equipment lease expires, or b} after the equipment is returned or no longer In your possession, whichever takes place later. E. MANAGERS OR LESSORS OF PREMISES Managers or Lessors of premises but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance under this paragraph does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of such Managers or Lessors. F. MORTGAGEE, ASSIGNEE, OR RECEIVER 1. A mortgagee, assignee, or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. 2. The Insurance afforded to the additional insureds under Paragraph I. F.1 does not apply to structural alterations, new construction or demolition operations performed by or for that mortgagee, assignee, or receiver. G. OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS 11) 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 insured(s) has bean completed; or 100983 (2/09) (2) that portion of your work" out of which the Injury or damage arises has been put to Its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 7 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 perforrned for the state or municipality; or b. "Bodily injury" or "property damage" included within the "products - completed operations hazard ". !I. 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 W your work" performed for the additional insureds and included in the "products - completed operations hazard, than 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 la) the performance of your ongoing operations for the additional insureds, or lb) "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. 11 j (d) is deleted in its entirety and replaced with the following: Id) 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 It 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, S. • 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 or Suit, a. is hereby deleted and replaced with the following: 100983 (2/09) 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 (or one with similar or equivalent title) or hislher designee will have received such notice, To the extent possible notice should include: 11) 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 L1ABIUTY, 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" LIABIUTY - RAILROADS Only with respect to (I} 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 parson or organization. Tort liability means a liability that would be Imposed by law in the absence of any contract or agreement. Paragraph L 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 12/09) Page 5 of 7 Ibl Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the Insured, if an architect, englneer 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 (11 above and supervisory, inspection, architectural or engineering activities; and B. SECTION IV - COMMERCIAL GENERAL UABIUTY CONDITIONS, 4. - Other Insurance, b. Excess Insurance, (11 (al, 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 I5 AN INSURED, 2.a. (1). (a) 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 1 - 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. B. - 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, M. is amended to include the following: This insurance shall not be excess where 11) 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 I), offense under COVERAGE B (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project: 100983 12/09) 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 ", (ill all damages under COVERAGE B and fiiii) all medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing 'suits ". 3. Any payments made under COVERAGE A or B for damages or under COVERAGE C for medical expenses shall reduce the Per Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown In the Declarations nor shall they reduce any other Per Construction Project General Aggregate Limit for any other construction project covered under this policy. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown In the Declarations, such limits will be subject to the applicable Per Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), offenses under 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 appllcable; 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 ii 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 1111 not otherwise modified by this endorsement shall continue to apply as stipulated. Qihorized xesentative or Countersignature (in States Where Applicable» 10096312109) Page 7 of 7 ENDORSEMENT This endorsement, effective 12:01 A.M. 10115/2011 forms a part of policy No.GL 487 -12 -20 issued to REYTEC CONSTRUCTION RESOURCES, INC. by1LLINOIS NATIONAL INSURANCE CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION I1 - WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b} "your work" performed for the additional insureds and included in the "products - completed operations hazard "; This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. AA chsg orized or Countersignature lin States Where Applicable) 90533 {3106) Page 1 of 1 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: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organizations) 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 /1612011 Countersigned By: (Authorized Representative) Named Insured: REYTEC CONSTRUCTION RESOURCES, INC. SCHEDULE Name of Personal or Organizationlsl: AS REQU I RED BY WR I TT€N CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2011 forms a part of policy No. CA 170 -74.21 r issued to REYTEC CONSTRUCTION RESOURCES, INC. by ILLINOIS NATIONAL INSURANC€ CO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endasemenf modifies insurance provided under the fofowing: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered into prior to any "accident" or "loss ". No waiver of the right of recovery will directly or Indirectly, apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. { ,:i114.404 HORIZED REPRESENTATIVE 62897 (6/95) ENDORSEMENT # This endorsement, effective 12:01 A.M. 10/16/2011 forms apart of Policy No. GL 487 -12 -20 Y , 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 311 days after the First Named insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. 107414 (0311 1) Page 1 uthorized Representative ENDORSEMENT # This endorsement, effective 12:01 A.M. 10/16/2011 forms a part of Policy No. CA ;' 170 -74 -21 issued to REYTEC CONSTRUCTION RESOURCES, INC. ByILLINOIS 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 Holder(s)") and has provided to the insurer, either directly or through its broker of record, either: (a) the name of the entity shown on the certificate, a contact name at each such entity and the U.S. Postal Service address of each such entity; or (b) the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will ! s' provide advice of cancellation (the "Advice") to such Certificate Holders Wthin 30 days after the First Named Insured provides such information to the Insurer; provided, however, r , that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Hoider(s) as soon as reasonably practicable after the First Named Insured provides such information to the Insurer. Proof of the Insurer emailing or mailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage .provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations Page of this policy. All other terms, conditions and exclusions shall remain the same. 107232 (03/11) Page 1 "ill Representative THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10!1612011 forms a part of Policy No. WC 020 -63 -5774 Issued to REYTEC CONSTRUCT I ON RESOURCES, I NC. By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA LIMITED ADVICE OF CANCELLATION PROVIDED VIA E -MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non- payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured ar, if applicable, any other employers named in Item 1 of the Information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and the Named Insured has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice ") via e-mail to each such Certificate Holders within 30 days, -;; after the Named Insured provides such information to the Insurer, provided, however, that if a specific number of days' is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following definitions apply to this endorsement: 1. Named Insured means the insured first named employer in Item 1 of the Information Page of this policy. 2. Insurer means the insurance company shown in the header on the Information Page of this policy. All other terms, conditions and exclusions shall remain the same. Am-4 AUTHORIZED REPRESENTATIVE WC 99 00 56 (Ed. 04/11) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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 douse need be completed only when this endorsement Is Issued subsequent to preparation of the policy). This endorsement, affective 12:01 AM 10/16/ 2011 forms a part of Policy No. WC 020 - 63-5774 Issued to REYTEC CONSTRUCT I ON RESOURCES, I NC . By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to fumish this waiver. 2. Operations: ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll In con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: I NCLUDED WC 42 03 04A Countersigned by (Ed.. 01100) Am-La Authorized Representative