Loading...
HomeMy WebLinkAboutC2014-068 (VOL 1 OF 2) - 3/25/2014 - Approved r ____ n 1 IP ( 2014-068 3/25/14 IVOL 1 O�' 2 Ord. 030145 ' V .. - Reytec Construction Resources �.0 . (Volume 1) L CONTRACT DOCUMENTS L . _ FOR CONSTRUCTION OF 0 L .-_,. McARDLE ROAD IMPROVEMENTS • C ENNIS JOSLIN ROAD TO .WHITAKER_DRIVE::.. • II L . , . (BOND•201:2) 1 • PROJECT NO(s) E12097;& E12098i L . . r , ..._.. ... :. : , 11•1111111111/ ... .: ..: - : - - . • . • . : . . . .:::.: :: ::... . ... . :: : .. . L r' . . ,. L ._._ • L 5. .. . . . . . . .. . . ., L ,- `"War L. ri• \ al ay . :,•• ,, vo,,,,),...1/44,,N\*it, L0-, - Q aCt413NE8 _ w . .L 0. , o �p�+`� 89586 .,..C:,., ..1..is . 4fi s ej ` .. . ..... .. L . ..., •• •t 1 Ze f•_/,,,.. .,.,... ..,:: . .. 1. .January- 24, 2014. .. ._ ,:.,,,.,,, ...... ,,.. ..„..,,,,,,,...„ ... ,... . .., ... ,„. _ , . . ,... ,,,, :. . lL -- - -______- __. . .. L i L 00 0100 TABLE OF CONTENTS L Division'): Titte -- Division 00 Procurement and Contracting Requirements 00 0115 List of Drawings L00 11 16 Invitation to Bid 00 2113 Instructions to Bidders 00 30 00 Bid Form 00 30 01 Bid Form Exhibit A 00 30 02 Compliance to State Law on Nonresident Bidders L00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 4516 Statement of Experience 00 52 23 Agreement 00 6113 Performance Bond 00 6116 Payment Bond 00 72 00 General Conditions 00 72 01 Insurance Requirements 00 72 02 Wage Rate Requirements 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 1 01 11 00 Summary of Work 01 23 10 Alternates and Allowances LI 0129 00 Application for Payment Procedures 0129 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 1 01 31 13 Project Coordination 01 31 14 Change Management 0133 00 Document Management 0133 02 Shop Drawings(NOT APPLICABLE) 0133 03 Record Data 1 0133 04 Construction Progress Schedule ADDENDUM NO.1 I Table of Contents ATTACHMENT NO.1 00 0100-1 McArdle Road Improvements-ProJ.No(s)E12097&E12098 Page 1 of 4 11-25-2013 L 6 I pivislop'/: Tit[e .. Section, , 0133 05 Video and Photographic Documentation 6 0135 00 Special Procedures 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements I Part S Standard Specifications Division 02 Sitework 021020 Site Clearing and Stripping(S-5) 021040 Site Grading(5-6) • 1 022022 Trench Safety for Excavations 022040 Street Excavation(S-10) 1 022080 Embankment(S-13) 025404 Asphalts,Oils and Emulsions(S-29) 025414 Aggregate for Surface Treatment and Seal Coats(5-35) 025416 Seal Coat(S-31) 025608 Inlets(S-63) 1 025612 Concrete Sidewalks and Driveways(S-53) 025614 Concrete Curb Ramps 026201 Water Line Riser Assemblies(S-79) 026202 Hydrostatic Testing of Pressure System (5-89) 026210 Polyvinyl Chloride Pipe(S-83)-AWWA C900&C905 iti 026214 Grouting Abandoned Utility Lines(5-3) 026402 Waterlines(5-88) 026404 Water Service Lines(5-87) 026409 Tapping Sleeves and Tapping Valves(S-84) lir 026411 Gate Valves for Water Lines(5-85) 026416 Fire Hydrants(5-86) I L ADDENDUM NO.1 rim Table of Contents ATTACHMENT NO.1 00 0100-2 McArdle Road Improvements-Proj.No(s)£12097&E12098 Page 2 of 4 11-25-2013 I I L _ . . .___ _ _ . ., _. .... _ . _ . . ,. _ _ _ _ Division/ Section... Title 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures I027402 Reinforced Concrete Pipe Culverts(5-60) 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations . 028200 Mail Box Relocation Division 03 Concrete 032020 Reinforcing Steel(S-42) 1 037040 Epoxy Compounds(S-44) Division 05 Metals 1 055420 Frames,Grates,Rings and Covers(S-57) Part T Technical Specifications Division 02 Sitework 021080-T Removing Old Structures(S-55) I022020-T Excavation and Backfill for Utilities and Sewers(5-9) 022100-T Select Material 022410-T Stormwater Pollution Prevention 022420-T Silt Fence 025205-T Removing and Replacing Pavements(5-54) 025210-T Lime Stabilization (S-28) 025412-T Prime Coat(S-30)(Asphaltic Material Only) I025424-T Hot Mix Asphalt Concrete Pavement(Class A) 025610-T Concrete Curb and Gutter(5-52) 025802-T Temporary Traffic Controls During Construction 025805-T Abbreviated Pavement Markings(5-101) 025807-T Pavement Markings(S-45) (Paint and Thermoplastic) I025814-T Prefabricated Pavement Markings(TxDOT 668) 025816-T Raised Pavement Markers and Traffic Buttons 025818-T Pavement Markers(Reflectorized)(TxDOT D-9-4200) 025820-T Traffic Buttons(TxDOT D-9-4300) 025828-T Bituminous Adhesive for Pavement Markers(TxDOT 0-9-6130) 026206-T Ductile Iron Pipe and Fittings(5-81) 027202-T Manholes(5-62) L027205-T Glass-Fiber Reinforced Polyester(FRP)Manholes ADDENDUM NO.1 Table of Contents ATTACHMENT NO.1 00 0100-3 McArdle Road Improvements-Proj.No(s)E12097&E12098 Page 3 of 4 11-25-2013 L 1 L Division/ _ Title Section.. 027206-T Glass-Fiber Reinforced Polyester(FRP)Rehabilitation Manholes 027404-T Concrete Box Culverts(5-66) 027602-T Gravity Sanitary Sewers(S-61) 027610-T Televised Inspection of Conduits(S-125) 028020 4 Seeding(S-14) 028300-T Relocation of Fences(5-12) Division 03 Concrete 030020-T Portland Cement Concrete r038000-1 Concrete Structures(S-41) Division 06 Attachments 1 Kleinfelder Geotechnical Report(Dated 4-25-13) 2 Bond 2012 Sign Detail E 3 SWPPP-Notice of Intent Form iiifffrrr 4 Submittal Transmittal Form END OF SECTION I I I I I it I ADDENDUM NO.1 Table of Contents ATTACHMENT NO.1 00 0100-4 McArdle Road Improvements-Proj.No(s)E12097&E12098 Page 4 of 4 11-25-2013 L ILI. c . . 00 11 16 INVITATION TO BID i ( ARTICLE 1—GENERAL NOTICE 1.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following k. Project: McArdle Road Improvements-Ennis Joslin Road to Whitaker Drive(Bond 2012) Project No(s)E12097&E12098 Project consists of the full reconstruction of McArdle Road from Ennis Joslin Road to Nile Drive (E12097 : approximately 4,600 LF) including removal of an existing 2-lane HMAC roadway and all water, E..... wastewater and storm infrastructure and replacement with a new 3-lane HMAC roadway (plus bike lanes) with curb and gutter and 5' concrete sidewalks, new 12" waterline, new 18" wastewater line and new storm sewer infrastructure; AND full-depth pavement reclamation of L.. .. . McArdle Road from Nile Drive to Whitaker Drive(E12098 : approximately 5,200 LF) including 3" mill, 9.5"cement-stabilized pavement reclamation topped with new 3"Type'D' HMAC restriped for a 3-lane roadway plus bike lanes and partial replacement of existing water, wastewater and Elstorm sewer infrastructure in accordance with the plans,specifications and contract documents. 1.02 The Engineer's Opinion of Probable Construction Cost is$10,210,563. The Project is to be L.: substantially complete and ready for operation within 540 days. The Project is to be complete and eligible for Final Payment 570 days after the date for Substantial Completion. rili ARTICLE 2—EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: www.publicpurchase.com r • E _ 2.02 Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine that a complete set of documents,as defined in the . _ Agreement are received. L . 2.03 This website will be updated periodically with Addenda, lists of interested parties,reports,or other information relevant to submitting a Bid for the Project. L , ARTICLE 3—PRE-BID CONFERENCE .{ 3.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, February 11,2014 E . ,at 10:30 A.M.at the following location: • City of Corpus Christi,Texas E.. Department of Engineering Services Main Conference Room,Third Floor,City Hall 1201 Leopard Street Corpus Christi,Texas 78401-2825 I. E. • L.. Invitation to Bid 00 11 16-1 McArdle Road Improvements-Proj.No(s)E12097&E12098 11-25-2013 L . ARTICLE 4—QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS ._.0 4.01 Questions are to be submitted using the Question and Answer process on the Owner's Bidding Website. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by noon seven(7)days L. prior to the date of the bid opening. Inquiries made after this period may not be addressed. 4.02 A response to a question posted on the website that requires modification of the Contract L.... P q p q Documents will be made by Addenda. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 5—MINORITY/MBE/DBE PARTICIPATION POLICY 5.01 Selected Contractor is required to comply with the Owner's Minority/MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. r 5.02 Minority participation for this Project has been established to be 45%of the Contract Price. 5.03 Minority Business Enterprise participation for this Project has been established to be 15%of the Contract Price. ARTICLE 6--BID SECURITY 6.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 7 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent of the greatest amount bid. 6.02 Bid Security may be in the form of a Bid Bond or a cashier's check,certified check,money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. E. Bidders may provide their surety's standard penal sum bid bond form. The Bid Bond must reference the Project by name as identified in Article 7. L . 6.03 Failure to provide the Bid Security will constitute a non-responsive Bid which will not be considered. Failure to provide required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. E. ARTICLE 7—DELIVERY OF BIDS 7.01 Sealed Bids must be delivered to the Owner at the address below no later than 2:00 P.M.on Wednesday,February 19,2014 ,to be accepted. The Bids will be publicly opened and read aloud at this time and place. Bids received after this time will be returned unopened. Address • Bids to the Owner as follows: L. The City of Corpus Christi,Texas City Secretary's Office L.: 1201 Leopard Street C Corpus Christi,Texas 78401 L. invitation to Bid 00 11 16-2 McArdle Road Improvements-Proj.No(s)E12097&E12098 11-25-2013 . it_ Attention: City Secretary 4 ,c Bid—McArdle Road Improvements-Ennis Joslin Road to Whitaker Drive(Bond 2012) (Project No(s) E12097&E12098) ARTICLE 8—AWARD OF CONTRACT k. 8.01 It is the intent of the Owner to award this Contract to the lowest responsible Bidder who submits a responsive Bid. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices,to reject any or all Bids,and/or waive formalities. Bids may not be withdrawn within 90 days from the date on which Bids are opened. L__. ARTICLE 9—OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the Contract Documents. 9.02 Contractors for this Project must obtain and provide the necessary insurance, including L.. Workers'Compensation Insurance,as required by the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. END OF SECTION L. ii ,_. i_. [.. • L E. ii. C L . ,.. Invitation to Bid 00 11 16-3 McArdle Road Improvements-Proj.No(s)E12097&E12098 11-25-2013 C L 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance:Coverage Commercial General Liability including 1. Commercial Form 2. Premises-Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal&Advertising Injury Business Automobile Liability-Owned, Non-Owned,Rented and Leased $1,000,000 Combined Single Limit Workers'Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Professional Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental 0 Required ® Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price ❑ Required ® Not Required Installation Floater Equal to Contract Price ❑ Required ® Not Required Owner's Protective Liability Equal to Contractor's liability insurance ❑ Required ® Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements ADDENDUM NO. 1 00 72 01-1 McArdle Road Improvements Proj.No(s)E12097&E12098 ATTACHMENT N0.3 11-25-2013 PAGE 1 OF 10 C 1 L B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M.Best rating of A-VIII or better. D. Furnish copies of policies and endorsements,and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact)any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the"other insurance"clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers'compensation policy and Contractor's professional liability policy. • 1.03 CONTRACTOR'S INSURANCE ��rrrr A. Purchase and maintain workers'compensation and employer's liability insurance for: 1. Claims under workers'compensation,disability benefits,and other similar employee benefit acts. Obtain workers'compensation coverage thtough a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of insurance. Provide insurance in amounts to meet all workers'compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. ADDENDUM NO.1 Insurance Requirements ATTACHMENT NO.3 00 72 01 2 McArdle Road Improvements-Proj.No(s)E12097&E12098 PAGE 2 OF 10 11-25-2013 I L 2. Claims for damages because of bodily injury,occupational sickness or disease,or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers'Compensation Act and Jones Act coverage(if applicable). 4. Foreign voluntary worker compensation(if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis,against: 1. Claims for damages because of bodily injury,sickness or disease,or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage • which are sustained; - 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason;and 5. Claims for damages,other than to the Work itself,because of injury to or destruction of tangible property wherever located,including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later) ISO commercial general liability form (occurrence form)and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care,custody,and control of Contractor. Provide and maintain Installation Floater insurance for property under the care,custody,or control of Contractor in lieu of elimination of the exclusion,or if required by this Section. Provide Installation Floater insurance that is a broad form or"All Peril"policy providing coverage for all materials, supplies,machinery,fixtures,and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship,materials,maintenance,or construction; • b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; ADDENDUM NO.1 Insurance Requirements ATTACHMENT NO.3 00 72 01 3 McArdle Road Improvements-Proj.No(s)E12097&E12098 PAGE 3 OF 10 11-25-2013 1 L g) Any loss while in storage, both on and off the Site;and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance • adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies,machinery,fixture,and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions,and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032,"Additional Insured-Engineers,Architects or Surveyors Not Engaged by the Named Insured"or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance,or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability,commercial general liability,and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers,directors, members,partners,employees, agents,consultants,and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies,including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims,including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The • policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements ADDENDUM NO. 1 00 72 01 4 McArdle Road Improvements ATTACHMENT NO.3 Proj.No(s)E12097&E12098 PAGE 4 OF 10 11-25-2013 L L H. Purchase and maintain applicable professional liability insurance,or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations,whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor,Owner,and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents,whether performed by Contractor, Subcontractor,Supplier,anyone directly or indirectly employed or retained by any of them,or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT,Contractor,and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions,as named insureds. 2. Be written on a builder's risk"all risk"policy form that includes insurance for physical loss or damage to the Work,temporary buildings,falsework,and materials and equipment in transit,and insures against at least the following perils or causes of loss: fire;lightning;windstorm;riot;civil commotion;terrorism;vehicle impact;aircraft; smoke;theft;vandalism and malicious mischief;mechanical breakdown,boiler explosion,and artificially generated electric current;earthquake;volcanic activity,and other earth movement;flood;collapse;explosion;debris removal;demolition ADDENDUM NO. 1 Insurance Requirements ATTACHMENT NO.3 00 72 01-5 McArdle Road Improvements-Proj.No(s)E12097&E12098 PAGE 5 OF 10 11-25-2013 L 1. 1 • occasioned by enforcement of Laws and Regulations;water damage(other than that caused by flood);and such other perils or causes of loss as maybe specifically required by this Section. If insurance against mechanical breakdown,boiler explosion,and artificially generated electric current;earthquake;volcanic activity,and other earth movement;or flood,are not commercially available under builder's risk,by endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship,design,or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete,unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor,Subcontractors,or employees of the Contractor or a Subcontractor owning property items,such as tools,construction equipment,or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. • 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. ADDENDUM NO.1 Insurance Requirements ATTACHMENT NO.3 00 72 01 6 McArdle Road Improvements-Proj.No(s)E12097&E12098 PAGE 6 OF 10 11-25-2013 L L L B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT,named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees,Contractor, named insureds and additional insureds,and the officers,directors,members,partners, employees,agents,consultants,and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor,Subcontractors,or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event,Contractor is fully responsible for all losses arising out of,resulting from,or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT,named insureds,or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; • 2. Riders or endorsements to policies;and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds"for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days'notice before cancellation or any material change in the policy's terms and conditions,limits of coverage,or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code§1811.101;or ADDENDUM NO.1 insurance Requirements ATTACHMENT NO.3 00 72 01-7 McArdle Road Improvements-Proj.No(s)E12097&E12098 PAGE 7 OF 10 11-25-2013 I I 2. Form is a standard form deemed approved by the Department under Texas Insurance Code§1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies,declaration pages and endorsements,and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion,revision,or modification of particular policy terms, conditions,limitations,or exclusions(except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated,revised,or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: 1 • City of Corpus Christi—Engineering Attn:Construction Contract Admin. P.O.Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS'COMPENSATION INSURANCE REQUIRED NOTICE 1 3.01 WORKERS'COMPENSATION INSURANCE COVERAGE A. Definitions: Ii. Certificate of coverage("certificate")-A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC- 81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation I ADDENDUM NO.1 Insurance Requirements ATTACHMENT NO.3 00 72 01 8 McArdle Road Improvements-Proj.No(s)E12097&E12098 , PAGE 8 OF 10 11-25-2013 I L insurance coverage for the person's or entity's employees providing services on a project,for the duration of the Project. 2. 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. 3. Persons providing services on the Project("Subcontractor"in§406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project,regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes,without limitation,independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity which furnishes persons to provide services on the Project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or other service related to a project. "Services"does not include activities unrelated to the Project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. B. The Contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the Contractor providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project,and provide to the governmental entity: 1. A certificate of coverage,prior to that person beginning Work on the Project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project;and 2. No later than seven days after receipt by the Contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the Project. 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 notify 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 Commissiion,informing all persons ADDENDUM NO. 1 Insurance Requirements ATTACHMENT NO.3 00 72 01-9 McArdle Road Improvements-Proj.No(s)E12097&E12098 PAGE 9 OF 10 11-25-2013 I I providing services on the Project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: 1. Provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all of its 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 shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project;and 7. Contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers'compensation coverage for the duration of the Project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties,criminal penalties,civil penalties,or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION ADDENDUM NO. 1 Insurance Requirements ATTACHMENT NO.3 00 72 01-10 McArdle Road Improvements-Pro'.No(s)E12097&E12098 PAGE 10 OF 10 11-25-2013 I Li -- 00 73 00 SUPPLEMENTARY CONDITIONS [4 These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. Li The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. Li- ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS ri 14 A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following -. organizations: LI. City of Corpus Christi,Texas RVE, Inc. L-- Kleinfelder JR Thompson, P.E. Lii . ARTICLE 4--COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: L__. 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access c . to and within the Site, inability to work due to wet or muddy Site conditions,delays in _. delivery of equipment and materials,and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain .._ days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National i Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or L. greater. Records indicate the following average number of rain days for each month: Sc rrt } iilia trii om v sAtift 4,6 i , January 3 July 3 I February 3 August 4 March 2 September 7 L. April 3 October 4 May 4 November 3 LC June 4 December 3 Supplementary Conditions 00 73 00-1 McArdle Road Improvements-Proj.No(s)E12097&E12098 11-25-2013 L L L . 3. An extension of time due to rain days will be considered at the end of the project if the number of verified rain days exceeds the number of rain days allowed above,and the I{ - OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner ii,_ or Contractor in delay claims. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; L_ HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS LI. A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: iii_ a. [Geotechnical Study-McArdle Road Improvements,Kleinfelder,4-24-13]-The Contractor may rely on the following Technical Data in using this document: r- 1) Boring Logs; 2) Thicknesses of existing pavement constituents; 3) Directives for placement/mixing of Project materials and required material Li compactions; 4) Directives for utility trench excavation and trench bottom treatments(NOTE: L . All trench excavation requirements and trench bottom treatments shall be subsidiary to the various utility installation bid items.);and ir. 5) Trench safety requirements. (NOTE: The required Project pavement sections should be obtained from the -. design plans.) L-. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities) include the following: NONE J I . SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or L.. contiguous to the Site are known to Owner." ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES 1. SC-7.04 CONCERNING SUBCONTRACTORS,SUPPLIERS,AND OTHERS L. A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work,measured as a percentage of the Contract Price, using its own employees." L. END OF SECTION Supplementary Conditions 00 73 00-2 McArdle Road Improvements-Proj.No(s)E12097&E12098 11-25-2013 I 00 52 23 AGREEMENT This Agreement is between City of Corpus Christi,Texas(Owner) and Revtec Construction Resources, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: McArdle Road Improvements—Ennis Joslin Road to Whitake Drive(Bond 2012) Project Nos. E12097 and E12098 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: RVE.Inc. 820 Buffalo St. Corpus Christi.TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Capital Programs-Construction Albert Pardo,P.E. Asst.Construction Engineer 1201 Leopard Street Corpus Christi,TX 78401 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times n O A. The Work is required to be substantially completed within b days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within days after the date when the Contract Times commence to run. B. Milestones,and the t s for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 00 52 23-1 Corpus Christi Standards-Regular Projects 09-25-2013 Conditions. Owner and Contractor also recognize the delays,expense,and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$ 1,125.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$ 1.125.00 amount for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages,and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached in SECTION 00 30 01 BID FORM EXHIBIT A. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed,and were solely for the purpose of comparing Bids,and final payment for all unit price items will be based on actual quantities,determined as provided in the Contract Documents. Total Base Bid Price 10,653,999.40 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 00 52 23-2 Corpus Christi Standards-Regular Projects 09-25-2013 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may,at its sole discretion,elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress,and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 00 52 23-3 Corpus Christi Standards-Regular Projects 09-25-2013 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site;and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.O1.D and 7.01.E with respect to the effect of such information,observations, and documents on: 1. The cost, progress,and performance of the Work; 2. The means, methods,techniques,sequences, and procedures of construction to be employed by Contractor;and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests, studies,and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 00 52 23-4 Corpus Christi Standards-Regular Projects 09-25-2013 financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books,correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms,and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in 00 01 15 LIST OF DRAWINGS 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form Exhibit A 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified,or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Contracts will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Contract must be signed by a person authorized to bind the firm or company*if Contractor is Corporation contracts must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. EXECUTIVE DIRECTOR OF PUBLIC WORKS; D. ASSISTANT CITY MANAGER OF PUBLIC WORKS&UTILITIES; E. CITY SECRETARY for the City. Agreement 00 52 23-5 Corpus Christi Standards-Regular Projects 09-25-2013 The Effective Date of the Contract is 472 L 7(� o2.0/4/ ATTEST CITY OF CORPUS CHRISTI,TEXAS 4 City Secretary Natasha Fudge, P.E. Acting Director of Capital Programs APP'OVED TO LEGAL FORM: ` IT COU$CIL .. Vero'Ica Ocanas , Senior Assistant City Attorney NWT ATTEST(IF CORPO'• ' CONTRACTOR Reytec Construction Resour , Inc. (Seal Below) By: A/`i Note: Attach copy of authorization to sign. Title: President 1901 Hollister St. Address Houston, Texas 77080 City State 713/957-4003 713/681-0077 Phone Fax greyes@reytec.net Email END OF SECTION Agreement 00 52 23-6 Corpus Christi Standards-Regular Projects 09-25-2013 Li .. 00 30 01 BID FORM EXHIBIT A Project: McArdle Road Improvements-Ennis Joslin Road to Whitaker Drive(Bond 2012)(ProjectNo(s)E12097&E12098) Li% Owner. City of Corpus Christi,Texas :,• •3;V - ^ •-• ......;ut C ,„?s Wi'•'1411.-k'' 1a1.:'aH'• ' _ . RarY'a•u'rsa:%i::?.bi"i�.i a t'u:":•iM zii.C. .'3�t n&ii19' F--:.-'. Bidder. St '-e • ,,.-:1a:_::. ,c.x_ .-+�3?,.i� � . ... ^!t_.r_ ... . . ... �n ii `nz�ca;:a-�...t.�, �';'•�?I�� ':. � : � �.� .A.�.._..nW.:x:a -�s• ... '03a0I1� 'iFI�_:: :. ..._. . � �...=�- .-!•�x.:, com: OAR: crT • Designer: RVE,Inc. Basis of Bid LI ., ( I ail:�C 21 {u. 111-'r I %;•11,9:4i tt 111 3 \C,IGI•~;.1 BASE BID LI• I PART 1 IMPROVEMENTS-Ennis Joslin Road to Nile Drive l PART A-GENERAL Ei Al Mobilization,complete and in place per Lump Sum. LS I �: * $ +. 'i14 4.''Y1 • t,a its' • e#1 !,.1. Jf-".15 y A2 Storm Water Pollution Prevention Plan, 3*'"a= +, `T, t' •'`,u aq,complGe and in place per Lump Sum. LS 1 ' " r -•;:-4: ' :. t ,n;,::" .',,ley '' A3 Traffic Control,complete and in place per Lump Sum. LS 1 ' - A4 Exploratory Excavation,complete and in place per Lump Sum. LS 1 , + yr AS Ozone Action Da complete and in place Day. DAYS 5 * : - ,t :', ;y c`.r +';� Y. P P per Y i` 61 2, _ TOTAL PART A-GENERAL(Items Al thrn AS) `;-: . t 0.. PART B-STREET IMPROVEMENTS 131 Remove Curb and Gutter,complete and in place per Linear Foot. LF 611 M ti y a ,• +,,i K a;+ h�i L IB2 Remove Misc.Concrete,complete and in place per Square Foot. SF 3,868 � t '' i'^ > '>; M 1•4 " B3 Remove Concrete Driveway,complete and in place per Square Foot. SF .011 Ef- i;ir'FT—i T'Taf'1 4t t t B4 Remove HMAC Driveway,complete and in place per Square Foot. SF 5,922 =q� j f '..,-.41 . a Street Excavation (2' B.O.0 - 3' Avg. Depth), complete and in place p ""1,,, 1�t 0, . ° +` sr B5 ® 26,302 G +-. , S uazc Yard E r... - .1,11,1,,...:,-.2—,L.22..-I .,.. Subgrade Preparation(2'B.O.C.)-8"Lime Stabilization(6%),complete and SY 26 302 s� 3 r''�r z }f +`p 4,s'-`,,- Eft: in.lace. S. are Yard B7 Geogrid(2'B.O.C.),complete and in place per Square Yard SY 26,302 ',r• '''lr �' B8 8"Type A,Grade 1 Crushed,Limestone Base per TxDOT Std Spec.Item No. SY 22,292 ° ��` " jr 247 Li. to-I.. com.lete and in•lace. . Yard. � �*2i: r a ( Y),complete and in place tz B9 Prime Coat 0.20 Gallons/SY), per Gallon GAL 4,459 f ;.-. ,#7 7 .h . - �` A.x� "r1 w r ,fi ,•BIO Seal Coat,complete and in place per Square Yard. SY 21,325 r4, '.� 41 t,„ , t Y, -., BI 1 2.5"Type B'HMAC(Includes Tack Coat),complete and in place per Square SY 21,325 i r,J 1 ,: ,-,'„'' +. 1 B12 2"Type'13'HMAC,complete and in place per Square Yard. SY 21,325 1 11 C r ? t 1 • ?}a and .. B13 Full Depth Pavement Repair,complete and in place per Square Yard SY 25 , , ,`t ; 814 Std.6"Curb and Gutter(Incl.Limestone Base Beneath Curb to 2'B.O.C.) y� •.= � tt1 }.t t.r + ' I F 9,005 ; . a=' :'.1 :J t : complete and in.lace.. Linear Foot I. r . ° B15 Header Curb Monolithic w/ Sidewalk(Height Varies), (Sta. 63+00 - Sta. ' if ,., -� ,.t" f'1# 3�t+.4.,,. 68+25 South Side corn•tete and in.lace• Linear Foot LF 314 l+ x r 4#'3r k .b. r'vra.,---r 'ls B16 Concrete Driveway,complete and in place per Square Foot. SF 10,551 1 , 7:1-%4' . ',,r�« ' I Reflective Pavement Markings TY.1(W)(24")(SLD)(100 mil)-Stop Bar, LF 148 ' t. r i 'Y' �'a: 1317 ����+ ' coin•lete and in'lace•- Linear Foot. i'.s -41;' a ' ;, B18 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 mil)-Crosswalk, + corn.lete and in.lace•- Linear Foot. LF 116 �� s �t` Reflective P a v e m e n t Markings TY.1(W)(12")(SLD)(100 mil)-Crosswalk, ry 632 `'. ''''t 1 0 4 �. r . `a.yr Y. B19 corn.lete and in'lace.- Linear Foot. •`'' Proposal Form Exhibit A Page t of 12 McArdle Road Improvements-Proj.No(s)E12097 E12■98 00 30 01 f 1 - �----_- -- -.- ------- -__----- - - -- — iI. �, ,t)V't Lr'Ill(3) ,4 ref U:ali -fli � Nil I ,•,,,�G7t;rr L I' Reflective Pavement Markings TY.1(W)(8")(SLD)(100 mil),complete and .0-..--- •B20 LF 589 '' r in.lace• Linear Foot ' 1ta " ' * — Reflective Pavement Markings TY.1(Y)(4")(SLD)(100 rnil),complete and i. :: 1 ;b=' ' Ii :, ,` B21 LF 8,124 �� (...,,,,:t „, �, L in•Iace• Linear Foot. .„.:�s ,.r.,' E ( B22 Reflective Pavement Markings TY.I(Y)(4”)(BKN)(100 mil),complete and LF 1,840 \ F- . 1.� ttt'7 .. in•lace•er Linear Fool • w '�i -,* -3 \.• B23 Reflective Pavement Markings TY.1(W)(4")(SLD)(100 mil),complete and LF 8,025 } t, r rx in.lace•er Linear Foot. 1,12.... .....:. x ? Wa t,4;--� - Reflective Pavement Markings TY.I(W)(4")(BKN)(100 mil),complete and , - f aY ` f _• B24 •lace• Linear Foot LF 102 , tt ' � �j Prefabricated Pavement Markings TY.1 (W) (Word) "only" (100 mil), $` 1s s :;��;7, ,4,,.'[-,-. 1-: B25 com•!de and in•lace• Each. 5 �+ ` ,. � Prefabricated Pavement Markings TY.I (W) (Left Turn Arrow) (100 mil), ,? :r a t 3 :� - ++ B26 coin•Iete and in•lace•- Each. 6 * ., ,j 2.1"..r+,1-•;kr.. t$-" ;*•, '. " LL., . B27 omebricated Pavement lace t Each. TY.I (W)(Right Turn Arrow)(100 mil), EA 5 ' " ?� E r� r -- �z. Prefabricated Pavement Markings TY.I (W) (Combo Straight/Right Turn ,a� 'igJS, h r: B28 Arrow 100 mil com•tete and in•lace•- Each. EA 4 Y' fit..>, rr ¢ B29 Prefabricated Pavement Markings TY•I (W) (Bike Lane+ Straight Arrow) EA 37 '"'' t} ' 100 mi com•late and in•lace• Each ,,c-, +-..I,:4..1.- ,4 I`I#.l+s- t' as Raised Reflective Pavement Markings(TYII-A-A)Yellow,complete and in - "';'4-Y.•.,-'''',11;'4'4'.,•1.-r, - • .;_ B30 lane• Each 164 -j ' 4. ,t w a 9 Lt. Raised Reflective Pavement Markings(TYI-C)White,complete and in place '�:i�`{ 'i � B31 Each. EA 30 a�',- , !t :. r Raised Reflective Pavement Markings I-B-B}Blue, complete and in '* t'r' ,2 x Wit,i B32 ,lace•erEach. gs ( F p EA 19 rr�. �t Y ' Advanced Intersection Lane Control Sign(R3-8)(Including Metal Pole and " •+''i`` , t { s; } 833 Screw-In Foundation coin•lete and in'lace•- Each. 1 - .� r 4.v,,. `-1.1,: ` Advanced Intersection Lane Control Sign(R3-8 LK)(Including Metal Po : -,t rr r B34 EA 1 t :r;.1.4.1"; vro. , •L� �`41 1 ? ' and Screw-In Foundation coin•etc and in•lace• Each t,..• .-;. -.-.:,,� '• B35 Speed Limit Sign(R2-1) (Including Metal Pole and Screw-In Foundation), 3 °a, i#k + �� Fs it c com•lete and in•lace•- Each, r3$=c -,-lu ELL,..-., h V.,-,t,.2:7''. '' V. Stop Ahead Sign(W3-1a) (Including Metal Pole and Screw-In Foundation), 773}'s �'t; 1r44,!``-'1+T , x?`" _''• ' ' com•lete and in dace•- Each. i` ...1t__ ,_� ' _. : B36 EA 1 a 4"F. • -,r tl,•t •• -t Bike Lane Sign (R3-17)(Including Metal Pole and Screw-In Foundation), -- ' r,r fir�-, + B37 com•lete and in•lace•- Each. EA 6 9:3 , . -;�11. t:;`r t*. `i,-.:-------3..,-, Li B38 Intersection Warning Sign (W1-7) (Including Metal Pole and Screw-In 1 �` —a7 if Foundation corn•late and in•lace•. Each. &-+ .t..;h �'�a`4#� • i , ; Begin Right Turn Lane Yield To Bikes Sign(R4-4)(Including Metal Pole and : ""7.4.E �- . ' B39 Screw-In Foundation corn•late and in•lace•- Each 2 l .ii4 ,, `i. 11 1. .�y "=. LI- 1340 Combo Stop Sign(RI-1)/Street Name Sign,complete and in place per Each EA 16 �' � r Bike Lane Ahead Sign (R3-17AP) (Including Metal Pole and Screw-[ { � �+�� ti �. B41 Foundation corn•late and in-lace•er Each. EA 6 l ir,,", , Eli,' B42 No Parking-Bike Lane Sign(R7-9A)(Including Metal Pole and Screw- 6 "ri # ...%:77.Z.-7774::: i 1 $ Foundation com•lete and in•lace•- Each. �' u F , B43 Ahead Sign(SW 16-9P),complete and in place per Each EA 2 4. - gf kj ` .t t. Flashing School Zone (Including Metal Pole and Screw-In Foundation s�- ` s+ ' 01:4 -..:71... ..., B44 com•lete and in•lace•- Each. g )• EA 2 't...c..'4-- i '�14t,`.`.,,� r- Solar Powered Continuous Flashing Stop Sign,complete and in place per z' 7,„�s, ` z . '} n i B45 Each. 1 KI *,. " 4 1 .2 ” f x B46 Solar Powered Continuous Flashing"Stop Sign Ahead Sign,complete and in EA 1 �' +�5 r �� r, tit. •lace•- Each. :*' a 01.,• - :-,+ "'. ,+.=-Y x,, B47 Silt Fence,complete and in place per Linear Foot. LF 62 ,t 0.11:!,.k 4`" B48 Inlet Protection,complete and in place per Each. EA 34 ""t"a�' r y B49 Revegetation(Hydromuich),complete and in place per Square Yard. SY 4,700 ? Si " col"1-.7%..K. a r t...:1 B50 Pull Box for 2"MIS,complete and in place per Each. EA 91" .,.--.4-..-t1.,1 4 , , B51 2"MIS Fiber,complete and in place per Linear Foot LF 4,676 4d r- r Remove and Replace Existing Wood Fence,complete and•in place per Linear c ~' t • H52 Foot LF 319 ;rxuo -"$ ,r nv:T�'Fr "{ Remove.and Replace Existing Chainlink Fence,complete and in place per LF 57 ?It" ?' , ',r t '' --Lai 10,- ( B53 Linear Foot '' Proposal Form Exhibit A Page 2 of 12 McArdle Road Improvements-Pro).No(s)812097 E12098 00 30 01 L . Li ,.. 1I 1.1 1 >) { dl -,Irl, ' l[,Et i , ,i -,..i. nr K, k' ,.„,v,n) is ,,(el !`"1.1 Li. .. B54 P m.- LF 232 . .e` ... '-; ' '' '"i"' ItOwner Sta(82+57 to Sta.85+03),complete and in place per Linear Foot. `/\ SUBTOTAL PART B-STREET IMPROVEMENTS(Items 01 thru B54) w` r>,..4q9;:;-‘;tt, {'~`�i L = figi..3t+ . ., . ; •. PART C-RTA IMPROVEMENTS Cl Remove and Stockpile Benches and Signs(Includes Coordination with RTA), LS 1 ,} , z „. Li- complete and in place per Lump Sum. ° 4 , nr i' C2 8"Concrete Bus Pad,complete and in place per Square Foot. SF 8,700 s 4, ---r eu , q-'.:_,41,�1 . SUBTOTAL PART C-RTA IMPROVEMENTS(Items Cl thru C2) i',F-,,„ 1 LI—. PART D-ADA IMPROVEMENTS Remove Existing Concrete Sidewalk&Curb Ramps,complete and in place 1 i ,,a i ,.i ri. ,4l In Li , Dl SF 9,824 _ {� ,. per Square Foot. is � F k _ . .� 'P- x ,.., D2 Concrete Sidewalk,complete and in place per Square Foot. SF 35,370 ,y-,. is *I 11 jh ,Y . D3 Curb Ramps,complete and in place per Square Foot. SF '4,568 -.,i,..1 x t SUBTOTAL PART D-ADA IMPROVEMENTS(Items Dl thru D3) V ;' ,1;);T`.r•,-. PART E-DRAINAGE IMPROVEMENTS El Remove Existing Grate Inlet, complete and in place per Each. EA 2 .,, - .k „u r ,� r Win: l zt4itt ;+_._ ,x 0 .. E2 Remove Existing Storm Manhole, complete and in place Each. EA 12 ., -f.'TMia :'` 'i F" I'e g 0. P P per r �1,� E3 Remove Existing Headwall,complete and in place per Each EA 1 'r> ,h ; --- a E4 Remove Existing 24 SET.,complete and in place per Each EA 1 t y .; - E5 Remove Existing 12"RCP, complete and in place per Linear Foot LF ' 3llit-i. .-1.:4,g1-4c. i, . ,h!" {. E6 Remove Existing 15"RCP, complete and in place Linear Foot LF 412 4 � •ta £ Ei 8 P P per Pr..GF ,. t .ii".,, x7ts a..• E7 Remove Existing 18"RCP, complete and in place per Linear Foot. LF 794 r h 11�p µ6s, vi, - E8 Remove Existing 21"RCP, complete and in place per Linear Foot. LF 28 ra ' y+ [ +2 ' " 4 4'1. ` l •rf! "�`'.""44:.z.; E9 Remove Existing 24"RCP, complete and in place per Linear Foot. LF 965 RIO'; _ i4,- t,�-sue E10 Remove Existing 27"RCP, complete and in place per Linear Foot. LF 805 tV4--.,,,, .s r* Ell Remove Existing 30"RCP, complete and in place per Linear Foot LF 221 r .,� Y, � , ,,,. E12 Remove Existing 36"RCP, complete and in place per Linear Foot. LF 229 . _ I }' ?rc a rite~ El 3 Remove Existing 42"RCP, complete and in place per Linear Foot ® 536 1' r-- t: to �,„......4... E14 Remove Existing 48"RCP, complete and in place per Linear Foot. LF 688 x •. "° ,• E15 Remove Existing Junction Box,complete and in place per Each. EA 2 'w ` " El Remove Top of Exist.Grate Inlet&Convert to a Post Inlet,complete and in LS 1 ` � M ` lace Lmn.Sum. ,-r z �"!;`+t .}ex ., w41.,4. ',_t: Ell 18"Class III RCP complete and in lace Linear Foot LF 841 i ' '�." . � ""i./-as I 1.4',1111,'...7'.,,,„„ L.. E18 24"Class III RCP,complete and in place per Linear Foot. LF � t : * 'i : ti s' .. =1, _ - i6 -•.•=+wig_ AU:-- .--..:: 1 El 9 30"Class III RCP,complete and in place per Linear Foot. LF 1,351 0:-."'+g,; :. i1•'..`,� . 'fir ��'+'"i _ L;- ..__( E20 36"Class III RCP,complete and in place per Linear Foot. LF 411 i r - 'i[ 't i9 L Proposal Form Exhibit A Page 3 of 12 McArdle Road Improvements-Proj.No(s)E12097 El 2098 00 30 01 i LI , - _.— - - - - -� ;M J J l\I;I t, i _ If j. . i)';L( 21 }t;{u'l I oj∎t}I 1[ G';tl_t la a_(r` 1-''' _00 ?0t0.. 1J t�14 1 1■ LI-. E21 42"Class III RCP,complete and in place per Linear Foot. LF 239 t. ° R tt C E22 48 Class III RCP,complete and in place Linear Foot. LF 50 � �x " P P per 'r .r :}'"Ei, y.;a, -"Y2', ikt--- E23 4'x3'RC Box Culvert,complete and in place per Linear Foot. ® 776 t}'�`' 3.•.'' 1h'`T'Li' , E24 6x3 RC Box Culvert,complete and in place per Linear Foot. LF 707 Er- - r °r r LE25 Trench Safety,complete and in place per Linear Foot. LF 9,291 ,, +y ,x • i:1,1 E26 4'Diameter Type'A'Manhole,complete and in place per Each. EA 8 j °F r ii ` _ - £27 $'Diameter Type'A'Manhole,complete and in place per Each 4 I'7". ..±; ` I i J. , M LI-- +7-77-7,- --,7-7,- E28 6'Diameter Type Manhole,complete and in place per Each. EA 1 n q-3 -, 7-_., E29 Type'C'Access Manhole,complete and in place per Each EA 8 -1-y*&r!`" ;'l -� µ a JB:1-Junction Box/Manhole at Station 59+91.26,complete and in place per " 4"- fir`#• A ' + -14;4:4 E30 Each l -. .?-1:-%: • "":-t--.4. F } . `-;f JB:2-Junction Box/Manhole at Station 66+31.50,complete and in place per ,7 1' . . t. '• ����* E31 Each fit.: _. _o_ rax JB:3-Junction Box/Manhole at Station 96+59.65,complete and in place per � I ? } E32 Each EA 1 } ..11- r 444-2,',::,.Y v i i.1' 1 .i JB:4-Junction Box/Manhole at Station 97+04.46,complete and in place per 1 t{� - , E33 : ±„t , Each L.:L..r, ,,.... , ra(1 E34 Manhole Trench Safety,complete and in place per Each. EA 25 k+�, *1 ci r� u E35 New Headwall,complete and in place per Lump Sum. LS 1 3 G;� +H , -# ,-1:37,;1 • Concrete Slope Paving(Includes Adjacent Grading),complete and in place A s r b+`�i t r-- r;., E36 P J P SF t w _^1 � M` � • rS.tams Foot. ti m om ..i = -, ..x •c LI . E37 Connect Proposed 18”RCP Lateral to Existing Curb Inlet,complete and in EA I 1T' ,, ry` . t' i'" + r •lace.. Each. r .. _" t •1 f:..i*,i.4 .:x -1; Ei. _ Connect Proposed 18"RCP Lateral to Existing Junction Box,complete and in •i r z ;;' y� Y,,,;' E38 .lace•- Each. EA I ,:'n... :.. `ey 4- ,`:T. :: �. E39 Adjust Stommwater Manhole Ring and Cover,complete and in place per Each EA 24 •• # i 7 '-;i1 `a x-,F.. E40 5'Curb inlet,complete and in place per Each. EA 20 r+-*'"` .*...:23'.,- r..1 # a £ E41 10 Curb Inlet,complete and in place per Each EA 2 *,' Unanticipated Utility Allowance(MANDATORY),complete and in place per S a : t „:.g_4` E42 l . Lulu.Sum. c k ,. . if .1:lf % :, Ft1- LII y SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(Items El thru E42) PART F-WATER IMPROVEMENTS El. s i F] Remove Existing 6”ACP Waterline,complete and in place per Linear Foot. LF 439 s1� (? 4. :)....4,,, -- F2 Remove Existing 6"CIP Waterline,complete and in place per Linear Foot. LF 46 • . `` 4 t 1`i ` a F3 Remove Existing 8"ACP Waterline,complete and in place per Linear Foot. LF 2,720 Pte'" x,. 'Y . ; , r_,i0-..-.4....; •�p . .r�.sc.,�•5�'n<`-� t'1� r,A .t- ,..fie F4 Remove Existing 8"PVC Waterline,complete and in place per Linear Foot. LF 75 in,-- s y d c,s'.,,,• .J..;•F$ Remove Existing 12"ACP Waterline,complete and in place per Linear Foot. LF 2,053 £ .; F6 Remove and Salvage Existing Fire Hydrant,complete and in place Pce Each. EA 12 w•_� fr=? 1,44- tt �'u ` } ,I iX .. pr . Demolish and Replace Existing Water Vault with New Water Meter Vaul 7 complete and in place per Each. t' EA 3 . iT-F F8 6"C900 PVC Waterline(Intl.Horizontal and Vertical Bends),complete and LF 152 1 1 in place per Linear Foot " ± F9 6" Ductilic Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends), 1? „' 'tom LF 176 ,arA�_ LIfr i '`' r.`.*[<i,Mr t • ? ::t_2R'2:7d -.its.'' ,complete and in place per Linear Foot. I -_:u Proposal Form Exhibit A Page 4 of 12 McArdle Road Improvements-Prof.No(s)E12097 E12098 0030 01 • I 1. r E 1 „ - i I r �i� 7tit V➢ i■ »:1L 8"C900 PVC Waterline(Incl.Horizontal and Vertical Bends),complete and ® -- . 9 t y� �3 ras F10 LF s � 17-." : , . in•lace•er Linear Foot.Li_ 8" Ductilie Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends), acv"»= f? ' Fl l com•lete and in•lace• Linear Foot LF 60 � � e � �r 12 C900 PVC Waterline(Incl.Horizontal and Vertical Bends),complete and • 157- T .�1P ; r ,,, l:' f F12 " LF 3,981 1 r� + � ' � in•lace• Linear Foot i 12" Ductilie Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends), i x°'",„: „7. " ; ~_.. F13 com•Iete and in.lace• r Linear Foot LF 794 * r#7 ,a,+- .. -L•w El Li_ Trench Safety,complete and in place per Linear Foot. LF 10,579 4 L ', a� 7 i1#f -.......,I— F15 New Fire Hydrant Assembly,complete and in place per Each. EA 16 t +kk�7,„1-,1;:t.'4---1: a j IA F16 12"Tee,complete and in place per Each. EA 2 ;r '1 t - T.`:`.,1'33::•.>i • r` _� LI, F17 6"Tee,complete and in place per Each. EA 1 ; ,y4' w__ L '.-A. `' 'a"{ '4.' .4 .'"'t ■ r F18 12"Cross,complete and in place per Each. EA 1 .1 * -,-•• •- `If �: � Jr: ci._., F19 12"x8"Tee,complete and In place per Each. EA 8 '}` } } h m F20 12"x6"Tee,complete and in place per Each. EA 10 f} j.:•+-� ! r3 `.-4..., U:.1 F21 16"x12"T complete and in lace r Each EA 1 . } e� P P per ,: - f . ,,' F•? F22 12.x6"Reducer,complete and in place per Each EA 2 C 1 F23 6"90 Degree Bend,complete and in place per Each. EA 2 !f `, 3 r 3 F24 12"90 Degree Bend,complete and in place per Each. EA 2 r + � LI F25 12"Gate Valve&Box,complete and in place per Each EA 22 { 3 �bf• r , F26 8"Gate Valve&Box,complete and in place per Each EA 12 } ?,, {, t,, ti., ; F27 6"Gate Valve&Box,complete and in place per Each EA 9 y-,- ,={l ' "5:��.Fri. .f•:,._... r•.- F28 16"Gate Valve&Box,complete and in place per Each. EA 1 � ± ha Lei • '' ; �' 1 e,..: F29 Omni Coupling Connection(12"),complete and in place per Each. EA 3 :y ''few .',a•'ti�'` , F30 Omni Coupling Connection(8"),complete and in place per Each. EA 5 t1.1";:.,',' T. .r_; t ` r#,s '' F31 Omni Coupling Connection(6"),complete and in place per Each. EA I 1 1i '• ',":".","'`'W�'� _4 „ �. ,fir �,n �. �. -�'�' �w'-c� 1 F32 Adjust Water Valves,complete and in place per Each EA 59 r < + �tst -■ Temporary Connection of New Water to Existing Water(Incl.All Mat7s& it F33 EA 3 .. rr 4 1,."vi l . .: Coordination com•late and in•lace• Each li t,, New 2"Water Service Incl.Service Saddle,Service Line and Water Meter '2,-.'..-.•• k t? x ' Bo corn late and in lace•er Lum•Sum. LS 5 ;., �.. �1, r t ; F Unanticipated Utility Allowance(MANDATORY),complete and in place per r k4, t LS 1 Lum•Sum. SUBTOTAL PART F- WATER IMPROVEMENTS(Items Fl thru F35) ,"E . `t w`f el' PART G-WASTEWATER IMPROVEMENTS GI Remove Existing 12"PVC Forcemain,complete and in place per Linear Foot. LF 495 11• "lt • I r --1-:‘----.' -A- Remove Existing 10"VCP Wastewater Line,complete and in place per Linear LF 15 .1,=1,2.4.-1,-.., x a -.1,. ' , Foot. IRemove Existing 15"VCP Wastewater Line,complete and in place per Linear x z a L. G3 Foot. LF 4,163 4 .,f ''.-4‘,...-,t"‘.-.. . , ao '2vog '%"u, G4 Remove Existing 8"Wastewater Line,complete and in place per Linear Foot. LF 60 �m F�o.( , 1 05 Remove Existing 6 Wastewater Line,complete and in place per Linear Foot. LF 41 i, • :• Er d , , , IL, I • - ti . Proposal Form Exhibit A Page 5 of 12 McArdle Road Improvements-Proj.No(s)E12097 E12098 00 3001 tal L 1 --------„T -11--,T ty',t ----7F— 7 -- --1 --7 f!) 'jt't,�'ir.)' e:vi 1, _ l' 4 P=art I 1{;1• � ) in z`bE)a e tit Cad sdi L/... G6 Remove Existing Manhole/,complete and in place per Each. EA 11 - - r.1.; �.sf k+ `•t' .s•i. •+� p Rubber End Seal on Existing 20"Steel Casing(For 2"MIS conduit),complete ,• . • #. 8" ,,;. "��"'.' _ 07 and in.lace.- Each. EA 2 ''�" ;„* .. ;� E4 (\.. 08 6”SDR26 PVC(8'-10'),complete and in place per Linear Foot. LF 49 { --,+-1 r � k 7T 1 r G9 8"SDR26 PVC(8'-10'),complete and in place per Linear Foot. LF 18 , . } ,l?+f i :' _,�`.. Li • G10 10"SDR26 PVC(8'-10'),complete and in place per Linear Foot. LF 15 'Kt."'Est r-,`�h r`�y� -F- G11 18"SDR26 PVC 8'-10 ,complete and in place pa Linear Foot LF 340 i• t= ''.'14'.."44:: ','t . x .4 f t N rrmi�, �n G12 18"SDR26 PVC(10'-12'),complete and in place per Linear Foot LF 1,425s� r, Et * ;° + 16 1� G13 18"SDR26 PVC(12'-14'),complete and in place per Linear Foot LF 1,425 t - : Y .1? )j�'+,�# ` -; 014 18"SDR26 PVC(14'-ib'),complete and is place per Linear Foot LF I,513 ,',le�+ :+- e s s + ++x Er . G15 12"SDR26 PVC Fora:main(0'-6),complete and in place per Linear Foot. LF 36 i ,+_ ,' i G16 30"Steel Encasement Pipe(Directional Drill Installation),complete and in 105 11$� � : R r � tit a r, LI .lace•- Linear Foot. ea u gX �...:.- •. _-••:.:017 Pipe Trench Safety,complete and in place per Linear Foot LF 4,821 0 vJ, �.r to • `-k'1 Y t..r . i t gtr;1 tl t,;.F G18 4'Diameter Manhole,complete and in place per Each. EA 9 `` {}tl Lt019 5'Diameter Manhole,complete and in place per Each EA 3 4,?, °' k',`j{ "tt ..4 G20 Manhole Extra Depth(>6'),complete and in place per Vertical Foot. VF 69 Y"' ' ; { , ) r f. 1.1. . G21 Manhole Trench Safety,complete and in place per Each EA 12 .6 �.,. ;44—) j f - G22 10"Drop Structure,complete and in place per Each. EA 1i_ :,i , rl1•` •r 1i G23 Adjust Wastewater Manhole Ring and Cover,complete and in place per Each. EA 14 `F` h�t t,•. 7 r.. ,j. c -`� Li - G24 Rehab Existing Manhole with F/G Liner(4'Diameter)and New 30"Ring and 1 €;• a * ;1 Cover corn.ide and in dace. r Each. e r Rehab Existing Manhole with F/G Liner(5'Diameter)and New 30"Ring and F....:11.-1,.:,.'d , ) ''''Ti't ;. G25 •, _. Cover corn.lete and in,lace.er Each. 1 • + ? '-rhI`i,,"�...:L .•�- Reconnect New Apartment Complex (East Side of Ennis Joslin Road), :- -` + .� C ' ,:,,f;:. Li,) G26 is 1 rn K.8-� +, k , ri r-,. corn=fete and in'lace• Lum.Sum. _ 2 . Connect Proposed 12"Forcemain to Existing 12"Forcemain,complete and in r 7'- .I , 17. > .,, �i 'µ 1 G27 EA 1 Tr`e w', ti .lace•erEach. Mission Rubber Coupling Connection 10"PVC-10"VCP,complete and in ti ••i{{l ) i}4 i ': Efy G28 P 8 ( ) P EA 1 ;ti h s(. J + , .lace•er Each. r - ,;' 7 •_' h 4 two s,- 029 Mission Rubber Coupling Connection(8"PVC-8"VCP),complete and in 1 �r i: j i:a,- r` � lace.er Each. Uri_ a '- , i <1:�;.1 At w j qa, . r h"'�a+' e, G30 Wastewater Bypass Operations,complete and in place Lump Sum. LS I ,_ � - ,t c r 031 Unanticipated Utility Allowance(MANDATORY),complete and in place per Is 1 ` �..' i t7k ' j Lulu.Sum. - ri""* 8 e.. SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(Items GI thru G31) x, .. G* ; PART H-GAS IMPROVEMENTS 1 Remove Existing 2"Gas Line(At Storm Laterals),complete and in place per gf ' .-c-- :1-ft,:• t '4'� t_. Hl Linear Foot LF 100 o. p ".•rm. fit:+ , Backfill Existing Gas Service Adjustment,complete and in place per Linear 488 x t„‘4-17-41k-v-7 _mo :t.,,,, p f 5 '`�j 4E, .; Foot. ..,„-1., '_ , ?r`1-.eta` -14~- LI'. - H3 Backfill New Gas Service Trench,complete and in place per Linear Foot. LF 173 G -.' ,;'t,- _ . r• H4 Adjust Gas Valve Box,complete and in place Each. EA 6 a7 'f' t`Vw> ,'.'.„-2'.jh , Adjust x, P P per ; 3 ';?k„ $,_. � ,'' ,.;::< $1•a'o-s- # a. HS Unanticipated Utility Allowance(MANDATORY),complete and in place per I ? ,4, ;. '; 1 1. _ LI,..r Lump Stmt. " SUBTOTAL PART H-GAS IMPROVEMENTS-(Items Hl thru H5) f ,;�; _ 1 L. Proposal Form Exhibit A Page 6 of 12 McArdle Road Improvements-Prof.No(s)E12097 E12098 0030 01 d- LI -——-----1 ..-■• ----1E—------ 1'' 7:4:■19,,'J. , .,• •HttNI.11111, ,41.11 ■1,(_. t• ,21,..,:,.0•1'il(Os' 'I - L i, It L . ,,,..1 ,,,,,■:,i ,,,, t ----- - - - • • .- • • Li . 'SUBTOTAL PART!BASE BID IMPROVEMENTS(PARTS A THRUH) - LI, C PART 2 IMPROVEMENTS-Nile Drive to Whitaker Drive PART I-GENERAL _. II Mobilization,complete and in place per Lump Sum. LS 1 L I te_.*;, • l'::':-...:34-1 -':'', 11'.111,''',.-.•':-T,t-Z ,i0.1Z-1-4' 7•7"-.."-->jr,a.L__!..'.-1;':••4-.44".:(41-1,..• 12 Storm Water Pollution Prevention Plan,complete and in place per Lump Sum LS 1 -=- . LS 1 P. '-vT.'.;:.,7;1,71i;:-.. Z3'.14-`-+.1r:'..;.'-rJ-- ! 13 Traffic Control,complete and in place per Lump Sum. LL,„,„1;-,'.-"-*'•" ,v,--„,,--,-`,.,;t•-."'-'1-,.., ±-,■-' . _.•,-3 ,-7'-•-;'''''''i • Ili:.‘41-+-t.t:-.t-4i-1'4;',,t.., .; LS I it..•...,-1"'-I.:-.T•1:;.:7', LI- 14 Exploratory Excavation,complete and in place per Lump Sum. ..'..t"-.7.7:7:•-•--'-:',' . 4--•-•,1‘..f1,1t..,;_-.1 DAYS 5 L,.._. .', .,: ,1-' ' 1 '. i:r-',.,r+,3'"ill'A D...54- -:.1;.• :',=I, 41.1 15 Ozone Action Day,complete and in place per Day. T1';'7:'''' ' TOTAL PART I-GENERAL(Items 11 thru 15) c- TOTAL J-STREET IMPROVEMENTS . ,--.7 . irr-7773=-17-77 _. 7--, .- ---:...]- --.. 4,.-----:, --.-4 L.. LP 2,613 . - • 4,i-4,::,..,-.•_.,,,->ri4-4--,---:.,-;--,1 JI Remove Curb and Gutter,complete and in place per Linear Foot. q-:7-77.7-'771rF.,-:-,-... ,...-,i:,-,.:-, ..” . Vt' • -: - -1[.:','..,`• ---,'-•'-::::- 4' 12 Remove Concrete Driveway,complete and in place per Square Foot SF 9 653 if,t,-*. .777i 74r- Etf- 13 Mill 3"Existing HMAC,complete and in place per Square Yard. complete SY 26327 K:.--- .'•---- ,iL,--•-•--4—,--, 26'327 93"Pavement Reclamation(with 5%High Early Strength Cement),comp sy J4and in.lace.- .uare Yard. --.• -'..'--4 .-, ,-- _,''.T-,1%.,:.. :Lc I fijg• . . . '-.4=,,':-.;':l:g".7,-;.:;:,-,-1:.--v.4 L ii 1:", -,--_,_„,.,,.-., .(_iLl:Zi.'-,...,•.&.-,,-L-.6. i 35 Prime Coat(0 GAL 5,266.20 Gallons/SY),complete and in place per Gallon. .. .,,k.; , ,,_. .,..,_*3-'04.L„..11' !: SY 26,210 , i -r-, . -- .-- J6 3"Type'D'HMAC,complete and in place per Square Yard. ,',- -.-1-'-'-'9`.""'"---7. f t.-'- ' •I ,,,-q-: • i.t' 1'., 'ei ' ' I•-'•-b-•''.."1-• ' '; LF 2.613 n'• - _ .,...1. -, .-• .n: .17 Std.6"Curb and Gutter(Incl.Limestone Base Beneath Curb to T 13.0.C.). 1 coin'late and in.lace•- Linear Foot. - l e." 38 Concrete Driveway,complete and in place per Square Foot. MI 9957 tL:.'" A1 r in Reflective Pavement Markings TY.1(W)(2e)(SLD)(100 mil)-Stop Bar 194, I -- com.lete and in•lace- Linear Foot. ., i.,_ ,,.,,,1-t'tt,', 11.+-' 1 LF 1,195 lig.';f. --1..- _ , t.,.1 , in Reflective Pavement Markings TY.1(W)(12")(SLD)(100 mil)-Crosswalk 4 3'''' coin.lete and in.lace.- Linear Foot. .z... •- ,',,`,,4-- -1-,--,L.A., "7"12:1 -,ti.f.- .-,1 L.. LF 404 liaT,:::,=-4-. ,...q.:-:::,.:,...„,..4..1.:.4....,..,.,.:::44 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 mil)-Crosswalk, I. e J11 nom,int,and in.lace• Linear Foot. 112 Reflective Pavement Markings TY.l(W)(18")(SLD)(100 mil)-Crosswalk, .i., creflec'lettivee andPavinem.enlacteh.4a-iid Lningears TyFoo.1 L(W)(8")(SLD)(100 mil),complete and LF LF 84 100 li'ii.4... '::. ... •4,1_,4 r r) 4, ,...4, 1 3- in•lace•- Linear Foot. '''-'-~.•-- *I E77:77•17:11,-7:47;;11, LF 9,293 :,E--;:14.--. J14 Reflective Pavement Markings TY.1(Y)(4")(SLD)(100 mil),complete and in.lace.- Linear Foot. --,---------1144.:", .4,i'•,•.:,,:.',3-...4. .444 -; 11:"-:',--...: 1 II,. k"'' "-.t..1 LF 2,488 Liz,=7..,.:-_-:. -Ltua2 . .._ ,, Reflective Pavement Markings' TY.1(Y)(4")(BKN)(100 mil),complete and 3- in.lace•- Linear Fool •z77-:—. ' • ' .--.7.- --T7':.74)-g,41.' •i I-.1 Reflective Pavement Markings TY.1(W)(4")(SLD)(100 mil),complete and LF ' -o-t- - .. 9,983 .1-'-',,4-=. , "", ,.•r-‘1'+' ',...:},,,, .....,,,,r-i2-41 J16 _____0 t ; in dace.- Linear Foot. Markings TY.1 (w) (Word) .pnly., (100 mi i.7 Prefabricated Pavement .1). EA 1 F.i.717:-:::.;'--'.;•..A[lit.-1..:: :ii.4.c'..04,...'.12:-:?-''.-• 3.' com.lete and in.lace.-• Each r J18 Prefabricated Pavement Markings TY.1 (W) (Straignt Arrow) (100 mil), EA 3 mi,.;,;..7-,g,-;.:.-.-0'i-7:F''.'kF.,?•R.3;%1 corn•fete and in.lace.-, Each i n Prefabricated Pavement Markings TY.I (W)(Left Turn Arrow)(100 nil!), EA 2 'Plf:7■:--C-1 =-7 ::'..-,'.1.`11q-__.-L:','_,.1 ,,.>. 3'' coin dete and in'lace•-4 Each. V.i:-.•?:.?-iK.,-1:‘!!0 :, 2 kl.,_,..„12•7+. ,,,-,, „4:111:',1,21,1,-L2.. ,--..-, T r . no Prefabricated Pavement Markings TY.1 (W) (Combo Straight/Right Turn EA 'lace.- Each. .,„,.„.'--, -,1!,•,,,100:!1'1 :44 mil corn 1 .lete and in.1a EA 32 iEttef„.-:4..'4.....-.. .02';',.-_-::-.:::-'12,kr- I';•,.-= PArrrefoawbricaMted-Pavement Markings TY.1 (W)(Bike Lane+Straight Arrow) J21 100 mil com.lete and in.lace.- Each. r'-ff',0• :e4",:',`-t--4,,';441:1",,k,- -.,Ff'',. .tliE:F.4,t71.V.,.•za.1`.,7 , U..Z..- Isla,.- .„„.1/2,,f;;:,,, ;0. - • ....r 1 J22 Raised Reflective Pavement Markings(ITII-A-A)Yellow,complete and in EA 217 .lace.er Eac.b. • ., -- Proposal Form Exhibit A Page 7 of 12 . ents-McArdle Road Improvements Pro).No(s)E12097 E12098 00 30 01 1 _______ ,______ ____ __ _ ir -" --;-_-7_--_---LTT::-,r--------,-----------------, ,P,, II 1):,:cq41:11',,Q),,` ■I 1, i1;' i , , , ,,, !, r4;IIt PL'I9GLI. I.L,'1..101. ,to(OIA'11 . 1 __. , LF. J23 Raised Reflective Pavement Markings YI-C)Whhe,complete and in place FA 30 1 - 124 Raised Reflective Pavement Markings (TYII-B-B) Blue, complete and in .lace.er Each. Lane Ends Sign(W4-2R)(Including Metal Pole and Screw-In Foundation), EA 12 rtf*-4'd*.11.4411i'f!pd r''','"Ii'll'i:-..ibt'llt4-.1.,'PjA J25 EA LI _ coin.lete and in.lace.- Each. Bike Lane Sign (R3-17) (Including Metal Pole and Screw-In Foundation), EA J26 5 ... -777- 0.7 ..,,:..74-'...;-■tAli-''•-;.,- co .tete and in•lace. Each. -" ..I--t*t:4'''.'tiri7-'A,. ',.4'','tr,J'' .st:;:',..%•1;i End Sign(R3-17BP)and Bike Route Sign(D11-1)(Including Metal Pole and EA r'-'&1.1" --'-----ir,"-...'4.-!".r.7-• ..,:t' •.:',"...-...' '--=-.!..tr' Li-- 127 1 Screw-In Foundation corn.lete and in.lace.er Each. r:' ,;4:;21 .:,..:11,:-..---._.....1%-ty':;:-_-?t,-.-ix School Crosswalk Warning Assembly(S1-1)and(SW16-7P)(Including Metal J28 EA Pole and Screw-In Foundation com.lete and in dace. Each. ,if fi,,..-1-,-i'4•-••.; ,L, -, -__,....,...,--,:,-,E.,. .. 729 EA 2 School One Way Assembly(R6-2L),(S4-1P),and(S4-6P)(Including Metal • . Pole and Screw-In Foundation corn.lete and in LI . lace• Each. 1 F,, ..,......., "...,. .,,..„..,..,..,.,,,..., ...„,,, ,,....,„,-.4:,-i,:-.„,„. J30 School One Way Assembly(116-2R),(S4-1P),and(S4-6P)(Including Metal ,,,4..,.,.,,4, „L•-..i% ....1.27, i 7::„.''.3Z"1 1 EA 2 Pole and Screw-In Foundation corn.late and in'lace• Each. i2ii115-, i3...,.'.l''':i'.1'..71-•': '='' Stop Ahead Sign(W3-1a) (Including Metal Pole and Screw-In Foundation), EA J31 corn.lete and in.lace. Each. L - J32 Advanced Intersection Lane Control Sign(R3-8 LK)(Including Metal Pok EA 1 and Screw-In Foundation corn•lete and in.lace • r Each. Bike Lane Ahead Sign (R3-17AP) (Including Metal Pole and Screw-In EA Foundation corn.lete and in.lace.er Each. ,,._.e-L,',:::".r...,--2..J•--.....;—_,2-1...,........,....—z.. rii No Parking-Bike Lane Sign(R7-9A)(Including Metal Pole and Screw-In Foundation co •.tete and in.lace.er Each. flitt.:-..._;-il Speed Limit Sign(R2-1) (Including Metal Pole and Screw-In Foundation), EA ii+.444.'pp...l ,.,'-t rf: 1 it 1,, , -,..7.7i J35 2 L''''::-.%-.'"-X--"--_-'n'-'-4-41. -./.,f,-., -‘„,- -r coin'tete and in.lace. Each. tv,,i,....,.....-........_._ts Eiti J36 Combo Stop Sign/Street Name Sign,complete and in place per Each. EA 14 11', J37 TxDOT Yield Lines(5 Symbols Each),Complete and in place per Each EA 2 -5-.....1_4-'--,-. '■'•n;:-' ., ! -:2 2_1.--a.'`.. 72-'77;7it fi ' J38 Inlet Protection,complete and in place per Each, EA 45 .--.,t-t-,,,- t-t r„,ts,1„0„ — ,, 7,'•,i 11 L 333'. 1 ,, hi-- )39 Revegetation(Hydromtdch),complete and in place per Square Yard. SY 191 .d..t. ^...L.:..; ',:,1:,....:.ii ' .• - ',.--t..... SUBTOTAL PART 3-STREET IMPROVEMENTS(Items J1 thru.139) _.• .:-I__'717"!:" t • PART K-RTA IMPROVEMENTS r Remove and Stockpile Benches and Signs(Incl.Coordination with RTA), 711 ICI LS 1 Ei..7:14. 1: cmn•lete and in'lace• Lum.Sum. .}-,r,att—,,,L.:,',.4%.1k,:- -..‘1,..41,71: '' ''e C: K2 8"Concrete Bus Pad,complete and in place per Square Foot. SF 9 40 ,-,„-,-. -,,,-'',-,4p--...,Ift .-•"?-,t.l.' :41 , 8 2.,r'4,J'—:,, :— u 3'4:43.t LI,,,"33 '-•• • Ot, • Type A,Grade 1 Crushed,Limestone Base per TxDOT Std.Spec.Item No. K3 117 247 nder 813.5 Pa. com.lete and in.lace•er S•liar°Yard. .,',,,;_..,_.4.-,-'''.17.rr..r` •;;,t-,,--1,---„--- -',..?.1.- tIW:7,737,7„,,,.71' 7...,-7-',.•.".'*;:i- -.,,,,,,, El. K4 r SY Geogrid(Under Bus Pad),complete and in place per Square Yard. SY 117 ' SUBTOTAL PART K-RTA IMPROVEMENTS(Items Kl thru K4) PART L-ADA IMPROVEMENTS 1 . Remove Existing Concrete Sidewalk&Curb Ramps,complete and in place LI SF 10,994 per Square Foot. _, 1.2 Concret%Sidewalk,complete and in place per Square Foot. SF 10304 ,,,,it',;,-,c. k.,---.t.:---% -:,;,-.,-..,-•:.-..1,4:p"-...! 4,-,i.-.,..T.'-' ..,q,,•.2.. .,1.,f CI* '.,*.,-;-',,,115v,:/',I.?' 'Ntr- 1 L3 Curb Ramps,complete and in place per Square Foot. SF 876 4, ':-.$,1, '‘,,•=r,.r.-., ,t 1$.1i jai...„,,,,1.1;‘,„-io,, a SUBTOTAL PART L-ADA IMPROVEMENTS(items Li thru L3) i-=.-",•41' -41",-Wt.,7;r1:',lirt: . . - r; PART M-DRAINAGE IMPROVEMENTS t ' r MI Remove Existing Curb Inlet, complete and in place per Each. EA 17 i M2 Remove Existing 15"RCP, complete and in place per Linear Foot. LF 548 - ,12,,, ., ..:.! I'.•:.!..,•,, „t„ ..,.i.tr.,-1r, ,,c• ti: ''nh. AR4 A "-L3r” ." --..,„1, % ;• ,' • '''^T.--...--- I Proposal Form ExhIb3 A Page 8 of 12 McArdle Road Improvements-Proj.No(s)E12097 E12098 00 30 01 I is Ii — ir — --IT-------5.—,7z7,—,4 Ir (' ll:.i dI ,,,,, �L y [ ;9),.,,.i;,,,,,,,, ll lu'a� �t 2ic ,c f �J h '_t,`t" ''.� ll -, L 1 M3 Remove Existing 18"RCP, complete and in place per Linear Foot LF 317 � { 't ....- y ,r {tea CC a M4 Remove Existing 21"RCP,complete and in place per Linear Foot. LF 550 +1 4 t * :4 I 1 MS Remove Existing 24"RCP,complete and in place per Linear Foot. LF 260 :; T 5 y1 #i z' y ?1" �` � ;r;g��j -f`� M6 Remove Existing 30"RCP,complete and in place per Linear Foot. LF 212 t"fi���r,���,tt y .; M7 Remove Existing 33"RCP,complete and in place per Linear Foot LF 88 .1 �*- �i,.•; K YF ' f I r s ue + r ,t,-,:,,tr.'6 — s 1 Y M8 Remove Existing Storm Manhole,complete and in place per Each. EA 7 t r; , '; .3 M9 Remove Existing 12"Steel Pipe,complete and in place per Linear Foot LF 31 ' , ' `.1._.':,. ...,.- -•4-- r L -l g mP A ,e t s ti , t M10 Remove Existing 15'k12"CMP,co complete and in place Linear Foot. LF 27 , Ml l 18"Class III RCP,complete and in place per Linear Foot. LF 673 �r , st f 4 .=, ," ` „ E1 . M12 24"Class III RCP,complete and in place per Linear Foot. LF 275 x+ ._ '' M13 30"Class III RCP,complete and in place per Linear Foot. LF 478 _> '-,:::-1,i7;' � M14 36"Class III RCP,complete and in place per Linear Foot. LF 632 k° � ' e7, _ Li., r a.� MIS Trench Safely,complete and in place per Linear Foot LF 4,033 F�+ # r t,1 �_y .14, is r[iM16 4'Diameter Type'A'Manhole,complete and in place per Each. EA 2 .' ` M17 17 5'Diameter Type'A Manhole,complete and in place per Each. EA 5 t + I '; M18 6'Diameter Type'A'Manhole,complete and in place per Each. EA 3 1 -3 f.. `f'r' 1 ti 3 °a Et-- pry. ,,./-. r. ___ rte,..,-,..t -,..2—d,..-' .. M19 Type'C'Access Manhole,complete and in place per Each EA 2 ` i _ 1,.-=',4A c i L .• -z f ` ;i�. 4' k r•.1.1:,.:-..•kl',,..-`, '-..i s 3. M20 Manhole Trench Safety,complete and in place per Each EA 14 , ': , '=, 'i>fi Et • M21 Adjust Stormwater Manhole Ring and Cover,complete and in place per Each EA 27 ii j r'r ' r 5 z ,' M22 Connect 18"RCP Lateral to Existing MH,complete and in place per Each. EA 10 ,',' t r+' .L o�; pfia Lir.. Connect 18"RCP Lateral to Existing Curb Inlet,complete and in place per Y3f s'i M23 Each. EA 3 tea.. a _ f,rz�': `, cm Connect I8"RCP Lateral to Existing Junction Box,complete and in place "t t g x, P P t EA 3 ..�r- .c, , #- , , �`.. ,..- Each. ai- 1 t? ,� J. t Kn . � M25 Connect 36"RCP Lateral to Existing Curb Inlet,complete and in place per EA 2 4' * , } r F Each. M26 5'Curb Inlet,complete and in place per Each. EA 15 M27 10'Curb Inlet,complete and in place per Each. EA 2 h•: tip f • .. `', } + � e Unanticipated Utility Allowance(MANDATORY),complete and in place per LS 1 ' f M28 x ,b '.;', .?1`t.- '=r F Lum.Sum. _i SUBTOTAL PART M-DRAINAGE IMPROVEMENTS(Items Ml thru M28) rL k` s_ PART N-WATER IMPROVEMENTS Ni L... Remove Existing 6"ACP Waterline,complete and in place per Linear Foot LF 166 k r. c.s3. F., ^4� .. N2 Remove Existing 6"CIP Waterline,complete and in place per Linear Foot. LF 55 WI. €+, > # „iik,k �fi N3 Remove Existing 8"CIP Waterline complete and in place Linear Foot. LF 30 42f --=,,.,,,.-:c.t =-' + a Remove Existing 8"C900 PVC Waterline,complete lete and in lace per Linear �^ 3 w�'°� i ' . Iv N4 Foot g P place LF 64 '. • A -: 14,.f-' " max...-.. .. .a a••� N5 6"C900 PVC Waterline(Incl.Horizontal and Vertical Bends),complete and LF 46. s F 3� a 1t1- :L: 1 in place per Linear Foot " •` 'i- l.1 L_ Proposal Form Exhibit A Page 9 of 12 McArdle Road Improvements-Pro).No(s)E12097 E12098 00 30 01 1•• _1 8I .1.,(-511i,. i L E t 'i 1)' Ir- e'a 10N tie3 ,rJ<Itr Hu !r, t9_9 r L _ _., _......_ .._____. _,, L___. 146 6" Ductile Iron Pipe (Class 350) (Intl. Horizontal and Vertical Bends), LF 20 3 ' complete and in.lace.. Linear Foot - .-.13 °', ll N7 8"C900 PVC Waterline(Incl.Horizontal and Vertical Bends),complete and `j7'r " fit' ,E M r r v in •lace•er Linear Foot LF 88 .. ..j''.0*.r'f f,1 ' t+ } .?. N8 8" Ductile Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends), { w r corn.tete and in.lace.- Linear Foot. LF 76 . .1,_%,,.. ..-..-.. +- „;xiY, .. ,: c T,�a rT s•r,^�r i+� ,.�' � "�f Y' er y,�- N9 12"x8"TS&V,complete and in place per Each. EA 5 - i .. „-i,, i+; ]r4.-�+`fit` '- "a+'�*`�-�i �.� N10 12"x6"TS&V,complete and in place per Each. EA 2 ++,_. - r tP5l'+ P,3. , .++,FM _ i y. rr Nil 8"x6"Tee,complete and is place per Each. EA 1 ��.,;�'' '`^- ��,����C, f N12 8"x6"Reducer,complete and in place per Each. EA 4 4 ] + ' • ,. Cr. N13 e Plug,complete and in place per Each EA I N14 6"90 Degree Bend,complete and in place per Each. EA 1 F-411:41::: :,4.+: s� t . 1 , L." t+� � ��-�k n 5��r-i r N15 8"90 Degree Bend,complete and in place per Each EA 1 a x "r P ``f+x ,r �t T N16 6"Gate Valve&Box,complete and in place per Each. EA 1 ,, ,. s 7 «- Li N17 Omni Coupling Connection 8 complete and in place Each. EA 1 -, f {-"...1.-...' r1+-'"TY P aB ( '�. P P per u + N18 Omni Coupling Connection(b"),complete and in place per Each EA 6 =�4 L �' ' r ri: N I9 Reconnect Existing FH Lead,complete and in place per Each EA 1 .1 , ,i , t.}- 4. °^t �N20 Remove and Salvage Existing Fire Hydrant,complete and in place per Each. EA I 1. : t .t 1:,„•,...,. a ,„ x 7 N21 New Fire Hydrant Assembly,complete and in place per Each EA I . . ` +t j . r,-.1 7-743 , Y a' } t i N22 Adjust Water Valves,complete and in place per Each. EA 34 e'4 t-� rs�l 1,4. , N23 Trench Safety,complete and in place per Linear Foot. LF 478 3 tZ s Z..::::.-.17.74-!.97,,,..1 ":-,t.f� �_- -b•,..4';a 4 k,u C- :L t Li_ N24 Unanticipated Utility Allowance(MANDATORY),complete and in place. E'�'� u''' j+t ` � Lum•Sum. 1 ,a` t + , �,'. SUBTOTAL PART N-WATER IMPROVEMENTS(Items NI Ora N24) W e tl -; tiPART 0-WASTEWATER IMPROVEiVIENTS 01 Remove Existing 6”VCP W WL,complete and in place per Linear Foot. LF 63 r g ,I '3 tiw{ .t'-ft'-,, r 4, t:i 02 Remove Existing 8"VCP WWL,complete and in place per Linear Foot. LF 265 {: ,g fi ',` +7,,t �,; L_.• 03 Remove Existing 10"VCP WWI-,complete and in place per Linear Foot. LF 423 •rny �"} r.. x , r, 04 Remove Existing Manhole,complete and in place per Each EA 3 i,a^: + ad's.1'`t.-- 4: r h 05 6"SDR26 PVC 6-8 ,complete and in place per Linear Foot. LF 63 + :,=: -:-.,'"-' _ +{ ,' . i,' S l L. ( P Pe 06 8"SDR26 PVC(6-8),complete and in place per Linear Foot. ® 189 P" �+. ,- .:r r T 07 8"SDR26 PVC 8'-10'),complete and in place per Linear Foot. LF 35 . - t+ PPit ;1` ;F ` 08 8"SDR26 PVC(]0'-12),complete and in place per Linear Foot. LF 45 *Y " E... ., .,,,,,,,.. ,09 10"SDR26 PVC(6'-8'),complete and in place per Linear Foot. LF 423 fi t � -� � �� rja,010 Pipe Trench Safety,complete and in place per Linear Foot. LF 755 EW' fd r, =, .r4 011 New 4'Diameter F/G Manhole,complete and in place per Each. EA 6 �� � � *� 012 Manhole Extra Depth(>6),complete and in place per Vertical Foot. VF 15 U.# .4'-'t.- x I-- c L. Proposal Form Exhibit A Page 10 of 12 McArdle Road Improvements-Prof.No(s)E12097 E12098 00 30 01 1 tza i 11):3,{ a1 "b[ 7 WO 1, ` L 1 _ �ry�41° '4,i,7ur 7-N 1..R3s71a■:'n,(al;C(i ^c- rrrs s n H?4"&-..7 013 Manhole Trench Safety,complete and in place per Each EA 5 .�� � �� 014 6"Drop Structure,complete and in place per Each EA 1 = `•. M \. 015 8"Drop Structure,complete and in place per Each EA 5 ro .? � ` Li_• 016 Adjust Wastewater Manhole Ring and Cover,complete and in place per Each. EA I6 XV..--,t' 4'y_�r ra Rehab Existing Manhole with F/G Liner(4'Diameter)and New 341 Ring and °- [ " .,fi3P4V",X44:11,11 017 Cover co...lete and in.lace• Each. EA 2 ;,��-T1 Li.. Rehab Existing Manhole with F/G Liner(5'Diameter)and New 30"Ring and M 7 1 r �>5,d u} 018 Cover corn.late and in.lace.- Each. EA 7 ,,� ' T.,';�ti I�..R .!. .0 2,.-_ ; Mission Rubber Coupling Connection(10"PVC-10"VCP),complete and in 1�-tr,,,`'' -+• 019 .lace.- Each EA 1 �F?` ... 'i l'i4 r F Lr. Mission Rubber Coupling Connection(8"PVC-8"VCP),complete and in , ..' t.. '�'<a lir 020 .lace•- Each. EA 3 i ki p a -,.1.' i•-F3 021 Mission Rubber Coupling Connection(6"PVC-6"VCP),complete and in EA 2 ' .lace Each "$ f_;.rr 4.. cii._. 022 Wastewater Operations,complete and in place per Lump Sum. I 3t , � t ,7 ^ty:li i Bypass pera s, P P Pe P ® �,.il +. 14`� Y.n. .t..it: �, Unanticipated Utility Allowance(MANDATORY),complete and in place per j" 4,F'"'t. -, Fz ., r'..: •,.'-+; r 023 Lu .Sum. IS 1 (i ' r44" < } ; xi a*r:-t'.1 is:c ;� ilSUBTOTAL PART 0-WASTEWATER IMPROVEMENTS(Items 01 turn 023) 5V4-, ':.�•�• PART P-GAS IMPROVEMENTS fit:. Backfill Existing Gas Service Removal Trench,complete and in place per t. `�r - r •• # -«a ,:'r{. PI LF 204 . ` f 111._ '-t, ,4 ! .7-t Linear Foot Unanticipated Utility Allowance(MANDATORY),complete and in place per I H -5�.r�'i ;". .,ter z•Lump Sum. ,1,1:.u. . ,,f,!'4-4 ...Ft-, 4.., . m. . Y. SUBTOTAL PART P-WASTEWATER IMPROVEMENTS(Items P1 thru P2) 4r{.014.-....1 , --- 9 s. 9,;;. r•lit,,. 'SUBTOTAL PART 2 BASE BID IMPROVEMENTS(PARTS I TIIRU P) -Is'1 ff.4-. Fes; JTOTAL BASE BID(PARTS 1&2) i '.- -,t s� Li • , it L.. J i ,c L._ Proposal Form Exhibit A Page 11 of 12 McArete Road Improvements-Proj.No(s)E121397 El 2098 00 30 01 I i l �: 1 iivii i, i c at. _,t ,. i � i 7ii ,d„ ' i(" i + ,,,, c A .s,.I[tf t1( rt_.. - BID SUMMARY PART I SUBTOTAL PART A-GENERAL(Items Al thru A5) Lek * > SUBTOTAL PART B-STREET IMPROVEMENTS(Items BI thru B54) T�°i';I',: -t if L. .. SUBTOTAL PART C-RTA IMPROVEMENTS(Items Cl thru C2) � 49 f t'r L ._ SUBTOTAL PART D-ADA IMPROVEMENTS(Items D 1 thru D3) lit. i :-''s1,++- A SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(Items El thru E42) t1 4i = .F:4-z e��" +y SUBTOTAL PART F- WATER IMPROVEMENTS([terns Fl thru F35) >j,��fi.>�'��� �ry��:'�:^� c_:.. SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(Items Gl thru G31) F'+'� ;�1 ,:. i,;k SUBTOTAL PART H-GAS IMPROVEMENTS-(Items III thru H5) 1,x 1,144., r t P.`;`F; l TOTAL PART 1 BASE BID IMPROVEMENTS(PARTS A THRU H) 7µ. Q ^�y t_.: PART 2 SUBTOTAL PART ISTREET IMPROVEMENTS(Items II thru 15) P'i ,'1..'r r._�; -;t'yip:• J h7jYA t ;, �+ ,ry SUBTOTAL PART J-STREET IMPROVEMENTS(Items JI thra.139) • �L kFw C.7. SUBTOTAL PART K-RTA IMPROVEMENTS(Items KI thru K4) 1 '� rte; 3 ai.,, ita `':~_•t7:r;; fry SUBTOTAL PART L-ADA IMPROVEMENTS(Items LItheeL3) e 4 - } ' ti__.. SUBTOTAL PART M-DRAINAGE IMPROVEMENTS(Items Ml thru M28) , �T•rL'�xK . •SUBTOTAL PART N- WATER IMPROVEMENTS(Items NI thru N24) "txrw, T Lii SUBTOTAL PART 0-WASTEWATER IMPROVEMENTS(Items 01 thru 023) , : ;:f 7d .-�: a�„r t .4 t SUBTOTAL PART P-WASTEWATER IMPROVEMENTS(Items PI thru P2) -�t ,x •' . ti ".an- w : TOTAL PART 2 BASE BID IMPROVEMENTS(PARTS I THRU P) �!' w E. TOTAL PROJECT BASE BID(PARTS I&2) W" '>; CONTRACT TIMES i_. Bidder agrees to reach Substantial Completion in 540 days Bidder agrees to reach Final Completion in 570 days .. L_. ETC L... Proposal Form Exhibit A Page 12 of 12 McArdle Road Improvements-Pro).No(s)E12097 El 2098 00 30 01 .. 00 6113 PERFORMANCE BOND ./ BOND# 106073354 Contractor as Principal Surety Travelers Casualty and Surety Name: Name: Company of America Reytec Construction Resources, Inc. Mailing address(principal place of business): Mailing address(principal place of business): 4650 Westway Park Blvd. 1901 Hollister St. Houston,Texas 77041-2036 ,! Houston, TX 77080 Physical address(principal place of business): 4650 Westway Park Blvd. Owner Houston,Texas 77041-2036 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone(main number): E12097& E12098 McArdle Road Improvements 281-606-8400 Ennis Joslin Rd to Whitaker Dr Bond 2012 Telephone ffor notice of claim): 800-328-2189 Local Agent for Surety Name: Sharon Cavanaugh #193638 Address: Marsh&Mclennan Agency,LLC Award Date of the Contract: March 25, 2014 1776 Yorktown,#200 Contract Price: $10,653,999.40 Houston,Texas 77056 :/ Telephone: 713-966-1728 Bond ✓ E-Mail Address.sharon.cavanaugh@marshmc.com Date of Bond: 04/02/14 (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll free number:1-800-252-3439 be deemed an original. • Performance Bond 00 61 13-1 Proj. Nos. E12097/E12098 3-4-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signatur • Signature: Si) / — g @TitAA4AA Name: Gregg T. Reyes Name: Sharon Cavanaugh #193638 President Attorney-in-Fact Title: Title: Email Address: greyese.reytec.net Email Address: sharon.cavanaugh @marshmc.com (Attach Power of Attorney and place surety seal below) V y; END OF SECTION Performance Bond 00 61 13-2 Proj. Nos.E12097/E12098 3-4-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY J TRAVELERS Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226762 Certificate No. 0 0 5 6 2 6 3 8 0 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, 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 are corporations duly organized under the laws of the State of Connecticut,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,Kurt A.Risk,Andrew J.Janda,Michael Cole,Sue Kohler,Cheryl R.Colson,Sharon Cavanaugh,and Leland L.Rauch 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 5th day of September 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company T �y F\ftE4tk ����Rf` .�1NSUq Jp�TY ANp RFIY Fl+'Y AkO CS �rcp�tjW/ 'fir'o Ot":• 9 JP;..........9 U S •(� \\r t7 o 19/! MCDR G < 4r�i 1,6-�RATF'i F�:`pPORAT��F a HARTFORD,`i iMRTFORD,% or S 2Ci 0 PORATED p$ x �A F 'E 3. ORn z �a E Ire ;. "; 'o A coNH. /8 N 1896 � cr+ aD . 1951 .� � o.d V*,SE GO} o�,SS7f s CO NN. i° 1� ,� v. a a a day � .� Pt �.� ''%;` '` is.Me J 1r......... d1 �a 1 AN1 State of Connecticut By: � City of Hartford ss. Robert L.Raney, enior Vice President On this the 5th day of September 2013 before me personally appeared Robert L.Raney,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. p.TET In Witness Whereof,I hereunto set my hand and official seal. TAR e C My Commission expires the 30th day of June,2016. re,PUB 00 * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. ht l� `' 2 2u14 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of ,20 _. Kevin E.Hughes,Assistant Sec -tary ` 0� Opaupy� �• •,.l y,.GZ `u;R , 1=�' e4Jp+•'...... �' U�gJP�TV SNp sG Eryr ,p0Y.4- 5 Rvo� -�O -f� OORPoRAiED mi t.'{4 w;qd�► t�'et,^ oamaato i 1 9 8 2 0 'VI fl l€ m '� pn 2I •n a HARTFORD. Ti J HARTFORD, < �ycS,D r t 1951 v. i ti 4 Ir: ��SEALIonSS]LLia° ca+H 0 3� caw. �Y 1896 a-.v F■+ d ok •I_ ANO-C •y f , ' ! \• AN1d1" To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 00 61 16 PAYMENT BOND '' BOND# 106073354 Contractor as Principal Surety Travelers Casualty and Surety Name: Reytec Construction Resources, Inc. Name: Company of America Mailing address(principal place of business): Mailing address(principal place of business): 4650 Westway Park Blvd. 1901 Hollister St. Houston,Texas 77041-2036 Houston, TX 77080 V Physical address(principal place of business): Owner 4650 Westway Park Blvd. Houston,Texas 77041-2036 Name: City of Corpus Christi,Texas Mailing address (principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 Connecticut By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone(main number): #E12097&E12098 McArdle Road Improvements 281-606-8400 Ennis Joslin Rd to Whitaker Dr(Bond 2012) Telephone(for notice of claim): 800-328-2189 Local Agent for Surety Name: Sharon Cavanaugh #193638 Address: Marsh&McLennan Agency,LLC Award Date of the Contract: March 25, 2014 1776 Yorktown,#200 • Contract Price: 10,653,999.40 Houston,Texas 77056 Telephone: 713-966-1728 Bond E-Mail Address:sharon.cavanaugh @marshmc.com Date of Bond: 04/02/14 J (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll free number:1-800-252-3439 be deemed an original. Payment Bond Form 00 61 16-1 Proj. Nos.#E12097/#12098 3-4-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texa • • legal acti• •. Contractor as Princi.:I �. Surety ' Signature: Wit, - �� Signature; t "NNE/L. Name: me: Sharon Cavanaugh #193638 Gregg f;rP T_ Reyes g Title: President Title: Attorney-in-Fact Email Address: greyes@reytec_net Email Address: sharon.cavanaugh @marshmc.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Proj. Nos.#E12097/#12098 3-4-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AIMI■ POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226762 Certificate No. 0 0 5 6 2 6 3 81 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,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 are corporations duly organized under the laws of the State of Connecticut,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,Kurt A.Risk,Andrew J.Janda,Michael Cole,Sue Kohler,Cheryl R.Colson,Sharon Cavanaugh,and Leland L.Rauch of the City of Houston ,State of Texas ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 5th day of September 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company I.SV lY `�1•Ilr FtPE� 1 TY A °"u��� ,.tt. R 1N511 NO SUq TY ( "i 8G9 Ja'!•......,Ny eJP� s 3 i/ ...fry ' ��pEV 'WO 02 OV'VOg1 � V. `4 G �'•RVOR 1 `.. ...1C Up �9' g ° CICORPCR � �I�O A>p W:'eAaFORATf:,� � 1 9 8 2 O ,9rJ i� `'� f i w HARTFORD, 1896 2 I 1951 ir• s &SECONN f!/ s ls" >1r.. ..:��a 'yr �aaa ` '+e f AN/ Adr State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 5th day of September 2013 before me personally appeared Robert L.Raney,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. G,TET In Witness Whereof,I hereunto set my hand and official seal. TTe i!�QM� ( • My Commission expires the 30th day of June,2016. *+�A(/B��G * ���...Marie C.Tetreault,Notary Public 491-aTfi 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. 17Y it 2 2614 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of ,20 _. W4' Kevin E.Hughes,Assistant Sec tary O� �`L �'f."°-�°4r�e'E ,<• �•G l�FNE 6 4; .p`e�M.46,y Jp1• 9Jp�ly 4NpS ��y,05�nFry FY'Y'Vt'0 �j iR^ y a p5 r IIPOII 7 po 46% f �`9 1982 t' O 19/( I ACARPDRMED o ..w Y mE ml ,.•A ft 1 /'�pFPOR9TE.'..�*. m� S/ \\e ; f 1 194 i s i c HARTFORD Wt9SF0� a N0¢D 1951 !� SEAL o ': Da+ru. tl 3 Dana e N 189s �' �� •� or '• ~'n'R�N�I poi ��........ 4 o .. . °.� fS.AMA js......rd i< 'd�D d4r1 AN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates'toll- free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 , 1 AGGRO® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) L.■ 04/02/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Adams Insurance Service PHONE Janet Williams FAX C. P. O. Box 7011 (A/c,Ne,Frq. (713)869-8346 i tAl Nor:(713)869-9144 E-MAIL Houston TX 77248-7011 ADDRESS: jilliams@adamsins.com INSURERIS)AFFORDING COVERAGE NAIC It INSURER A:Commerce& Industry Insurance Co. 19410 INSURED INSURER B:No , i -r I r,l - e m e c 1 21105 Reytec Construction Resources, Inc. INSURERC: 1901 Hollister Street INSURERD; Houston TX 77080-6803 INSURERS:__ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLISUBR' POLICY EFF I POLICY EXP LTR TYPE OF INSU CE MICR wvn I POLICY NUMBER IMM/DDIYYYYI IMMIDD/YYYYI LIMITS A GENERAL LIABILITY X X GL5142672-13 10/16/201310/16/2014 EACH OCCURRENCE $ 1}000,000____ X COMMERCIAL GENERAL LIABILITY I DAMAGE TO RENTED PRFMISFS(Fa occurrence) $ 100,000 CLAIMS-MADE X I OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 II GENERAL AGGREGATE $ 2,000,000 v GEN'L AGGREGATE LIMIT APPr LIES PER: I PRODUCTS-COMP/OP AGG S 2,000,000 POLICY X PFD II J/,I LOC I $ A AUTOMOBILE LIABILITY V X X CA5101578-13 10/16/2013110/16/20141(FOMBEIEDSINGLE LIMIT $ 1 000 000 1`AUTOS ANY AUTO �' BODILY INJURY(Per person) $ i-1 ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ X I HIRED AUTOS AUTO-0OWNED PROPERTY r(Per t)tDAMAGE $ J $ J B UMBRELLA UAB X OCCUR X 5821014096 10/16/2013110/16/2014 EACH OCCURRENCE $ 5,000,000 J X EXCESS LIAB CLAIMS-MADE V AGGREGATE $ 5,000,000 DED RETENTION$ r I $ WORKERS COMPENSATION 1 W' STATU- 'TV X WC015656093-13 10/16/2013!10/16/2014 X TnRV I iMlrs FR AND EMPLOYERS'LIABILITY OFFICER/MEMBER PROPRIETOR/PARTNER/EXECUTIVE RNER NN N/A J E.L.EACH ACCIDENT $ 1,000,000 (Mandatory in NH) - ✓ E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below i E.L.DISEASE-POLICY LIMIT $ 1,000,000 I I DES e -l:O_ F C ivw120VMADta E D ; NaS OeSuLNmO HiITAKR DR (BOND 202 R EY »CjO B 158'C THE GENERAL LIABILITY&AUTOMOBILE LIABILITY POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT&THE GENERAL LIABILITY,AUTOMOBILE LIABILITY&WORKERS COMPENSATION POLICIES INCLUDE A BLANKET WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED STATUS&WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED&THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS AS PER THE ATTACHED. CERTIFICATE HOLDER _CANCELLATION Al 048779 CITY OF CORPUS CHRISTI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN DEPT OF ENGINEERING SERVICES ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: CONTRACT ADMINISTRATOR P 0 BOX 9277 AUTHORIZED REPRESENTATIVE CORPUS CHRISTI TX 78469-9277 I *:..—/ 4# ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD • AGENCY CUSTOMER ID: 1949 LOC#: 10/14/2013 ACOREP ADDITIONAL REMARKS SCHEDULE Page f_of 1CC AGENCY NAMED INSURED Adams Insurance Service Reytec Construction Resources, Inc. POLICY NUMBER 1901 Hollister Street (II 5142672-13 Houston TX 77080-6803 CARRIER NAIC CODE COmmerCP& IndUStry Ir IranCP Co BC SCTSD^*c 1(V1612013 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: The Automobile policy includes the following endorsements: 1)87950—Blanket Additional Insured as required by written contract executed prior to the Bodily Injury or Property Damage. 2)62897—Blanket Waiver of Subrogation as required by written contract. 3) 107414—Notice of Cancellation—30 days blanket as required by written contract. Primary&non-contributory basis with respect to Owned Autos. The General Liability policy includes the following endorsements: 1) 107414—Notice of Cancellation—30 day blanket as required by written contract. 2) 100983- Blanket Waiver of Subrogation when required in a written contract or agreement. 3) 100983/90533—Who is an Insured is amended to include as an Additional Insured any person or organization when you have agreed in a written contract that such person or organization be added as an Additional Insured on your policy. Primary&non-contributory basis if the additional insured specifically agreed in a written contract that the insurance be primary&when coverage is provided on a primary basis we will not seek contribution from any other insurance available to the additional insured if a written contract requires that this insurance be non-contributory. The Workers Compensation policy includes the following endorsements: 1)WC420304A-Waiver of Subrogation— Blanket Waiver for any person or organization for whom the Named Insured has agreed by written contract to furnish this Waiver. 2)WC990056—Notice of Cancellation—30 days blanket as required by written contract. ACORD 101(2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/13 forms a part of policy No GL5142672-13 issued to REYTEC CONSTRUCTION RESOURCES, INC. by Commerce & Industry Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S COMMERCIAL PRIME ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Coverage afforded under this endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. ADDITIONAL INSUREDS - - E- • 'SURED, 1. is amended to include as an insured any person or organization described in paragraphs A through I below, whom you are required to add as an additional insured under a written contract or agreement. The written contract or agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2 Executed prior to "bodily injury", "property damage," or "personal injury and advertising injury". A. BY CONTRACT Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to thatperson or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you.. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement. B. CONTROLLING INTEREST 1. Any person or organization having a greater than a 50% interest in you, but only with respect to their liability arising out of: a. Their financial control of you; or b. Premises they own, maintain or control while you lease these premises. 2. The insurance afforded to these additional insureds under Paragraph I.B.1 does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. C. CO-OWNER OR INSURED PREMISES A Co-owner of insured premises co-owned by you and covered by this insurance but only with respect to their liability as co-owner of the premises. 100983 (2/09) Page 1 of 7 Reytec Construction Resources, Inc. Policy'No.: GL5142672-13 Effective: 10/16/2013 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 I.D.1, this insurance does not apply to any "occurrence" which takes place: a) after the equipment lease expires, or b) after the equipment is returned or no longer in your possession, whichever takes place later. E. MANAGERS OR LESSORS OF PREMISES Managers or Lessors of premises but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance under this paragraph does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations,new construction or demolition operations performed by or on behalf of such Managers or Lessors. F. MORTGAGEE, ASSIGNEE, OR RECEIVER 1. A mortgagee, assignee, or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. 2. The insurance afforded to the additional insureds under Paragraph I.F.1 does not apply to structural alterations, new construction or demolition operations performed by or for that mortgagee, assignee, or receiver. G. OWNERS, LESSEES, OR CONTRACTORS- COMPLETED OPERATIONS (1) Any Owner, Lessee or Contractor, but only with respect to liability arising out of "your work" performed for that additional insured and included in the "products- completed operations hazard". H. OWNERS, LESSEES, OR CONTRACTORS - ONGOING OPERATIONS Any Owners, Lessees, or Contractors, but only with respect to liability arising out of your ongoing operations performed for that additional insured. This insurance does not apply to "bodily injury" or "property damage" occurring after: (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 been completed; or, (2) that portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 100983 (2/09) Page 2 of 7 Reytec Construction Resources, Inc. ,Policy No.: GL5142672-13 Effective: 10/16/2013 I. STATE OR POLITICAL SUBDIVISION - PERMITS Any State or Political Subdivision, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. 2. This insurance does not apply to: a. "Bodily injury," "property damage" or" personal and advertising injury" arising out of operations performed for the state or municipality; or b. "Bodily injury" or "property damage" included within the "products- - . • •• . _ • _ .". II. PRIMARY INSURANCE -ADDITIONAL INSUREDS - - •: •i • • • .1. • •• •_ = •.•ed to your policy as additional insureds to comply with insurance requirements of written contracts mandating primary coverage for such additional insureds relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products- completed operations hazard, then with respect to these additional insureds as defined above in this Section only, SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. - Other Insurance, a. -Primary Insurance, is deleted in its entirety and replaced with the following: This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured to comply with insurance requirements of written contracts mandating primary coverage for such additional insureds relative to (a) the performance of your ongoing operations for the additional insureds, or (b) "your work" performed for the additional insureds and included in the "products-completed operations hazard. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded is primary. III. INCIDENTAL MEDICAL MALPRACTICE LIABILITY COVERAGE SECTION II - WHO IS AN INSURED, 2. a. (1) (d) is deleted in its entirety and replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services, except for "bodily injury" arising out of "Incidental Medical Malpractice Injury" by any physician, dentist, nurse or other medical practitioner employed or retained by you unless such "bodily injury" is covered by another primary policy. However, the insurance provided hereunder to such persons will not apply to liability arising out of services performed outside of the scope of their duties as your "employees." Any series of continuous, repeated or related acts will be treated as the occurrence of a single negligent professional healthcare service, which will be assignable to the same policy and policy year in which the originating act occurred. SECTION V - DEFINITIONS - is amended to add: "Incidental Medical Malpractice Injury" means "Bodily Injury" arising out of the rendering of or failure to render the following services: 100983 (2/09) Page 3 of 7 Reytec Construction Resources, Inc. Policy No.: GL5142672-13 Effective: 10/16/2013 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 /PARTNERSHIPS/LIMITED LIABILITY COMPANIES The paragraph under SECTION II -WHO IS AN INSURED which states: No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. is hereby deleted and replaced with the following: No person or organization, other than you, is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. Coverage under this policy, however, will not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there is valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company. V. SUPPLEMENTARY PAYMENTS Under SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B, Paragraph 1.b., is deleted in its entirety and replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. VI. LIBERALIZATION CLAUSE If we revise or replace our standard policy form to provide more coverage, your policy will automatically provide the additional coverage as of the day the revision is effective in your state. VII. UNINTENTIONAL ERRORS AND OMISSIONS SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 6. - Representations is amended by adding: d. The unintentional failure by you or any Insured to provide accurate and complete nonmaterial representations as of the inception of the policy will not prejudice the coverages afforded by this policy. VIII. AMENDMENT OF DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM 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 • Reytec Construction Resources, Inc. Policy No.: GL5142672-13 Effective: 10/16/2013 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 his/her designee will have received such notice. To the extent possible notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. IX. AMENDMENT OF EXPECTED OR INTENDED INJURY EXCLUSION SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exclusions, a. - Expected or Intended Injury, is deleted and replaced by the following; a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. X. CONTRACTUAL LIABILITY - RAILROADS Only with respect to (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 person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 100983 (2/09) Page 5 of 7 Reytec Construction Resources, Inc. Policy No.: GL5142672-13 Effective: 10/16/2013 (bI 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, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities; and B. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. 4. - Other Insurance, b. Excess Insurance, (1) (a), 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 Il -WHO IS 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 I - COVERAGES, COVERAGE A BODILY INJURY AND • ; • • • _ ,, _ LIABILITY, 2. Exclusions, e. Employer's XII. WAIVER OF TRANSFER OF RIGHTS OR RECOVERY AGAINST OTHERS TO US ION IV - COMMERCIAL GENERAL LIABILITY CONDIT • ansfer of Rights of Recovery •gainst Others To us, is amended •y 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, (1), is amended to include the following: This insurance shalt not be excess where (i) such other insurance is specifically purchased to apply as excess of this policy, or (ii) where you are obligated by contract to provide primary insurance to an additional insured, unless there is other additional insurance coverage available to that additional insured. B. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4.- Other Insurance, b. -Excess Insurance, (2), is deleted in its entirety and replaced with the following: When this insurance is excess, we will have no duty under Coverages A or B to defend any claim or "suit" that any other insurer has a duty to defend. If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's '• I .• •■ • • - • • ' i rers. XIV. AMENDMENT AGGREGATE LIMITS PER PROJECT • - - • • - •- -- • - -ga y 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 (2/09) Page 6 of 7 Reytec Construction Resources, Inc. Policy,No.: GL5142672-13 Effective: 10/16/2013 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 lit all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", (ii) all damages under COVERAGE B and (iii) all medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or 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 I), offenses under COVERAGE B (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single construction project: 1. Any payments made under COVERAGE A or B for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products- Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. ehelthorized Re resentative or CCoou tteerbsl nature (in States Where 100983 (2/09) 1 Page 7 of 7 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/13 forms a part of policy No. GL5142672-13 issued to REYTEC CONSTRUCTION RESOURCES, INC. by Commerce & Industry Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE'READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR �1 ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II -WHO 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. ' A horized Representative or Countersignature (in States Where Applicable) 90533 (3/06) Page 1 of 1 • ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2013 forms a part of policy No. CA5101578-13 i issued to REYTEC CONSTRUCTION RESOURCES, I NC. by COMMERCE AND INDUSTRY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM V SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON'S OR ORGANIZATION'S LIABILITY ARISING OUT OF THE USE OF A COVERED "AUTO". I. SECTION II-LIABILITY COVERAGE,A. Coverage, 1. -Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, 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 use of a covered "auto°. 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. A thorized Representative or Countersignature (in States Where Applicable 87950 (10/05) Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2013 forms a part of policy No. CA5101578-13 y issued to REYTEC CONSTRUCTION RESOURCES, I NC. by COMMERCE AND INDUSTRY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 4 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: 1 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. � � AUTHORIZED REPRESENTATIVE 62897(6/95) ENDORSEMENT I This endorsement, effective 12:01 A.M. '10/16/13 forms a part of Policy No. GL5142672-13 .j issued to REYTEC CONSTRUCTION RESOURCES, INC. By Commerce & Industry Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL `V TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holders)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate \� HolderaM'#; 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 theinsurer. 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. edtA APP1 uthorized Representative 107414 (03/11) Page 1 ENDORSEMENT# This endorsement, effective 12:01 A.M. 10116/2013 forms a part of Policy No. CA510578-13 i issued to REYTEC CONSTRUCTION RESOURCES, I NC. By COMMERCE AND INDUSTRY INSURANCE COMPANY 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, J the Insurer will provide advice of cancellation (the `Advice") via e-mail to each such Certificate Holders withiraWlays 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. G uthorized Representative 107414 (03/11) Page 1 • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause" need be completed only when this endorsement Is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10/16/13 forms a part of Policy No. WC015656093-13 Issued to REYTEC CONSTRUCTION RESOURCES, INC. ti By Commerce & Industry Insurance Co. )'LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL J TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured or, if applicable, any other employers named in Item 1 of the Information Page is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and the Named Insured has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such.Ge vicate • •- s :/thin 31 days after the Named Insured provides such information to the Insurer; provided, however, thatif a spec" im• -`:'taf"` 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. Al/a4 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 fdlowing"attaching clause" need be completed only when this endorsement Is Issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 10/16/13 forms a part of Policy No. WC015656093-13 Issued to REYTEC CONSTRUCTION RESOURCES, I NC. By'Commerce & Industry Insurance Co. This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ANY PERSON OR ORGAN I ZAT I ON FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in con- nection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED WC 42 03 04A Countersigned by APIA.04 (Ed. 01/00) Authorized Representative