Loading...
HomeMy WebLinkAboutC2015-341 - 9/8/2015 - Approved 2015-341 9/08/15 Bridges Specialties M2015-095 CONTRACT DOCU J FOR CONSTRUCTION OF JFK CAUSEWAY AREA IMPROVEMENTS - Bond 2012 PROJECT NUMBER E12107 infe611 4"'41 Or s kaliAT kt { Cityof . Coiu. Christi .v4, ENGINEEFUNG jr �. > •' Fi #` EUG 1E C. URBAN, JR. 2725 Swantner .• r Corpus Christi TX 78404 %, •:F ti � • 47142,.0:• (361) 854-3101 k`t�'•.�i s��;. „gr G TBPE FIRM No.: 145 0 � \740.4.,,.,'+'4` �.1 TBPLS FIRM No.: 10032400 1.1 Record Drawing Number STR-888 UE Job No.: 28885. 52-00 r t 00 9101 ADDENDUM NUMBER 1 JFK Causeway Area Improvement—Bond(2012),Project Project Number: Project: E12107 E12107 Owner: City of Corpus Christi City Engineer: Jeffrey Edmonds,P.E. .2•;&4 Designer: Urban Engineering—Eu ene C.Urban,Jr.,P.E. Issue Addendum No. 1 Specification Section: 00 9101 Date: July 2,2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions,modifications or deletions to the Contract Documents described in this Addendum. Approved by: Eugene C.Urban,Jr.,P.E. July 2,2015 Name Date Addendum Items: Modifications to the Table of Contents-ATTACHMENT No.1 Modifications to the BID FORM-ATTACHMENT No 2.item AZ Article 2 J Modification to the Specifications or Technical Specification-ATTACHMENT No.3 Wooden Service Platform Exhibit •t 0 p 1�t Article 3-Modification to the Drawings-ATTACHMENT No.4 i k' I ,11 • Sheet 4 of 42 v - • Sheet 6 of 42 • Sheet 7 of 42 C. UR3A • Sheet 10 of 42 j p :P 4l1�� � _, fo,, .IStit- `Z�"'i • Sheet 13 of 42 ++`e.. •43 1 ,lAt ��� ar • Sheet 14 of 42 + • Sheet 15 of 42 �' •t` • Sheet 17 of 42 • Sheet 18 of 42 • Sheet 19 of 42 Article 4-Questions and Clarification Urban Engineering TBPE Firm No.145 Addendum Na. — 00 91 01-1 Corpus Christi Standards-Regular Projects REV 03-09 2015 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID—Article 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Add the following to Part S-Standard Specification Section: DELETE Standard Specification Section SECTION 2H22[1] PAVEMENT MARKING (Reflectorized Paint) ADDED Standard Specification Section 02577 PAVEMENT MARKING (SOLVENT BASED) (Attachment No. 2) B. Add the following to Specification Sections (or Technical Specifications): Added Specification Section (or Technical Specifications) 2G2 HI DUCTILE IRON PIPE AND FITTINGS (WATER LINES) (Attachment No. 3) 2.02 MODIFICATIONS SPECIFICATIONS(OR TECHNICAL SPECIFICATIONS) A. Technical Special Provision -ARTICLE TS-2 LAYOUT OF THE WORK DELETE: The Contractor shall layout the work from the existing facilities. ADD: "The Contractor shall layout the work from the information provided in the Drawings". B. Technical Special Provision ADD: ARTICLE TS-5 ACCELERATED IMPLEMENTATION OF DATE OF GUARENTEE "Upon written request to the OWNER, certain items of equipment will be considered for beginning their warranty period prior to the date of Certificate of Substantial Completion. To be considered,the following conditions must be present: Addendum No. 1 00 91 01 -2 JFK Causeway Area Improvement—Bond (2012), Project E12107 1. Item must be in full,continuous and satisfactory operation for at least 30 days before beginning warranty period. 2. Placing the item into full service must be acceptable to the OWNER. 3. Like items will be considered as a group. Example: If a lift station contains 4 pumps,all 4 pumps must be in place and operating in a fully automatic mode before beginning the warranty period can be considered. If the OWNER does allow the CONTRACTOR to begin the warranty period on certain items prior to the issuance of the CERTIFICATE OF SUBSTANTIAL COMPLETION that in no way affects the Guarantee on the remainder of the work". C. SCTION 02832 Chain-Link Fence—Paragraph 2.06 Concrete DELETE: Section 030020—Portland Cement Concrete ADD: "Section 3C1[1]—Normal Weight Aggregate Concrete" D. SECTION 2B3[4 PIPE Trench Excavation and Backfill—Paragraph 2B3.1 Scope: DELETE: 263.1 Scope This specification is a performance specification as defined in Section 1D General Conditions,Subsection Supplemental General Conditions,Art. SC-1 Definitions. ADD: "This specification is a design specification as defined in Article TS-1 of the Technical Special Provisions". E. SECTION 2B10 Compacted Embankment—Paragraph 2B10.3.3 Density DELETE: 2B10.3.3 Density See Section 1E7 of the Special Conditions. If the material fails to meet the density specified, it shall be reworked as necessary to obtain that density. ADD: 2B10.3.3 Density "See section 0140 00 Quality Management.If the material fails to meet the density specified,it shall be reworked as necessary to obtain that density". F. SECTION 2H1 Flexible Base(Limestone)—Paragraph 2H1.3.7.3 Density DELETE: 2H1.3.7.3 Density Field density tests will be taken in accordance with the provisions as set out in Section 1E7 of the Special conditions. ADD: 2H1.3.7.3 Density "Field density tests will be taken in accordance with the provisions as set out in Section 0140 00 Quality Management and per the materials testing schedule indicated on sheet 2 of the Drawings". G. SECTION 2H18[1]Portland Cement Concrete Pavement- Paragraph 2H18.1 Scope 009101-3 Addendum No. 1 JFK Causeway Area Improvement—Bond (2012), Project No. E12107 DELETE: This specification is a performance specification as defined in Section 1D General Conditions,Subsection "Supplemental General Conditions",Art. SC-1 Definitions. ADD: "This specification is a design specification as defined in Article TS-1 of the Technical Special Provisions". SECTION 2H18[1] Portland Cement Concrete Pavement-Paragraph 2H18.4.1 Excavation DELETE: 2H18.4.1 Excavation: Excavation and Subgrade Preparation shall be as specified on the drawings,Section 2B5 and Section 2H1. ADD: 2H18.4.1 Excavation: "Excavation and Subgrade Preparation shall be as specified on the drawings,and Section 2B6 and Section 2H1". H. SECTION 2H27[2]GEOGRID REINFORCEMENT—Paragraph 2H27.3.2.b-Submittals DELETE: Submit geogrid product data sheet and certification from the Manufacturer that the geogrid product supplied meets the requirements of sub-part 2.02A of this Section. ADD: "Submit geogrid product data sheet and certification from the Manufacturer that the geogrid product supplied meets the requirements of 2H27.4.2 of this Section". SECTION 2H27[2] GEOGRID REINFORCEMENT—Paragraph 2H27.5.5.b—Inspection DELETE: Any damaged or defective geogrid (i.e.frayed coating, separated junctions,separated layers,tears,etc.)will be repaired/replaced in accordance with Section 3.06. ADD: "Any damaged or defective geogrid(i.e.frayed coating, separated functions,separated layers,tears,etc.)will be repaired/replaced in accordance with Section 2H27.5.6". I. SECTION 3C1[1] NORMAL WEIGHT AGGREGATE CONCRETE—Paragraph 3C1.4.2 DELETE: 3C1.4.2 Mix Design Report The cost of the mix design shall be as set out in 1E7 -Testing. ADD: "The cost of the mix design shall be borne by the Contractor". J. SECTION 1165 Submersible Pumps—Wet Pit Submersible Pumps DELETE: Page 1 of 11 ADD: "Revised page 1 of 11.The specified pump model has changed". Paragraphs—"1165.1.4 and 11B5.1.5 are revised to incorporate the new pump model information". 11B51.1.4 List of Equipment to Be Furnished The proposed pumping system is a duplex system with 1 pump providing the design flow. Equipment to be furnished under this specification for each pump shall include but not be limited to 009101-4 Addendum No. 1 JFK Causeway Area Improvement—Bond(2012), Project No. E12107 the following: a. Submersible Pumps And Motors (1) Manufacturer,Model:Xylem(Flygt)NP 3085 w/255 SH Impeller,or approved equal (2) Number 2 pumps (3) Discharge Connection Flange Size 3 (4) Pump Discharge Size 3" (5) Minimum Motor Horsepower: The pump shall not overload the motor at any point on the pump curve but in any case it shall be not less than 4.0 HP. b. Accessories c. Control Panel d. Float Controls e. Aluminum Access Covers-See Subsection 5E9 11B5.1.5 Operating Conditions: a. Minimum Head Conditions 320 GPM @ 15'T.D.H. b. Design Head Conditions 178 GPM @ 51'T.D.H. c. Maximum Head Conditions 40 GPM @ 82'T.D.H. d. Maximum R.P.M 3415 e. Shutoff Head 97' f. Motor Full Load Current at 460 Volts 5.1 amps g. Motor Efficiency(Minimum) Full load 80.5%,3/4 load 82.5%, 1/2 load 82.5% h. Motor Power Factor(Minimum) Full load 0.91%,3/4 load 0.88%, 1/2 load 0.81% SECTION 1165 Submersible Pumps-Paragraph 1165.1.7 DELETE: 11B5.1.7 Tentative Approval Prior To Bidding See Section 1E Special Conditions,Subsection 1E17 for procedure for obtaining tentative approval. ADD: 11B5.1.7 Tentative Approval Prior To Bidding "See Article TS-4 Tentative Approval and Alternate Designs of Subsection"Technical Special Provision"—for procedure for obtaining tentative approval". SECTION 1165 Submersible Pumps-Paragraph 11B5.1.14 Warranty DELETE: c. Accelerated Implementation of Date of Guarantee: See paragraph 6.11 of Subsection 1D1.2 "Supplemental General Conditions". ADD: c. Accelerated Implementation of Date of Guarantee: "See Article TS-5 of Subsection Technical Special Provisions". 009101-5 Addendum No. 1 JFK Causeway Area Improvement—Bond (2012), Project No. E12107 ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings Sheet 4 of 42—Estimated Quantities, Date 2/13/15 Sheet 6 of 42—Existing Topography, Date 2/13/15 Sheet 7 of 42—Demolition Plan, Date 2/13/15 Sheet 10 of 42—Plan & Profile Waterline Option 1 Line A STA. 0+00 to End, Date 2/13/15 Sheet 13 of 42—Plan & Profile Waterline Option 1 Line B STA. 11+00 to STA. 17+14.37, Date 2/13/15 Sheet 14 of 42 —Plan & Profile Waterline Option 1A Line A STA. 0+00 to End, Date 2/13/15 Sheet 15 of 42— Plan & Profile Waterline Option 2 Line A STA.0+00 to End, Date 2/13/15 Sheet 17 of 42 —Plan & Profile Waterline Option 2 Line B STA. 6+51.81 to End, Date 2/13/15 Sheet 18 of 42—Wastewater Gravity Line Plan & Profile, Date 2/13/15 Sheet 19 of 42— Wastewater Force Main Plan & Profile, Date 2/13/15 B. ADD the following Drawing: Added Drawings Sheet 4 of 42—Estimated Quantities, Date Rev. 2-6/29/15 Sheet 6 of 42—Existing Topography, Date Rev. 2-6/29/15 Sheet 7 of 42—Demolition Plan, Date Rev. 2-6/29/15 Sheet 10 of 42—Plan & Profile Waterline Option 1 Line A STA.0+00 to End, Date Rev. 1-6/23/15 Sheet 13 of 42—Plan & Profile Waterline Option 1 Line B STA. 11+00 to STA. 17+14.37, Rev. 1 -Date 6/23/15 Sheet 14 of 42—Plan& Profile Waterline Option 1A Line A STA.0+00 to End, Rev. 1 -Date 6/23/15 Sheet 15 of 42— Plan & Profile Waterline Option 2 Line A STA.0+00 to End, Rev. 1-Date 6/23/15 Sheet 17 of 42 —Plan & Profile Waterline Option 2 Line B STA. 6+51.81 to End, Rev. 1 -Date 6/23/15 Sheet 18 of 42—Wastewater Gravity Line Plan &Profile, Rev. 2- Date 6/29/15 Sheet 19 of 42—Wastewater Force Main Plan& Profile, Rev. 1-Date 6/23/15 009101-6 Addendum No. 1 JFK Causeway Area Improvement—Bond (2012), Project No. E12107 3.02 BRIEF DESCRIPTION OF DRAWING REVISIONS: A. Revision 1-6/23/15 Sheet 10, 13, 14, 15, 17,and 19—Proposed 18"waterline, 8"gas line and 4" MIS conduit planned location in City Project#E11072 were added to the profile on each sheet plus a note#2 requiring the Contractor to coordinate with the Contractor of project E11072 to complete construction and maintain clearance required. B. Revision 2 6/29/15 Sheet 4 includes a revised description to item A2 revision including added contingency line items to parts B,C, D, F,G,and H.Sheets 6 and 7 revision included labeling the type of paving materials for the entry road and parking areas. Sheet 18 revision included the addition profile to the 5'diameter drop manhole with stubouts and 8" PVC line from manhole to the lift station. C. An Exhibit, "Wooden Service Platform Exhibit" is attached that clarifies that the electrical equipment indicated on Sheet 21 of the drawings is to be mounted with the equipment lowest points at or above elevation 10.0.A wooden platform is added to provide easier access to the panels and electrical equipment. ARTICLE 4—QUESTIONS AND CLARIFICATION 4.01 Question: A. Question: "How will the coordination for timing, installation, location of the 2"gas line be handled for backfilling of the gas line being installed by the City?" Clarification: "The Contractor will excavate for the water and gas lines and simultaneously install the lines and backfill the trench.The separation can be reduced to 2'minimum between the 8"water line and 2"gas line.The City Gas Department will have a crew present to place the gas line and to provide joint fusion,fittings or offsets necessary. Proposal item A2 in the BID FORM has been revised accordingly. Additionally,TxDOT has stipulated 48"of cover on the 2"gas line from the tie-in point to their right-of-way that is approximately 280 feet. Beyond that point the cover shall be 3 feet per sheet 26". B. Question: "Does the 6' diameter fiberglass wetwell have to be ribbed and included a closed bottom with anti-flotation ring?" Clarification: "Sheet 20 of the drawing indicates the fiberglass wetwell is to be one piece and ribbed.The closed bottom and anti-flotation ring is not required.The slab of the lift station and connection to the wetwell shall be per detail 2. The fiberglass wetwell has a top per detail 1". C. Question: "The 5'diameter manhole next to the lift station is not indicated is the profile on sheet 18?" Clarification:"The profile was revised and sent to the City lust prior to the Bid documents going to publication.The revised sheet 18 is included in this addendum". D. Question: "The proposed three new water services are shown in the drawings to be tapped off the fire hydrant lead adjacent to the fire hydrant?" 009101-7 Addendum No. 1 JFK Causeway Area Improvement—Bond (2012), Project No. E12107 , Clarification: "The plan is correct and the City Standard Fire Hydrant Assembly Detail on sheet 27 indicates and requires 6"gate valve adjacent to all fire hydrants. Bid item C8, F8,and G8 shall include the required A6"gate valve.The water service shall be tapped in,and prior to the valve so that the hydrant can be isolated for services or repair". E. Question: "Will stainless steel nuts and bolts be required on mega lug fittings and tapping sleeves?" Clarification: "Yes,stainless steel hardware shall be provided.The mechanical joint restraints(mega lugs)shall be epoxy coated and provides with 316 stainless steel T bolts and nuts meeting ASNI/AWWA C111/A21.11.The tapping sleeves shall be all stainless steel with '304'stainless steel bolts and hardware(.ICM#432 or approved equal)". F. Question: "What does the AEP allowance cover and what is to be included by the Contractor?" Clarification: "The allowance covers AEP charges for extending 3 phase service to the pole adjacent to the lift station and placing transformers required.The allowance will cover the 3 phase extension mentioned in Note 1,sheet 21.Contractor will provide conduit and stub ups as shown on sheet 23 for conductors to the service meter". END OF ADDENDUM NO. 1 009101-8 Addendum No. 1 JFK Causeway Area Improvement—Bond (2012), Project No. E12107 00 0100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 0011 16 Invitation to Bid(Rev 03/10/2015) 00 21 13 Instructions to Bidders(Rev 03/10/2015) 00 3000 Bid Acknowledgement Form(Rev 03/10/2015) 00 30 01 Bid Form(Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 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(Rev 03/23/2015) 00 61 13 Performance Bond(Rev 7/3/2014) 00 61 16 Payment Bond(Rev 7/3/2014) 00 72 00 General Conditions(Rev 03/23/2015) 00 72 01 Insurance Requirements(Rev 7/3/2014) 00 72 02 Wage Rate Requirements(Rev 03/11/2015) 00 7?03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work 0123 10 Alternates and Allowances 0129 00 Application for Payment Procedures(Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 0131 14 Change Management 0133 00 Document Management 0133 01 Submittal Register 01 33 02 Shop Drawings 01 33 03 Record Data 0133 04 Construction Progress Schedule ADDENDUM No.1 Table of Contents ATTACHMENT No.1 00 0100-1 JFK Causeway Area Improvements(Bond 2012)—Project No.E12107 PAGE 1 OF 3 REV 03-23-2015 Division/ Title Section 0133 05 Video and Photographic Documentation 0135 00 Special Procedures 0140 00 Quality Management 01 50 00 Temporary Facilities and Controls 0157 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 02449 Installation of Utilities by Horizontal Directional Drilling 02577 Pavement Marking(Solvent Based) 02832 Chain-Link Fence(Heavy Duty-Vinyl Coated) 021010 Project Signs Part T Technical Specifications Technical Special Provisions 1E20[4] Storm Water Pollution Prevention 2A4[2] Removing Existing Concrete 281 Site Grading 282[1] Structural Excavation and Backfill 2B3[2] Pipe Trench Excavation and Backfill 2B6[1] Roadway Excavation and Backfill 2810[1] Compacted Embankment 2814[1] Geotechnical Investigation 2G2[3] Ductile Iron Pipe and Fittings(Water Lines) 2G1[7] Polyvinyl Chloride Pipe and Fittings for Water Lines and Force Mains(C-900&C-905) 2G4[1] Polyvinyl Chloride Pipe and Fittings for Water Lines(SDR 21) 2G4[5] Fusible AWWA C-900 PVC Pipe 2G8[1] Gate Valves for Potable Water Lines 2G9[1] Fire Hydrants 2G11[2] Installation of Water Pipe 2G12[1] Hydrostatic Testing of Pressure System 2G14[2] Polyvinyl Chloride Pipe and Fittings for Sewer Lines(SDR 26) 2G17[1] Sanitary Sewer Manholes(Fiberglass) ADDENDUM No.1 Table of Contents ATTACHMENT No.1 00 0100-2 JFK Causeway Area Improvements(Bond 2012)—Project No. E12107 PAGE 2 OF 3 REV 03-23-2015 Division/ Title Section 2H1[6] Flexible Base (Limestone) 2H17[1] Removing and Replacing Pavements,Curb and Gutter, Driveways and Sidewalk 2H18[1] Portland Cement Concrete Pavement 2H27[2] Geogrid Reinforcement 2L10[1] Nationwide Permit Application 3A1 Concrete Form Work 3B1 Concrete Reinforcement 3C1[1] Normal Weight Aggregate Concrete 3C4(1) Concrete Structures 5E9(2) Aluminum Access Covers(Standard Weight) 9K1[1] Painting Yard Piping 1185[1] Wet Pit Submersible Pumps(Wastewater) 13980 Control Panels 16010 Electrical General Requirements 16053 Identification for Electrical Systems 16170 Grounding and Bonding 16402 Electrical Wiring Systems 16421 Utility Service Entrance 16460 Dry-Type Transformers 16490 Disconnect Switches 16496 Manual Transfer Switches—Low Voltage Attachments Attachment 1 Subsurface Exploration, Pavement and Geotechnical Recommendations—RETL Job No.—G113124 Attachment 2 Permit No.SWG-2014-00816 Nationwide Permits 12 and 33 for Installation of a New Single 8"Waterline,4"Sewer Force Main and 2"Gas Line Attachment 3 Permit No.SWG-2014-00816 Nationwide Permit 14 for Replacement and Widening of the Existing Snoopy's Pier Access Drive Attachment 4 TxDOT Utility Permits Attachment 5 TxDOT Driveway Permit END OF SECTION ADDENDUM No. 1 Table of Contents ATTACHMENT No.1 00 0100-3 JFK Causeway Area Improvements(Bond 2012)—Project No.E12107 PAGE 3 OF 3 REV 03-23-2015 00 30 01 BID FORM 00 30 01 BID FORM Project Name: JFK Causeway Area Improvements (Bond 2012) Project Number: E12107 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A•General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 ;$ - $. - A2 Trench Excavation and Backfill for City Gas Line LF 1,135 T$ - s$. - SUBTOTAL PART A-GENERAL(Items Al thru A2) i$i - Part B-ROADWAY IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Remove Asphalt Paving and Base and Disposal SY 300 [L ; B2 Remove Existing Concrete Pavement and Disposal SY 1,600 ,, B3 Scarify, Grade and Compact Subgrade SY 2,440 ;; 'j B4 Roadway Excavation and Backfill (Shoulder) SY 840 ',, '' 35 Compacted Select Fill (Limestone) -(Shoulder) SY 840 ( ;, ;; B6 Tensar TX5 Geogrid Reinforcement SY 840 , `,, B7 6" Reinforced Concrete Pavement SY 2,440 lab ;; B8 Turn Down Beam LF 1,035 f , B9 Timber Bollards w/Stainless Steel Cable LF 580 a ;; .j B10 Pavement Markings/Stripping LS 1 EN III 5 B11 Traffic Control, Phasing and Signage LS 1 7 AI ;; B12 SWPPP and Silt Fence LS 1 Imo, ;'-z B13 Contingency for Unanticipated Roadway Improvements LS 1 $411,000,00 I I.,0(10.4 SUBTOTAL PART B-ROADWAY IMPROVEMENTS(Items B1 thru B13) Part C -WATER IMROVEMENTS -OPTION 1 (OPEN CUT) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl Dewatering LF 2,390 j C2 8" PVC C-900 Open Cut LF 2,390 C3 Trench Safety LF 2,390 ', I '1 C4 8" Gate Valve and Box EA 6 ', C5 8" Ductile Iron Tee EA 3 C6 8"x11.25 or 45 Degree Restrained Ductile Iron Bend EA 8 C7 8"x90 Degree Restrained Ductile Iron Bend EA 2 `� C8 Fire Hydrant Assembly Complete in Place EA 3 '; C9 Services w/Meter Assembly EA 4 '� ADDENDUM No. 1 Bid Form ATTACHMENT No.2 Page 1 of 4 JFK Causeway Area Improvements(Bond 2012) - Project E12107 PAGE 1 OF 1 REV03/23/2015 SECTION 02577-PAVEMENT MARKING (SOLVENT BASED) PART I —GENERAL 1.1 SCOPE A. This item shall consist of the painting of markings and striped on the surface of the roadways applied in accordance with these Specifications and at the locations shown on the Plans or as directed by the Engineer. PART 2—PRODUCTS 2.1 PAINT A. Parking area striping shall be as follows: 1. Set fast acrylic zone marking paint(white—TM5632 and yellow—TM 5645) 2. Set fast premium VOC compliant acrylic traffic marking paint(Red-TM5628) B. All products as manufactured by Sherwin Williams,or approved equal. Apply in two(2)coats(7 mils dry film thickness)in accordance with specifications and manufacturer's printed procedures. PART 3—EXECUTION 3.1 CONSTRUCTION METHODS: A. Weather Limitations 1. The painting shall be performed only when the existing surface is dry and clean,when the atmospheric temperature is between(40°F- 110°F),the temperature is at least 5°F above the dew point,the relative humidity is 85%or less and when the weather is not excessively windy,dusty,or foggy.The suitability of the weather will be determined by the Owner's representative. B. Equipment 1. All equipment for the work shall be approved by the Owner's representative and shall include the apparatus necessary to properly clean the existing surface,and mechanical marking machine,and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. 2. The mechanical marker shall be an approved atomizing spray-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-out edges without running of spattering and within the limits of straightness set forth herein. 3. Suitable adjustments shall be provided on the sprayer(s)of a single machine or by furnishing additional equipment for paining the width required. C. Methods 1. Methods: Airless and Conventional Spray. Q2577-1 Pavement Marking (Solvent Based) ADDENDUM No.1 ATTACHMENT No.3 PAGE 1OF5 Conventional Spray: Typical fluid tip size is about 0.1"orifice,with a matching fan cap designed for striping application. Working pressures will vary with ambient temperatures. The correct pressure is the lowest pot and atomizing pressure that produces a flat line of the correct thickness. Heated air atomized spray may also be used,allowing improved spray ability but not necessarily dry time. Quick-drying application can be expected at ambient temperatures within recommended range. Airless Spray: Typical working pressures are 1500 to 2000 psi,using a.015"to.017"tip size in a walk behind striping machines. 50 to 100 mesh filters at the gun are recommended. This traffic marking paint is not recommended for brush or roller application. If the striping machine is used with waterborne paint,care must be taken to prevent contamination of the paint types. D. Preparation of Existing Surface I. Immediately before application of the paint,the existing surface shall be dry and entirely free from dirt, grease, oil, acids, laitance, or other foreign matter which would reduce the bond between the cost of paint and the pavement. The surface shall be thoroughly cleaned by sweeping and blow as required to remove all dirt, laitance,and loose materials. 2. Areas which cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3Po4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to painting. 3. The presence of concrete sealers or efflorescence of new concrete may interfere with adhesion, and should be removed by extended weathering, etching, or abrasive blasting. Most previously painted lines may be repainted without additional surface preparation, provided the old paint is still tightly adhered to the surface. However,multiple layers of paint will eventually peel,and will require removal. 4. New asphalt surfaces should ideally be allowed to age several months before striping.. Solvent-based paints may cause bleeding through the paint. Placing an inconspicuous test stripe to determine if the asphalt has aged sufficiently to use solvent paint is recommended. If it is necessary to paint a fresh asphalt surface, use a latex striping paint following the recommended procedures. E. Layouts and Alignments 1. Suitable layouts and lines of proposed striped shall be spotted in advance of the paint application.Control points shall be spaced at such intervals as will insure accurate location of all markings. 2. The Contractor shall provide an experienced technician to supervise the location, alignment, layout,dimensions,and application of the paint. F. Application 1. Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified.Paint shall not be applied until the layouts, indicated alignment,and the condition of the existing surface have been approved by the Owner's representative. 2. The paint shall be mixed in accordance with the manufacturer's instructions before application. The paint shall be thoroughly mixed and applied to the surface of the pavement with the marking machine as its original consistency without the addition of thinner. If the paint is applied by brush, the surface shall receive two(2) coats; the first (1") coat shall be thoroughly dry before the second(2"d)coat is applied. Q2577-2 Pavement Marking (Solvent Based) ADDENDUM No.1 ATTACHMENT No.3 PAGE 2 OF 5 3. Thinning should not normally be required. Additional solvent could raise the intended VOC, and may slow dry time or promote bleeding on asphalt surfaces. Clean-up with Xylene, Toluene,or MEK. 4. White only may be tinted with up to 4oz. colorant per gallon. Exterior grade colorants only should be used. Handicap Blue may be obtained by tinting the White with 2-3 oz.of blue per gallon. 5. A period of three (3) weeks shall elapse between the placement of the bituminous surface course and the marking of the pavement. The paint shall not bleed excessively, curl, or discolor when applied to bituminous surfaces. 6. In the application of straight stripes, any deviating of the edges exceeding one-half(1/2") in fifty feet(50')shall be obliterated and the marking corrected.The width of the markings shall be as designated within a tolerance of five percent (5%). All painting shall be performed to the satisfaction of the Owner's representative by competent and experienced equipment operators,laborers,and artisans in a neat and workmanlike manner. 7. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Owner's representative shall be notified upon arrival of shipment or inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Owner's representative. The containers shall make an accurate accounting of the paint materials used in the accepted work. G. Protection 1. After application of the paint, all markings shall be protected while the paint is drying. The fresh paint shall be protected from damage of any kind. The Contractor shall be directly responsible and shall erect or place suitable warning signs, flags or barricades, protective screens, or coverings as required. All surfaces shall be protected from disfiguration by spatter,splashes,spillage,drippings of paint or materials. H. Defective Workmanship or Material 1. When any material not conforming to the requirement of the Specifications or Plans has been delivered to the Project or incorporated in the work or any work performed is of inferior quality,such material or work shall be corrected as directed by the Owner's representative,at the expense of the Contractor. Q2577-3 Pavement Marking (Solvent Based) ADDENDUM No. 1 ATTACHMENT No.3 PAGE 3 OF 5 DIVISION 2 -SITE WORK SECTION 2G-SITE UTILITIES 2G2131 DUCTILE IRON PIPE AND FITTINGS (WATER LINES) 2G2.1 SCOPE: This specification shall govern for all work necessary for furnishing all ductile iron pipe and fittings required to complete the potable water lines. Ductile iron pipe shall be used only when approved in writing by the Engineer. This specification shall govern for all work necessary to accomplish ductile iron pipe and fittings required to complete the project. This specification is a design specification as defined in Article TS-1 of the Technical Special Provisions. 2G2.2. GENERAL: 2G2.2.1 Ductile Iron Pipe: All ductile iron pipe shall conform to ANSI A21.50/AWWA C-150,latest edition. 2G2.2.2 Lining: The interior of the pipe and fittings shall be lined with enameled cement mortar,standard thickness as specified in ANSI A2 I.4-85/AWWA C-104. 2G2.3 PIPE: Pipe shall have a minimum wall thickness as follows: 6" Diameter 0.25 inch (Class 350) 8" Diameter 0.27 inch (Class 350) 10" Diameter 0.29 inch (Class 350) 12" Diameter 0.31 inch (Class 350) 14" Diameter 0.33 inch (Class 300) 16" Diameter 0.34 inch (Class 300) 18" Diameter 0.35 inch (Class 300) 20" Diameter 0.36 inch (Class 300) 24" Diameter 0.38 Inch (Class 250) 2G2.4 FITTINGS: Fittings shall be ductile iron and shall conform to ANSI A21.10/AWWA C-110, latest edition. Ductile iron fittings shall be Pressure Class 350. 2G2.5 JOINTS: 2G2.5.1 General: Joints for fittings shall be mechanical joint. Joints for pipe shall be push on joints. 2G2.5.2 Mechanical Joints: Mechanical joints shall conform to ANSI A21.1l/AWWA C-111, latest edition. Mechanical joints shall be furnished complete with joint material, rubber, bolts, nuts, glands, and gaskets. Gaskets material shall be synthetic rubber,odor free and containing no natural rubber. 2G2.5.3 Push-On Joints: Push-on joints shall conform to ANSI A21.11/AWWA C-111, latest edition. Push-on joints shall be complete with lubricant and gasket material. Gasket material shall be synthetic rubber,odor free and containing no natural rubber. 2G2.5.4 Certification: The manufacturer shall furnish a copy of the manufacturer's affidavit of compliance with specifications and a certified copy of an analysis of the material in each gasket showing the type of synthetic rubber and that no natural rubber is present. Certification shall accompany each order delivered. 2G2 Ductile Iron Pipe&Fittings ADDENDUM No. 1 Page 1 of 2 ATTACHMENT No.3 PAGE 4 OF 5 2G2.6 EXTERIOR COATING/WRAPPING: Pipe and fittings shall have a bituminous coating approximately 1 mil.thick and shall be wrapped with polyethylene in accordance with AWWA Specification C-105, latest edition. The polyethylene material shall have an 8 mil.thickness and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe and fittings shall have a minimum 6" lap. Ductile Iron Pipe&Fittings ADDENDUM No.1 Page 2 of 2 ATTACHMENT No.3 PAGE 5 OF 5 VAIRES ...... r-ii SEE EQUIPMENT RACK DETAIL 1 111 ELECTRICAL EQUIPMENT MI '■ ills' SEE EQUIPMENT RACK DETAIL NMIi♦ MO II III1111 ■' 2-3/8"X 4" STAINLESS LAG BOLT, 6'-6"MAX p 2X6 JOISTS @ 3'0 MAX O.C. #10 X 3"STAINLESS DECK SCREWS 2x6" DECKING 2-1/2"X 4" STAINLESS LAG BOLT li _ :C 0`I 1 1. 1:°.,f E II 2x6"JOISTS to T J I1-- .-11 )IIA 11=111=I I= . 2"x4" LADDER AS NECESSARY ,. , : _ I _ i-11I_ 1--11 • 3'-6" 4"X6" POST, 12" DIA CONCRETE . , N 1, t _.. N ,. FRONT/BACK VIEW c 0 m 4"X6"POST, SEE EQUIPMENT RACK DETAIL a N ELECTRICAL EQUIPMENT&SUPPORTS >, SEE EQUIPMENT RACK DETAIL(SHEET 21) .0 ELECTRICAL EQUIPMENT MUST BE ABOVE FLOODPLAIN (EL. 10) 4, ' 6'-6" MAX U 2x6"DECKING 2-#10X3" DECK SCREWS EACH JOIST v, #10 X 3"STAINLESS m SCREWS @18"O.C. 3' �•- 4-1/2"X 3 1/2"LAG BOLT LW _ 2"x6"JOISTS MI El ITN 2"x4" LADDER AS NECESSARY n _J U ell TOP OF GROUND I- NOTES: `J 3-6"1111111— I- 01. ALL WOOD SHALL BE i PRESSURE TREATED. 0 2. ALL FASTENERS SHALL BE ti. _i_ • : — STAINLESS STEEL. 0 0 SIDE VIEW Ln 4"X6" POST, 12" DIA CONCRETE oo co i GRAPHIC SCALE 1/4"=1' a I. 0 tn WOODEN SERVICE PLATFORM URBAN EXHIBIT IINENGINEERING ; ADDENDUM No. 1 I a.` EXHIBIT MC.381•543101 reetto.wc.(11.1 JobNo.Ma6400 7115 ECWS.S ©copyright 2015 Urban Engineering PAGE 1 OF 1 ! I F, 7t � • ` ! Nig" § | } ; ��� � f ts! , �2 ■r� : / " | _ ! 2 , || all i \F9 § | I , i! \ ! | `� ` . ,. , .,,., l., / ! ' , -bz , . ` - , " ` • 29` . N! § ; ! | / j _ _ _ | | � , ■ | -, , _ ___TM 2 � §f �K7uEW� A� W�oEEq . . , VR�N , ® cy7 ® � ® « '* 293 minJim ® , AGI k / CO ESTIMATED QUANTITIES ® CopFtalPrograms a | x � 4 > X0000 i s ARA a L.� \ � .r a.�^�.`. �$��J. ..}•_a—ub ,y rC _ } —_'� F�k�r`'-}>�� �� / I1 '. t\ rCa• .—. C _O.J � _ _> S JL>C �. -0>� r,J�lr`-2� ' 9� � . �Yp.`•fir r >r 'FdaC I I,4S .}�f - r.. ]a_,, .F }" }. i efi,>a o-•� rr"o E y }lp .. __ r REV 2 N/S/IS ECU CRY REPa Cr//l1CATa6 RtN3�OR NO. GIF BY OLSCRPfICN _...— _....• flEVlStfl Iq. CINE 8r 06CRPMrr ��- fE ,tt �i cn JFK CAUSEWAY AREA IMPROVEMENTS _ CITY OF URBAN rn CORPUS CHRISTI Cb TEXAS ENGINEERING ''!p;6.t` .p MMv'on m""�n,s ',°°',' e[mt Exmcu�o®eo o � EXISTING TOPOGRAPHY N Capital Programs rtamapVaryw a s 3 a n � i gg€ v Vl I - ,o ti 3 UA/M(11 CAI ca 111 x aNKYAlg6 you wa. arr er ocuwrnox nn+sox ra. arz En Aman � cn JFK CAUSEWAY AREA IMPROVEMENTS CITY c OF URBAN § " V CORPUS CHRISTI ENGINEERING �•'',".� la DEMOLITION PLAN TEXAS N Capital Programs ¢smu WMaq 8 x 4 e rn w p � x8 Y cMI. ..� rOR1 l� 2 M AIR r" �N m o , I � 6f 31,1I1 Stl9,9 '10111 BZ= =� Iat s ;baa iav i oytt/te to imm turtn/crs/.a aomx9.su awo aE\15i9n"o. wrt oese9nnaet ae�lsiox n". mm er o6etePno" y JFK CAUSEWAY AREA IMPROVEMENTS CITY OF URBAN CORPUS CHRISTI VRURBAN`."w9a"wicN ENGINEERING& PROFILE TEXAS co ——- =- ca y .9aalB x p " se�iu®eo®ta STA. 0+00 TO END Capital programs rc ne."olwvoU g s 4 Y F m rn w o u m Ia � 8 p°'_I'° l �f MATCHLINE STA I'1+00 Taa a � 12+00 MIMI w: Zz 6 - o s � � �m s -- m 8 � g SIR I g9 r M FOKD l m rn w JFl(YEWNILL C415EWAY fAONfAGE POAD DkV I aJi�/IS D]I ADSED'N1iP/W`/126 MOSvbIG 0 SIA IiNO PM40N ND. DAIS I DESCRPT ! REVISpN X0. w.¢ BY DESCPoPIgN Lo JFK CAUSEWAY AREA IMPROVEMENTS _ CITY OF URBAN ;x a CORPUS CHRISTI ENGINEERING T PLAN & PROFILE TEXAS p WATERLINE OPTION 1 LINE B 0 co �.I.�zlol YS 4D®CDm[C DID0.J IL N STA. 11+00 TO STA. STA_ 17+14.37 Capftaf Arogroms n e I�+ISUNY+A a s s tl. a m Z ZB o � DZ 0 9 ae Oil D IRE 1 6�Mx 4 iN41C Si4YE Ma ,�r s J ,r' i.WAE Wn vNK I O � i0 O� W an tl oeN/�s ca .mm iwiu/us/ra omsays a su sew RLNSWI N0. are ar CESCPoPIION PEM90l1 W. WE W pES�yytlpH n� Lo JFK CAUSEWAY AREA IMPROVEMENTS _ CITY OF URBA�CORPUSA CHRISTI ENGINEERI cb PLAN & PROFILE TEXAS WATERLINE OPTION IA LINEA N STA. 0+00 TO END capital Progromr nnma@yr4np $ n m w o u m m a 'am �^ A a.p .. -.wry' � ' F � .-• i—Wcil�. awo( _ I 1 a3 Q�Q1�� I Irl Sh s i a c € , 3 $0 l o E: z p —Zr^ r + f 4 m D �St S D o ; K•as Ta; �•�.� Ufa � I �9 F .. spa I ISO 91,® , Iz st •Napa vu�[ Ta m w o w m m MI 0 AVIS av mn rTTa/c s/N5 aNavc a nA a.so AEN90N N0. WTE I w OE54PonMN PENSaN N0. OI.LE er p(yZgpTpN y JFK CAUSEWAY AREA IMPROVEMENTS CITY OF uRQAN A — � `Cn CORPUS CHRISTI \ I ENGINEERING :;'.Ct J. PLAN & PROFILE TEXAS WATERLINE OPTION 2 LINEA STA. 0+00 TO END Capita;Program- ngTNawumy a � Y �, e•� 1nx J M 8 e� �_ �_� �g�gp• a m� p oo � IpMp 0 o A�o A m pppp;?�P As 's 1we 13Noo sl - gi a- g a ' ' e•1u saw wo M 1 06/11/15 as1 A=VAMVW/W o'tostc a nA uwo xnnsax xaI are er oeSCmriax aErlsox rro. — w oarmrllw y JFK CAUSEWAY AREA IMPROVEMENTS CITY OF URBAN �^ fig A A I v `° CORPUS CHRISTI � _ ENGINEERING o, PLAN & PROFILE TEXAS ••:.. o WATERLINE OPTION 2 LINE B - 2M"""°" , . N STA. 6+51.81 TO END Capital Programs nec alaryynnny g a 3 f r i S 19; f' lag ¢ 6L Fm m > r Its k T r F J :5 :< a � s '° I R�� g O� A N O N A - of r °.v� as/mhs as a°aravxs mama ae�.vax xo. aa: er oescwPnox ..._. nenspx xo. wre °r -- orxwProx - cn JFK CAUSEWAY AREA IMPROVEMENTS CITY of CORPUS CHRISTI EN ENGINEERING WASTEWATER GRAVITY LINE rExas 0p„� a �� °m a.x„u a ca.usn°, aantrc .a m,m 1 co PLAN & PROFILECapital Programs asrno pyy°w 8 x § OI O A OD N N c� 8 s•Ix o>hx $ uaa S v r, HA ' € .< SFQ � $ G RE All E 2 Ep P i.m �.m s qq $ 75�_ pppp 9b1 S6 9� s o oust a,� IRN I 06/1]/IS EPI A.Rp Miq/GS/16 al1�O 50.9.YI PMAOx N0. 61iE OESCPoPIN)N �V15i0N N0. 611E Bf OEYPoFlION 44.9 y JFK CAUSEWAY AREA IMPROVEMENTS _ CITY OF URBAN CORPUS CHRISTI ENGINEERING T TEXAS WASTEWATER FORCE MAIN �...,s a 0 N PLAN & PROFILE Capital Progr— 6smvpmlaW $ ,.. 00 0100 TABLE OF CONTENTS Ono Division/ Title Section ir,. Division 00 Procurement and Contracting Requirements 00 11 16 Invitation to Bid (Rev 03/10/2015) 00 21 13 Instructions to Bidders(Rev 03/10/2015) 00 30 00 Bid Acknowledgement Form(Rev 03/10/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement(Rev 03/23/2015) irk 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions(Rev 03/23/2015) 00 72 01 Insurance Requirements(Rev 7/3/2014) 1. 00 72 02 Wage Rate Requirements(Rev 03/11/2015) 00 72 03 Minority/MBE/ DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 0131 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 0133 01 Submittal Register 0133 02 Shop Drawings Table of Contents 00 0100-1 JFK Causeway Area Improvements(Bond 2012)—Project No. E12107 REV 03-23-2015 Division/ ..� Section Title 01 33 03 Record Data 01 33 04 Construction Progress Schedule .� 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 0140 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications I 02449 Installation of Utilities by Horizontal Directional Drilling 02832 Chain-Link Fence (Heavy Duty-Vinyl Coated) I 021010 Project Signs I Part T Technical Specifications Technical Special Provisions 1E20[4] Storm Water Pollution Prevention 2A4[2] Removing Existing Concrete 2B1 Site Grading 2B2[1] Structural Excavation and Backfill 263[2] Pipe Trench Excavation and Backfill 266[1] Roadway Excavation and Backfill 2B10[1] Compacted Embankment 2B14[1] Geotechnical Investigation 2G1[7] Polyvinyl Chloride Pipe and Fittings for Water Lines and Force Mains (C-900 & C-905) 2G4[1] Polyvinyl Chloride Pipe and Fittings for Water Lines (SDR 21) 2G4[5] Fusible AWWA C-900 PVC Pipe 2G8[1] Gate Valves for Potable Water Lines 2G9[1] Fire Hydrants 2G11[2] Installation of Water Pipe 2G12[1] Hydrostatic Testing of Pressure System 2G14[2] Polyvinyl Chloride Pipe and Fittings for Sewer Lines (SDR 26) 2G17[1] Sanitary Sewer Manholes (Fiberglass) Table of Contents 00 01 00- 2 JFK Causeway Area Improvements(Bond 2012)—Project No. E12107 REV 03-23-2015 • j,. Division/ Section Title 2H1[6] Flexible Base (Limestone) 2H17[1] Removing and Replacing Pavements, Curb and Gutter, Driveways and Sidewalk 2H18[1] Portland Cement Concrete Pavement 2H22[1] Pavement Marking (Reflectorized Paint) 2H27[2] Geogrid Reinforcement 2L10[1] Nationwide Permit Application 3A1 Concrete Form Work 3B1 Concrete Reinforcement las 3C1[1] Normal Weight Aggregate Concrete 3C4[1] Concrete Structures 1r. 5E9[2] Aluminum Access Covers (Standard Weight) 9K1[1] Painting Yard Piping 11B5[1] Wet Pit Submersible Pumps (Wastewater) 13980 Control Panels 16010 Electrical General Requirements 16053 Identification for Electrical Systems 16170 Grounding and Bonding 16402 Electrical Wiring Systems 16421 Utility Service Entrance 16460 Dry-Type Transformers 16490 Disconnect Switches 16496 Manual Transfer Switches—Low Voltage Attachments Attachment 1 Subsurface Exploration, Pavement and Geotechnical Recommendations—RETL Job No.—G113124 Attachment 2 Permit No. SWG-2014-00816 Nationwide Permits 12 and 33 for Installation of a New Single 8" Waterline,4" Sewer Force Main and 2" Gas Line Attachment 3 Permit No. SWG-2014-00816 Nationwide Permit 14 for Replacement and Widening of the Existing Snoopy's Pier Access Drive Attachment 4 TxDOT Utility Permits '' Attachment 5 TxDOT Driveway Permit END OF SECTION Table of Contents 00 0100-3 JFK Causeway Area Improvements(Bond 2012)—Project No. E12107 REV 03-23-2015 L 0011 16 INVITATION TO BID ARTICLE 1—GENERAL NOTICE 1.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project: JFK Causeway Improvements Im rovements Project Number E12107 A. The project will include the reconstruction and widening of the private road to include a shoulder to provide additional width for emergency access and event parking. The existing concrete roadway is deteriorated and will be reconstructed concrete pavement with new paved shoulders. The roadway will be widened along its east side from the curve at end under the bridge to Snoopy's parking lot. Turndown beam will be constructed for approximately 750 linear feet along both edges of the new paved road to help minimize excess fill in jurisdictional areas and serve as protection of the roadway from seasonal tidal variations that push water in the tidal flats up to the roadway. New water and sewer lines will be installed approximately 3 to 4 feet below existing grade and 3 fire hydrants will be installed to provide fire protection to each of the 3 businesses as well as new individual water meters. A wastewater pump station will be constructed east of Marker 37 and will have an estimated bottom elevation of-15.0 feet to allow for service of future GLO Lease areas. A new gravity line will be installed to provide service to Marker 37. B. DESCRIPTION OF ALTERNATES 1. Alternate No. 1—Water Improvements Option 1A(Open Cut East Side) a. Alternate No. 1 will include installation of approximately 639 linear feet of the 8" PVC water line adjacent to the proposed shoulder addition in the low lying tidal flats east of the existing private drive; instead of along the west side of the drive and across parking areas. Bid items with an "F" designation have been included in the Bid Form Exhibit A. 2. Alternate No. 2 —Water and Wastewater Improvements Option 2 (Horizontal Directional Drilled) a. Alternate No 2 will include installation of 2,041 linear feet of 8" PVC water line by horizontal directional drilling method. Only the three fire hydrant leads will be installed by the open cut method, and approximately 215 feet at the directional drilled pad sites. Additionally included is 720 linear feet of 4" PVC force main parallel to the water main loop back to the Park Rd. 22 access road. Bid items with designations of"G" and "H" have been included in the Bid Form Exhibit A. The Engineer's Opinion of Probable Construction Cost for the Project Base Bid is$1,317,216.65. 1.02 The Project is to be substantially complete and ready for operation within 150 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. Invitation to Bid 00 11 16-1 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-10-2015 1 ARTICLE 2—EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: 1 http:/www.civcastusa.com/ 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. I 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. ARTICLE 3—PRE-BID CONFERENCE A There will not be a mandatory pre-bid conference for the Project. But Bidders are encouraged I to attend due to the somewhat complex bidding format with the different bid options. 3.01 Non-mandatory pre-bid conference for the Project will be held on Tuesday,June 30,2015 at 10:30 am at the following location: City Hall Building I Engineering 3'd Floor Meeting Room 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 4—QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 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 prior to the date of the bid opening. Inquiries made after this period may not be addressed. I 4.02 A response to a question posted on the website that requires modification of the Contract 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. 5.02 Minority participation for this Project has been established to be 45%of the Contract Price. 1 5.03 Minority Business Enterprise participation for this Project has been established to be 15%of the Contract Price. I Invitation to Bid 00 11 16-2 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV03-10-2015 I I 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. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 7 below. 6.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%)of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. E. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 6.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 6.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. ARTICLE 7—DELIVERY OF BIDS 7.01 Electronic Bids must be submitted to the CivCastUSA website at www.CivCastUSA.com no later than 2:00 PM,Wednesday,July 8,2015 to be accepted. The Bids will be publicly opened and read aloud at this time at the City Council Chambers or Staff Room, 1St floor of the City Hall Building. Bids received after this time will not be accepted. If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 L Invitation to Bid 00 11 16-3 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-10-2015 I Attention: City Secretary Bid—JFK Causeway Area Improvements (Bond 2012, Project No.E12107) 7.02 Bids will be publicly opened and read aloud at 2:00 PM,Wednesday,July 8, 2015 at the following location: City Hall Building- City of Corpus Christi First Floor Council Chambers Staff Meeting Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 8—AWARD OF CONTRACT I 8.01 It is the intent of the Owner to award this Contract to either the lowest responsible Bidder or the Bidder who provides the best value 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. 8.02 The award may also be mandated by the requirements of the US Army Corps of Engineers (USACE) Permit. Alternate Bid options are provided to facilitate those potential requirements. ARTICLE 9—OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area i established by the Owner and included in the Contract Documents. 9.02 Contractors for this Project must obtain and provide the necessary insurance, including 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 I I 1 I Invitation to Bid 00 11 16-4 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-10-2015 I 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 tie 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence i" 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors i"' 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory im` Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence ir. Contractor's Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required V Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. ir. Builder's Risk(All Perils including Collapse) Equal to Contract Price ❑ Required g Not Required Installation Floater Equal to Contract Price ❑ Required Ci Not Required be Owner's Protective Liability rqual 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. r.. Insurance Requirements 00 72 01-1 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 I 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 I Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights 3 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 3 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. 3 1.03 CONTRACTOR'S INSURANCE 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 through a licensed insurance3 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" 3 endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. I Insurance Requirements 00 72 01-2 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 I I 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 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 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; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01-3 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 I 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 I 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. I 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; I 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. I Insurance Requirements 00 72 01-4 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 1 I 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: Ii. 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 occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01-5 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 I caused by flood); and such other perils or causes of loss as may be 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. I 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. I 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. 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 1 Insurance Requirements 00 72 01-6 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV07-03-2014 I 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 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 I 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. I 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, I 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: City of Corpus Christi—Engineering Attn: Construction Contract Admin. I 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: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission,or a coverage agreement (TWCC- 81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. I Insurance Requirements 00 72 01-8 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV07-03-2014 I L 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 Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L Insurance Requirements 00 72 01-9 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 I 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 I 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 3 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 I 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. 3 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 1 I Insurance Requirements 00 72 01-10 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 07-03-2014 L 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY ARTICLE 1—PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities,women, and Minority Business Enterprises(MBE)to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy,the City has established goals,as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person,firm, partnership, corporation, association,or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person,firm, partnership, corporation, association,or joint venture as herein identified as providing work, labor,services, supplies, equipment, materials,or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage,and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. L Minority/MBE/DBE Participation Policy 00 72 03-1 JFK Causeway Area Improvements(Bond 2012) Project No. E10048 11-25-2013 I D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin,American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. I E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women,or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof,founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 11 16 INVITATION TO BID. B. These goals are applicable to all the construction work(regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE I A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. I B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project,the Contractor will indicate, in writing,the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION 1 1 1 Minority/MBE/DBE Participation Policy 00 72 03-2 JFK Causeway Area Improvements(Bond 2012) Project No. E10048 11-25-2013 , L 00 73 00 SUPPLEMENTARY CONDITIONS L 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. LThe 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. EARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: LCity of Corpus Christi,Texas Urban Engineering I 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 IConditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction Eso 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 to and within the Site, inability to work due to wet or muddy Site conditions,delays in I 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. L 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Corpus Christi Naval Air Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 1 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 25 rain days have been set for this Project. An extension of time due to rain days will be considered only after 25 rain days have been exceeded in a calendar year I Supplementary Conditions 00 73 00-1 LJFK Causeway Area Improvements(Bond 2012)—Project E12107 11-25-2013 I and the 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 I by the Owner or Contractor in delay claims. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS I 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: a. Subsurface Exploration, Pavement and Geotechnical Recommendations for the Proposed JFK Causeway Area Improvements(Bond Issue 2012) City of Corpus Christi Project No. E12107, Corpus Christi,Texas: RETL Proposal Number G113124, March 27, 2014 (Included in Attachments as Attachment 1) SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES I SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: I "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." I END OF SECTION I I I Supplementary Conditions 00 73 00-2 JFK Causeway Area Improvements(Bond 2012)—Project E12107 11-25-2013 00 52 23 AGREEMENT This Agreement,for the Project awarded on September 8,2015 , is between the City of Corpus Christi (Owner)and Bridges Specialties, 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: JFK Causeway Area Improvements(Bond 2012) Prosect No. E12107 A. The project will include the reconstruction and widening of the private road to include a shoulder to provide additional width for emergency access and event parking. The existing concrete roadway is deteriorated and will be reconstructed concrete pavement with new paved shoulders. The roadway will be widened along its east side from the curve at end under the bridge to Snoopy's parking lot. Turndown beam will be constructed for approximately 750 linear feet along both edges of the new paved road to help minimize excess fill in jurisdictional areas and serve as protection of the roadway from seasonal tidal variations that push water in the tidal flats up to the roadway. New water and sewer lines will be installed approximately 3 to 4 feet below existing grade and 3 fire hydrants will be installed to provide fire protection to each of the 3 businesses as well as new individual water meters. A wastewater pump station will be constructed east of Marker 37 and will have an estimated bottom elevation of-15.0 feet to allow for service of future GLO Lease areas. A new gravity line will be installed to provide service to Marker 37. B. DESCRIPTION OF ALTERNATES 1. Alternate No. 1—Water Improvements Option 1A(Open Cut East Side) a. Alternate No. 1 will include installation of approximately 639 linear feet of the 8" PVC water line adjacent to the proposed shoulder addition in the low lying tidal flats east of the existing private drive; instead of along the west side of the drive and across parking areas. Bid items with an "F" designation have been included in the Bid Form Exhibit A. Agreement 00 52 23-1 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-23-2015 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,Texas 78404 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk, P.E.—Acting Construction Engineer City of Corpus Christi—Capital Programs 4917 Holly Rd., Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 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 180 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 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 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$500 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$500 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. Agreement 00 52 23-2 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-23-2015 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 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 BID FORM. 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 +Alt.#1 Price $ 1,271,906.13 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. 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 Agreement 00 52 23-3 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-23-2015 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; 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. Agreement 00 52 23-4 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV03-23-2015 F. The Contractor has considered the items identified in Paragraphs 7.01.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 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 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. Agreement 00 52 23-5 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-23-2015 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 Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation contracts must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS D. CITY SECRETARY for the City. Agreement 00 52 23-6 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-23-2015 ATTEST d ' O"U f TI F22: ot y// City Secretary J. . Edmonds, P.E. Director of Capital Programs APPROVED AS TO LEGAL FORM 113.22215:......0.. I NU u-1' a sst. City Attorney RT RCtI.—..-.--- o SECT iTARY , AEST(IF CORPCONTRACTOR g Lc^(:)1347C:I.S-NANS4Bridges Specialties, Inc. (Seal Below) By: _‘... -- C3S7c-ArArN_ Note: Attach copy of authorization to sign if al..)1K.C2( Person signing for Contractor is not President, Title: t r r,r)6 e Officer,Vice President, Chief Executive ff , or Chief Financial Officer 4233 FM 624 Address Robstown,TX 78380 City St Zip 361/387-2743 Phone Jasong@bridgesspecialtiesinc.com EMail END OF SECTION Agreement 00 52 23-7 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV03-23-2015 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1J In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal submitted on by Jason Gordon ' d jss,--COCtAL-{7C' on: Wednesday,July 8, 2015 at 2:00 pm for JFK Causeway Area Improvements(Bond 2012), Project E12107 1.2 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to theCity's electronic bidding website at https://www.civcastusa.com If submitting hard copy bids or bid security in the form of a cashier's or certified check,please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid —JFK Causeway Area Improvements(Bond 2012), Project No.E12107 ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.1 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owneron the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.2 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including those dealing with required Bonds.The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.3 Bidder accepts the provisions of the Agreement as to liquidated damages in the event ofits failure to complete Work in accordance with the schedule set forth in the Agreement. 2.4 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt #1 7/2/2015 Jason Gordon ARTICLE 3—BIDDER'S REPRESENTATIONS 3.1 The Bidder has examined and carefully studied the Contract Documents and the otherrelated data identified in the Bidding Documents. Bid Acknowledgement Form 00 30 00-1 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-102013 3.02 The Bidder 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. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. U.S.Army Corps of Engineers Permit C. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; D. Underground Facilities referenced in reports and drawings; E. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and F. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means,methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs,Bidder 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. 3.08 The Bidder 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. 3.09 The Bidder has correlated the information known to the Bidder,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. • Bid Acknowledgement Form 00 30 00-2 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03.102013 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided,measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE S—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner.The Owner will consider the greatest amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to the Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders'responsibility,and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive,or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility,including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE,may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder,may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 00-3 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-10-2013 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 180 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated in SECTION 00 30 01 BID FORM EXHIBIT A. ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 0011 16 INVITATION TO BID,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 01 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 00 3000-4 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-10-2013 10.03 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code§1.002),but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an"alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. Bid Acknowledgement Form 00 30 00-5 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV03-10-2013 ARTICLE 11–BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: Bridges Specialties, Inc. (typed or printed full legal name of Bidder) , (individual's signature) Name: Jason Gordon/Brian Bridges (typed or printed) Title: Project Manager .01/ ed or printed) Attest: Q LAIR l l�— (individual's signature) State of Residency: Texas Federal Tax Id.No. 26-2666341 Address for giving notices: 4233 FM 624 Robstown,TX 78380 Phone: 361-387-2743 Email: iasong@bridgesspecialtiesinc.com (Attach evidence of authority to sign if the authorized individual is not the Bidder,but an individual signing on behalf of another individual Bidder,or if the authorized individual isa representative of a corporation,partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00-6 JFK Causeway Area Improvements(Bond 2012)—Project E12107 REV 03-10.2013 00 30 01 BID FORM 00 30 01 BID FORM Project Name: JFK Causeway Area Improvements (Bond 2012) Project Number: E12107 Owner: City of Corpus Christi Bidder: SQJD&S St9!`CIPe,.-Tf S /NC OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A•General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 I$ ` °;,a a A2 Trench Excavation and Backfill for City Gas Line LI 1,135 ,•,,, ;_•a -,-r .t X'{ ,. SUBTOTAL PART A-GENERAL(Items Al thru A2) b, r ' Part B•ROADWAY IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 61 Remove Asphalt Paving and Base and Disposal SY 300 (' -."1"1.1.17,N7 I. B2 Remove Existing Concrete Pavement and Disposal SY 1,600 ['; I `, ,� B3 Scarify,Grade and Compact Subgrade SY 2,440 ( '� „,a B4 Roadway Excavation and Backfill (Shoulder) SY 840 ', I :> 85 Compacted Select Fill (Limestone) -(Shoulder) SY 840 5 I `, B6 Tensar TX5 Geogrid Reinforcement SY 840 ', `j .'::F”;.70 B7 6" Reinforced Concrete Pavement SY 2,440 ', I a • " / 88 Turn Down Beam LF 1,035 '; I `', f4i-!S 89 Timber Bollards w/Stainless Steel Cable LF 580 I '' '1 (-4-0 810 Pavement Markings/Stripping LS 1 5 ; r2 S- B11 Traffic Control, Phasing and Signage LS 1 ,) B12 SWPPP and Silt Fence LS 1 , Le `; .<( 813 Contingency for Unanticipated Roadway Improvements LS 1 [.•,, I I,,0cJcJO.J ;; I ,000.O0 SUBTOTAL PART 8-ROADWAY IMPROVEMENTS(Items B1 thru 813) ;, • Part C -WATER IMROVEMENTS -OPTION 1 (OPEN CUT)(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMEN Cl Dewatering LF 2,390 C2 8" PVC C-900 Open Cut LF 2,390 I C3 Trench Safety LF 2,390 I C4 8"Gate Valve and Box EA 6 I ', C5 8" Ductile Iron Tee EA 3 '.) I ' C6 8"x11.25 or 45 Degree Restrained Ductile Iron Bend EA 8 ; ,, C7 8"x90 Degree Restrained Ductile Iron Bend EA 2 ; ( "; C8 Fire Hydrant Assembly Complete in Place EA 3 I • C9 Services w/Meter Assembly EA 4 3 i ;, ADDENDUM No. 1 Bid Form ATTACHMENT No. 2 Page 1 of 4 JFK Causeway Area Improvements(Bond 2012) - Project E12107 PAGE 1 OF 1 REV03/23/2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT C10 Tapping sleeve with 8"Tapping Gate Valve EA 2 $ 6i 2g 7 $ /2, 5.-94- C11 Tie to Existing Water Line EA 2 $ 4-/4 0 $ 8, 98O- C12 8"Tee with 2"Tap, Cap& Connection EA 1 $,�!/W3- $ 61 /43- C13 Asphalt Pavement Repair SY 90 $71.00- S "t I it - C14 Concrete Pavement Repair SY 85 $ 5j.00 $ 7, z 2 S - C15 SWPPP and Silt Fence LS 1 $/i,5 P2. $ /3/ 5/Z C16 Contingency for Unanticipated Water Improvements l.5 1 Option No. 1, (Open Cut) $ 9,000.00 $ 9,000.00 SUBTOTAL PART C-WATER IMPROVEMENTS(C1 THRU C16) $3/O,Z o .-2,O Part D-WASTEWATER IMROVEMENTS-OPTION 1(OPEN CUT) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Pump Station Complete-in-Place LS 1 $ .14-3,443, $ 15-1, 495 D2 8"PVC SDR 26 Gravity Line LF 246 $ 34.,/43- $ 8/410. 74 D3 Trench Safety LF 1,249 $2..+5 - $ 0 6 o, oc D4 Dewatering for Gravity Line and Force Main LF 1,249 $41 , / $ 2,05,-31 D5 Dewatering for Manholes EA 2 $8`gciq,g0 $r 7, --7q9- D6 4'Diameter Manhole(4'-6' Deep) EA 1 $ 31,311 $ 3/, 3f( - 5'Diameter Manhole(14'-16'Deep)w/2 Stubouts&Drop D7 Connection EA 1 $ 0r 4�o $ ,L,0{4-96 D8 4"PVC C-900 Sewer Force Main(Open Cut) LF 1,003 $ 3q.3Z $31 4 5 7;96- D9 4"x45 Degree Ductile Iron Bend EA 4 $ (,9 5f $ '1,r�}/ 6 - D10 Pavement Repair SY 30 $1 ! - $ 4- / 70 - Dli Tie to Existing Force Main w/6"x4"Tapping Sleeve and Valve LS 1 $ 6, i 4 3 $ � i 47.; - Contingency for Unanticipated Wastewater Improvements D12 Option No. 1(Open Cut) LS 1 $ 12,000.00 $ 12,000.00 SUBTOTAL PART D-WASTEWATER IMPROVEMENTS(D1 THRU D12) $394. 834 o , Part E-ALLOWANCES(per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) El Mandatory Mitigation Allowances LS 1 $ 25,000.00 $ 25,000.00 E2 Disposal of Contaminated Groundwater Allowance LS 1 $ 10,000.00 $ 10,000.00 E3 Mandatory SCADA Allowance LS 1 $ 30,000.00 $ 30,000.00 E4 Mandatory AEP Cost Allowance LS _ 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART E-ALLOWANCES (El THRU E7) $ 8O, 00(� Part F- ALTERNATE NO. 1 WATER IMPROVEMENTS-OPTION lA(OPEN CUT EAST SIDE)(per SECTION 01 23 10 ALTERNATES AND Fl Dewatering LF 2,393 $ 4-0.41 $ ,14,,g(fig i or F2 8" PVC C-900 Open Cut LF 2,393 $ 23.4/1 $5-6,14,1,5,71 F3 Trench Safety LF 2,393 $ 2 . 45 $ 5', 8(p2,-85 F4 8"Gate Valve and Box EA 6 $3, 582. $214 492- F5 8" Ductile Iron Tee EA 3 $2, 9 D9 $ 8// 4-2 7- F6 8"x11.25 or 45 Degree Restrained Ductile Iron Bend EA 8 $/, 3$2e75µ $ iii 00: F7 8"x90 Degree Restrained Ductile Iron Bend EA 2 $/, 658.5o $ 31 31 -7 F8 Fire Hydrant Assembly Complete in Place EA 3 $ $i 787 524, s&/ F9 Services w/Meter Assembly EA 4 $ / 9 75 $ -, 5 0°- F10 vF10 Tapping Sleeve with 8" Tapping Gate Valve EA 2 $ c ,Z 'Th.5c $/2, 591 Flt Tie to Existing Water Line EA 2 $ 'I,49 517 $ e, 4174 F12 8" Tee with 2"Tap, Cap& Connection EA 1 $6 /43 $G, /43 - Bid Form Page 2 of 4 JFK Causeway Area Improvements (Bond 2012)- Project E12107 REV03/23/2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT F13 Asphalt Pavement Repair SY 15 $/ 3 3 - $ /1q96•- F14 Concrete Pavement Repair SY 85 $ g5.00 $ 7' 22 S • F15 SWPPP and Silt Fence LS 1 $ 8t(/Z $ 2, 6,/z - F16 Contingency for Unanticipated Water Improvements, IS 1 Alternate No. 1, Option 1A(Open Cut East Side) $ 9,000.00 $ 9,000.00 SUBTOTAL PART F- ALTERNATE NO.1(F1 THRU F16) $Zgo14U,.21- Part .Part G -ALTERNATE NO.2 WATER IMPROVEMENTS OPTION 2(HORIZONTAL DIRECTIONAL DRILLED)(per SECTION 01 23 10 ALTERNATES AND G1 Dewatering LF 366 $ 51 . oo $26,ni 2.- G2 8" Fusible PVC C-900 Water Line (Horizontal Directional LI 2,041 $ /22.0v $ 24q,oc G3 8" PVC C-900 Open Cut Including Fire Hydrant Leads LF 366 $ 4q, j $ /,' 04'146, f(, G4 Trench Safety LF 366 $ 2 ,45 $ 6 $6,. .-1,9 G5 8" Ductile Iron Tee EA 3 $4 /0/ $ /4' 727 G6 8"x11.25 or 45 Degree Restrained Ductile Iron Bend EA 8 $ / 3 44,50 5/o r 756 G7 8"x90 Degree Restrained Ductile Iron Bend EA 2 $ /9/¢,so $ "� q29- G8 Fire Hydrant Assembly Complete in Place EA 3 $ 7 70-7 $7 3 0/- G9 Servicesw/Meter Assembly EA 4 $2,'/l(,,5b $ $ 7Ve - G10 Tapping Sleeve with 8" Tapping Gate Valve EA 2 $ (,6, $/3 to 2 o& G11 Tie to Existing Water Line EA 2 $ 14'S 7f $ (i,17 /7 'S(r G12 Asphalt Pavement Repair SY 90 $ 7q,00 $ 7, //b - G13 Concrete Pavement Repair SY 85 $ g5.00 $ 7r 22-5- G14 2-5-G14 SWPPP and Silt Fence LS 1 $ //,a¢3 G15 H.D.D. Pad Sites LS 1 $ /0,11/ $ /0,43/- Contingency for Unanticipated Water Improvements G16 Alternate No. 2 -Option 2 (HDD) LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G- ALTERNATE NO.2-WATER HDD(61 THRU 616) $421, 0 7g-,1(,, Part H -ALTERNATE NO.2 WASTEWATER IMPROVEMENTS OPTION 2(HORIZONTAL DIRECTIONAL DRILLED)(per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) H1 Wastewater Lift Station Complete-in-Place LS 1 $15 ¢93 $/53, 1s H2 8" PVC SDR 26 Gravity Line LF 246 $ 34. /q $ gi 4/o.-74 H3 Trench Safety LF 246 $ 2.45 $ o-GG . 70 H4 Dewatering for Gravity Line and Force Main LF 529 $ 50. -/ $74 772.-(v,' H5 Dewatering for Manholes EA 2 $ 8',¢,9q,co $ /7, 7499- H6 4' Diameter Manhole(4'-6' Deep) EA 1 $ $ J - 5' Diameter Manhole (14'-16' Deep) w 2 Stubouts & H7 Drop Connection EA 1 $ le,498 $ 0 4y6 H8 4" PVC C-900 Sewer Force Main (Open Cut) LF 283 $ ?(0. /5- $/0, -30:4- H9 4"x45 Degree Ductile Iron Bend EA 4 $/,/54 $ 71 9 / - H10 Pavement Repair SY 30 $ 7q .00 $ 2, 3 7C'- H11 Tie to Existing Force Main w/6"x4"Tapping Sleeve and LS 1 Valve $ (1, 14-3 $ (:r,/¢3- 4" Fusible PVC C-900 Force Main (Horizontal Directional H12 Drilled LF 720 $ 6'3.3o $#5, 5 7G Bid Form Page 3 of 4 JFK Causeway Area Improvements (Bond 2012)- Project E12107 REV03/23/2015 00 30 01 BID FORM ESTIMATED EXTENDED Item DESCRIPTION UNIT UNIT PRICE QUANTITY AMOUNT Contingency for Wastewater Improvements Alternate H13 LS 1 No. 2, Option 2 (HDD) $ 13,500.00 $ 13,500.00 SUBTOTAL PART H-ALTERNATE NO.2-WASTEWATER HDD(H1 THRU H13) $3775 57-7.S& BID SUMMARY PROJECT BASE BID SUBTOTAL PART A-GENERAL(Items Al thru A2) $ - SUBTOTAL PART B- ROADWAY IMPROVEMENTS (Items B1 thru B13) $ 4 S5 1 a4, g5 - SUBTOTAL PART C-WATER IMPROVEMENTS (Items Cl thru C16) $ 3 /0 208 3p - SUBTOTAL PART D-WASTEWATER IMPROVEMENTS(Items D1 thru D12) $ 3 .64 g34 , Oto - SUBTOTAL PART E -ALLOWANCES(Items El thru E4) $ 80 ocd - TOTAL PROJECT BASE BID(PARTS A,B,C,0, E) i$ �! (® 7g, 21- I PROJECT ALTERNATE NO. 1-WATER IMPROVEMENTS-OPTION 1A(OPEN CUT EAST SIDE) SUBTOTAL PART A-GENERAL(Items Al thru A2) $ 6/ o31 - SUBTOTAL PART B-ROADWAY IMPROVEMENTS(Items B1 thru B13) $ 455, �p 04. 85 - SUBTOTAL PART D-WASTEWATER IMPROVEMENTS (Items D1 thru D12) $ 39 4 g3 4. 0tP - SUBTOTAL PART E -ALLOWANCES(Items El thru E4) $ go ppo SUBTOTAL PART F- ALTERNATE NO. lA WATER IMPROVEMENTS (OPEN CUT EAST SIDE) (Items Fl thru F16) $ 2 '10 43 22 - !TOTAL PROJECT ALTERNATE NO. 1(PARTS A, B,D, E,F) I $ 0,2 7 1, "104,. 1 - PROJECT 0lv, / -PROJECT ALTERNATE NO.2-HORIZONTAL DIRECTIONAL DRILLED SUBTOTAL PART A-GENERAL (Items Al thru A2) $ 6/i a3/ - SUBTOTAL PART B- ROADWAY IMPROVEMENTS (Items B1 thru B13) $ 4 55, & 04. 85 - SUBTOTAL PART E -ALLOWANCES(Items El thru E4) $ $o Ooo - SUBTOTAL PART G - ALTERNATE NO. 2 WATER IMPROVEMENTS OPTION 2 (HORIZONTAL ! DIRECTIONAL DRILLED) (Items G1 thru G16) $ 47/1 p 7 9. /t0 - SUBTOTAL PART H - ALTERNATE NO. 2 WASTEWATER IMPROVEMENTS OPTION 2 (HORIZONTAL DIRECTIONAL DRILLED) (Items H1 thru H13) $ ,3 721 522. . 5$ - 'TOTAL PROJECT ALTERNATE NO.2(PARTS A,B,E,G, H) I $ Ir �i1 O1 23 6, '.?- Contract Times Bidder agrees to reach Substantial Completion in 150 days Bidder agrees to reach Final Completion in 180 days Bid Form Page 4 of 4 JFK Causeway Area Improvements (Bond 2012) - Project E12107 REV03/23/2015 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contractto nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amountthat is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of businessin this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency isin the State of 6Jt Bidder(includes parent company or majority owner)qualifies as a resident bidderwhose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: Bridges Specialties, Inc. (typed or printed) By: (signature--attach evidence of authority tosign) Name: Jason Gordon/Brian Bridges (typed or printed) Title: Project Manager/Owner Business address: 4233 FM 624 Robstown,TX 78380 Phone: 361-387-2743 Email: brianb@lbridgesspecialtiesinc.com jasong@bridgesspecialtiesinc.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 JFK Causeway Area Improvements(Bond 2012)—Project E12107 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code Dat,Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. N I N. 2 ElCheck this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? InYes n No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? nYes n No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? nYes n No D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CITY = PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus �; DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: �_ r� dn�s .P c,�qk a-�a 5 .�c P.O.BOX: STREET ADDRESS: nM tk CITY:r-ROCJApy ZIP: "'-m3%0 FIRM IS: 1. Corporation 112. Partnership 8 3. Sole Owner 0 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 1\-31 � 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent.The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Brian Bridges Title: Owner/President (Type or Print) Signature of Certifying Date: July 8,2015 Person: sa.,....,.. .tir.:)v\„. DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: JFK Causeway Area Improvements(Bond 2012) Project No.E12107 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;orwith any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract; or in any discussion between Bidders and any official ofthe Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: Bridges Specialties, Inc. (typed or printed) By: S -*/— rC3‘r (signature--attach evidence of authority tosign) Name: Jason Gordon/Brian Bridges (typed or printed) Title: Project Manager/Owner Business address: 4233 FM 624 Robstown,TX 78380 361/387-2743 Phone: Email: iasong@bridgesspecialtiesinc.com brianb@bridgesspecialtiesinc.com END OF SECTION Non-Collusion Certification 00 30 06-1 JFK Causeway Area Improvements(Bond 2012)—Project E12107 11-25-2013 BRIDGES SPECIALTIES, INC. 4233 FM 624 ROBSTOWN, TX 78380 (361)387-2743 (OFFICE) (361)387-1769(FAX) July 8, 2015 I. Brian Bridges, owner of Bridges Specialties. Inc., give Jason Gordon authority to sign any and all paperwork pertaining to the JFK Causeway Area Improvements. Bond-2012, Project# E12107 bid. If you have any questions, please do not hesitate to call me at the number above. Thank you. Brian Bridges 00 61 13 PERFORMANCE BOND BOND NO. 1001038905 Contractor as Principal Surety Name: Bridges Specialties Inc. Name: Texas Bonding Company Mailing address(principal place of business): Mailing address(principal place of business): 4233 FM 624 5601 Granite Parkway Robstown,TX 78380 Ste. 1100 Plano,TX 75024 Physical address (principal place of business): Owner 5601 Granite Parkway Name: City of Corpus Christi,Texas Ste. 1100 Plano,TX 75024 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: CA Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): 972-772-7220 #E12107 JFK Causeway Area Improvements Telephone (for notice of claim): 1-800-486-6695 Local Agent for Surety Name: Cam Fletcher Award Date of the Contract: September 8, 2015 Address: 5601 Granite Parkway Ste. 1100 Contract Price: $1,271,906.13 Plano,TX 75024 Bond Telephone: 972-930-0641 Email Address: cfletcher@hcc.com Date of Bond: September 9, 2015 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 Performance Bond 00 61 13-1 Proj E12107 JFK Causeway Area Improvements 7-8-2014 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 Bridges Specialties,Inc. Surety Texas Bonding Company Signature: Signature: — — Name: Z)NA e. Q i e Name: Robert G.Kanuth • Title: \-CS10t\rr\ Title: Attorney-in-Fact Email Address: Email Address: rkanuth@kandsins.com \ay11 " {t..1i-l�S t�L L (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Proj E12107 JFK Causeway Area Improvements 7-8-2014 00 61 16 PAYMENT BOND BOND NO. 1001038905 Contractor as Principal Surety Name: Bridges Specialties, Inc. Name: Texas Bonding Company Mailing address(principal place of business): Mailing address(principal place of business): 4233 FM 624 5601 Granite Parkway Robstown,TX 78380 Ste. 1100 Plano,TX 75024 Physical address(principal place of business): Owner 5601 Granite Parkway Ste. 1100 Name: City of Corpus Christi,Texas Plano,TX 75024 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: CA Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): 972-772-7220 #12107 JFK Causeway Area Improvements Telephone (for notice of claim): 1-800-486-6695 Local Agent for Surety Name: Cam Fletcher Award Date of the Contract: September 8,2015 Address: 5601 Granite Parkway Ste. 1100 Contract Price: $1,271,906.13 Plano,TX 75024 Bond Telephone: 972-930-0641 Email Address: cfletcher@hcc.com Date of Bond: September 9, 2015 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number:1-800-252-3439 Payment Bond Form 00 61 16-1 Proj#E12107 JFK Causeway Area Improvements 7-8-2014 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, Texas for any legal action. Contractor as •rineipa Bridge Specialties,Inc. Surety Texas Bonding Company Signature: 1_ 7, Signature Name: c\\N `V cS Name: Robert G.Kanuth tt Title: Qt c S i tler Title: Attorney-in-Fact Email Address: Email Address: rkanuth@kandsins.com LeVA Or tCt� (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Proj#E12107 JFK Causeway Area Improvements 7-8-2014 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation(collectively,the"Companies"), do by these presents make, constitute and appoint: Johnny Moss,Jay Jordan,Tony Fierro,Jeremy Barnett,Jade Porter,Mistie Beck,or Robert G.Kanuth of Rockwall,Texas its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds, recognizances,undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ********************Ten Million******************** Dollars ($ **10,000,000.00** ). This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1st day of December,2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY � ,,un,um,hNo,, `"` P•4 NO NG `�.;;; �.ao�S.........RB�a,, qE • 6py' +`�0.. COQ ,o``a�ti..... nye O'': �P.' iii `"" `�+,: ...O'z INCg.PoM999090 :< V 'W Z_ y f\ Y' t JSEPT ' : 7 -F- %i••, ' S Daniel P.Aguilar,Vice President :.off Yy`� �2. %s'� 'r` rtt;,, ,.OFOF n nn A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles SS: On this 1st day of December,2014, before me,Maria G.Rodriguez-Wong,a notary public, personally appeared Dan P.Aguilar,Vice President of American Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S.Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the instrument the person,or the entity upon behalf of which the person acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �,¢.� MARIA G.RODRIGUEI-WONG Commission#�2019771 Signature (Seal) `z - Notary Public-California i Z 17 Los Angeles County Comm, ins Dec 20,2017 I,Michael Chalekson,Assistant Secretary of American Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S.Specialty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereelf,.,I have lig rAeu to set my hand and affixed the seals of said Companies at Los Angeles,California this '1L day of ` Q 2�rl-f ,�.�cJ 0. Corporate Seals p4pd.ti•.p:pCT '.': `•.,gyp.`. �it',^''~,'% �T,c�e.i,:Din ..O' o "n�a'r:.......�c ••+�% '-C' �00 G � • «� � _ ' � .4t;? Michael Chalekso Assistant Secretary Bond No. W SEPT.15,t990 i ,. - W := n, Agency No. 17G42 "o AL,FORN�. **1/111111111100 N*„ Texas Bonding Company TEXAS COMPLAINT NOTICE IMPORTANT NOTICE AVISO IMPORTANTE 1. To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2. You may contact your agent. Puede comunicarse con su agente. 3. You may call the company's toll free telephone Usted puede Hamar al numero de telefono gratis number for information or to make a complaint at: de la compania's para informacion o para someter una queja al: 1-800-486-6695 1-800-486-6695 4. You may also write to the company at: Usted tambien puede escribir a la compania: 601 S. Figueroa Street, Suite 1600 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 Los Angeles, CA 90017 5. You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights, or complaints at: de companias, coberturas, derechos, o quejas al: 1-800-252-3439 1-800-252-3439 6. You may write to the Texas Department of Puede escribir al Departamento de Seguros de Insurance at: Texas al: Consumer Protection(111-1A) Consumer Protection(111-1A) P.O. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin, TX 78714-9091 Fax No. (512)490-1007 Fax No. (512)490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(a,tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concerniente a su prima o a premium or about a claim you should contact the un reclamo, debe comunicarse con el agente o la agent or the company first. If the dispute is not compania primero. Si no se resuelve la disputa, resolved,you may contact the Texas Department puede entonces comunicarse con el departamento of Insurance. (TDI). 8. ATTACH THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Esta aviso es solo para proposito de informacion y become a part or condition of the attached no se convierte en parte o condicion del document. documento adjunto. HCCSTXM0008'10 ® ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MWOLVYYYT) 5/22/2015 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(los)must bo endorsed. If SUBROGATION IS WANED,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 Janet Treece NAME. FAX White Hills Plaza, Inc. DBA K&S Insurance Pt1oN e I (972)772-7258 mic No)!(972)771-4695 2255 Ridge Road, Ste. 333 ADDRESS:jtreeo08kand5ins.cora P. 0. Box 277 INSURER()AFFORDING COVERAGE NMC a Rockwall TX 75087 INSURER A:FCCI Insurance Co. INSURED INSUREas:Travelers Lloyds Ins. Co. 41564 Bridges Specialties, Inc. INSURERC: 4233 FM 624 INSURERD: INSURER E: Robs town TX 78380 INSURER F: COVERAGES CERTIFICATE NUMBER:15/16 Std 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. OMRAODL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE1NSR VAD POLICY NUMBER (MMIODIYYYY1 (M�DfYYYYI warsBI GENERALLAUTY / GL0016740 5/10/2015 5/10/2016 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LABILITY Addt'1 Toad: / PREMISES(Ea eta,rrencel S 100,000 A I C(ADAS-MAGE M OCCUR CGL 088 (10 13) L MED EXP(Any one person) $ 5,000 'CGL 025 (11 08) PERSONAL LADV INJURY $ 1,000,000 — Addit'l Ined 6 WOE: GENERAL AGGREGATE $ j 2,000,000 GEMLAGGREGATE UNITAPPLIESPER CGL 088 (10 13) PRODUCTS-COMROPAGG y 2,000,000 71 POLICY niRa r---a LOC -S AUTOMOBILE UABIUTY C MB1NdEerD+tSINGLE L MIT $ 1,000,000 A X '—ANY AIJIO CA0027046 5/10/2015 5/10/2016 RCDn.Y INJURY(Per person) $ ALL0N ^ NED SCHEDULED Addt'1 Irma' b WOS: BCDILYINJU.4Y(Pcraccident) $ AUTOS AUTOS NON-OWNED ,CAU 058 (12 09) / PROPERTY DAMAGE S HERED AUTOS _ AUTOS (Per aeddenn Urinsurod motorist co,nbined S 1,000,000 UMBRELLA UAB X OCCUR / EACH OCCURRENCE S ` 5,000,000 A X EXCESS UAB CLAIMS-MADE UM80018969 5/10/2015 5/10/2016 AGGREGATE $/ 5,000,000 DEO I X_RETENTIONS 10,000 / $ A WORKERS COMPENSATION V C STATU- DTH- ANO EMPLOYERS'LIABILITY / X TORY LIMITS ER ANY PROPRlETOWpARTNERaXt:Ct1NVEr I NrA 14C00002671 5/10/2015 5/10/26 ELEACH ACCIDENT S 1,000,000 OFFICER/MEMBERH)EXCLUDED'? l 1 NOS: WC420304 B EL DISEASE-EA EMPLOYEE$ 1,000,000 (Mandatory In NN) DES�I(ppea descdbeunder RIPnONOFOPERA710NSbdan E.LDISEASE-POUCYUMIIT_S .1,000,000 B Contractors Equipment QT-660-60203231.-TLC-12 5/10/2015 5/10/2016 LoasedATented:Pet-Bern Max / 200,000 B Install/Builders Risk Lana Per Location: 1,200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remark.Schedule,IT more apace Is required) See above listing of additional insured and waiver of subrogation endorsement forms. Piioi iPK ChiyAory eve, .e CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 9277 Corpus Christi, TX 78469-9277 AUTHORIZED REPRESENTATIVE Gary Thompson/JANET 44 ""Jp''"'"'� , ACORD 25(2010106) 01988-2010 ACORD CORPORATION. All rights reserved. INS026(xiitns%ni Thn A('ARn normo and Innn ars ranlatararimark a of enorrn tiAd/ COMMERCIAL GENERAL LIABILITY CGL 026(11 08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSUREDS -PRIMARY/NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION IV—Commercial General Liability Conditions,Paragraph 4,entitled"Other Insurance",subsection b.entitled"Excess Insurance°,paragraph(1): This insurance Is excess over: (v) Any other Insurance naming an additional Insured as an insured on a primary basis,excess,contingent or on any other basis unless a written contract specifically requires that this Insurance be primary and noncontributing. The written contract must be currently in effect or become effective during the term of this policy and must be executed prior to the"bodily InJury","property damage'or"personal and advertising injury." CGL 026(11 08) Includes copyrighted material of Insurance Services Office,with its permission. Page 1 of i Copyright 2008 FCCI Insurance Group. WIM *616(.4j FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE Atitittimaksemaeilsiesviatoss 10 Ball Bonds 9 x-" 16 Bodily Injury and Property Damage 1 Care,Custody or Control 3 Contractors Errors and Omissions 7 Contractual Liability(Personal&Advertising Injury) 2 Electronic Data Liability 1 General Liability Conditions 14 Incidental Malpractice 10 Insured 10 Limited Product Withdrawal Expense 4 Limits of insurance 12 Loss of Earnings 10 Newly Formed or Acquired Organizations 12 Non-Owned Watercraft 1 Property Damage Liability—Borrowed Equipment 1 Tenant's Property and Premises Rented To You • 9 Voluntary Property Damage 2 • COMMERCIAL GENERAL LIABILITY CGL 088(10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to$500 a day because of time off from work. SECTION II—WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or falling to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental,x-ray or nursing services, treatment, advice or instruction; or (ii) The"employee"has another insurance that would also cover claims arising under this provision, whether the other insurance is primary,excess,contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50%of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations,you must report them to us within 180 days of the inception of your original policy. altona(i I n su r e* f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the"bodily injury","property damage"or"personal and advertising injury"for which the additional Insured seeks coverage. However,the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g.through k. below; and CGL 088(10 13) Includes copyrighted material of the Insurance Services Office,Inc.,with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group /i Pteifi.t!. COMMERCIAL GENERAL LIABILITY CGL 088(10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises,operations or products, provided such error or omission or failure to completely describe or disclose premises,operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8.Transfer-Of Rights Of Recovery Against Others To Us: However,we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or"your work"included in the°products-completed operations hazard"under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery; and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10, Is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge,your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). • CGL 088(10 13) Includes copyrighted material of the Insurance Services Office,Inc.,with Its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group THIS ENDORSEMENT CI IANJOES THE POLICY. PL.EASF.READ IT CAREER ILLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modlfios insurance provided under the following: LISiNESS A T"O-COV RAGE:FORM NOTE; Thu following are additions,replacements and amendments lo Iho Business Auto Coverage Form,and will apply unless excluded by separate endorsement(s)to the Business Auto Coverage Form, With respect to coverages provided by this endorsement,the provisions of the Business Auto Coverage Forts apply unless modified by this endorsement. Tho Business Auto Coverage Form Is'amended as follows; SECTION II._LIABILITY COVERAGE Is amended as follows: A,1. Who Is An Insured provision Is amended by adding tho following: d. Any legally incorporated subsidiary of yours in which you own more than 50%of the voting steel(on the effective date of this coverage form.However,"insured'does not Include any subsidiary that Is an 'Insured"under any other liability pulley or would be an Insured"under such a policy but for its termination or the exhaustion of Its limits of Insurance. in order for such subsidiaries to be considered Insured under this policy,you must notify us of such subsidiaries within 60 days of policy effective date, a. Any organization you newly acquire or form during the policy period,other than a partnership orJoint venture,and over which you maintain sole ownership or a majority interest.However,coverage under (his provision: (1) Does not apply if the organization you acquire or form Is an"insured"under another liability policy or would be an"Insured"under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply(o'bodily injury"or"properly damage"that occurred before you acquired or formed Iho organization;and (3) is afforded only for the[fret 90 days after you acquire or form the organization or until tiro end of the policy period,whiohovor comes first. • f. Any person or organization who Is required under a written contract or agreement between you and that person or organization,that Is signed and oxecuted by you before the"bodily injury"or"property damage"occurs and that is in effect during(he policy period,to ho named as an additional Insured is en°Insured"for Liability Coverage,but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an"insured"under the Who Is An insured provision contained in Section if. g. Any"employee"of yours using: (1) a covered"auto'you do not own,him or borrow,or a covered"auto"not owned by an"employee" or a member of his or her household,while performing duties related to the conduct of your business or your personal affairs;or CAU 050(12 09) includes copyrighted material of tiro Insurance Services Office,Inc.,with Its permission. Page I of 5 Copyright 2009 FOCI Insurance Group. COMMERCIAL AUTO CAU 058(12 09) (2) an°auto°hirred or ranted under a contract or agreement in that'employee's" name,with your permission,while performing duties related to the conduct of your business. However,your "employee"does not qualify as an Insured under this paragraph(2)while using a covered"auto" rented from you or from any member of the'employee's'household h. Your members,if you are a limited liability company,while using a covered"auto°you do not own,hire or borrow,while performing duties related to the conduct of your business or your personal affairs. A.2. Coverage Extensions,Supplementary Payments a.(2)and a(4)are deleted and replaced with the following: (2) Up to$3,000 for oost of ball bonds(including bond(or related traffic violations)required because of an "accident°we cover.We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"Insured°solely at our request,including actual loss of earnings up to$600 a day because of time off from work. B. Exclusions 8. Fallow Employee 'Bodily injury'to any fellow'employee"of the insured'arising out of and In the course of a fellow 'employee's°employment or while performing duties related to the conduct of your business.However, this exokrsten does not apply to your'employees°that are officers or managers if the"bodily Injury' remits from the use of a covered"auto'you own,hire or borrow, Coverage is excess over any other collectible insurance. SECTION III--PHYSICAL.DAMAGE COVERAGE is amended as follows: A.4. Coverage Extensions a.and b.are deleted end replaced with the following: a. Transportation Expenses: We will pay up to$75 per day to a total maximum of$2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered"autos'for which you easy either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses Incurred during the period beginning 24 hours after a loss and ending,regardless of the policy's expiration,when the covered'auto"Is returned to use or we pay for its loss'. b. Loss of Use Expenses For Hired Auto Physical Damage,we will pay expanses for which an"Insured°becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver,under a written rental contract or agreement.We will pay for loss of use expenses If caused by: (1) Other than collision only If the Declarations Indicate that Comprehensive Coverage Is provided for hired°autos"; (2) Specified Causes of Loss only if the Declarations Indicate that Specified Causes of Loss Coverage Is provided for hired"autos";or (3) Colliston only if the Declarations Indicate that Collision Coverage is provided for hired°autos°. However,the most we will pay for any expenses for loss of use to any ono vehicle la$76 per day,to a total maximum of$2,000. CAU 058(12 09) Includes copyrighted material of the insurance Services Office,Inc.,with Its permission. Page 2 of 5 Copyright 2008 FOCI Insurance Group. COMMERCIAL AUTO OAU 058(12 09) B. Exotusions Paragraph 3.Is replaced with the following: 3. We wilt not pay for loss'caused by or resulting from any of the following unless caused by other"foss" that Is covered by this insurance: a. Wear and tear,freezing,mechanical or electrical breakdown b. Blowouts,punctures or other road damage to tires However,this exclusion does not Include the discharge of an airbag in a covered'aulo"you own that Inflates due to a cause other than a cause of lose"set forth in Paragraphs A.1.b and A.1.c.but only: a. If that'auto°is a covered'auto*for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty;and . o. The airbags Wore not intentionally Inflated We wilt pay up to a maximum of$1,000 for any ono loss". D. Deductible is replaced with the following: For each covered"auto",our obligation to pay tor,repair,return or replace damaged or stolen property will be reduced by the applicable deductible shown In the Declarations subject to the following: Any Comprehensive Coverage deductible shown In the Declarations does not apply to: (1) loss°caused by fire or lightning,and no deductible applies to glass damage if the glass Is repaired rather than replaced, (2) the comprehensive deductible is waived for theft if your vehicle Is equipped with an active OP8 tracking system. The following Coverage Extension Is added: c. Fire Department Service Charge When a lire department Is called to save or proleot a covered'auto",Its equipment,Its contents,or occupants from a covered cause of loss,we will pay up to$1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. d. Auto Loan/Lease Gap Coverage For those businesses not shown In the Declarations as°auto°dealerships,the following provisions apply: (1) If a long term teased `auto%under an original lease agreement,is a covered"auto"under this Coverage Form and the lessor of the covered"auto'Is named as an additional Insured under this pocky,in the event of a total loss to the leased covered"auto",we will pay any unpaid amount due on the tease,less the amount paid under the Physical Damage Coverage Section of the policy;and less any. CAU 088(12 09) includes copyrighted material of the Insurance 8erolces Office,ino.,with Ile permission. Page a of t; Copyright 2009 FCCi Insurance Group. COMMERCIAL AUTO CAU 058(12 00) (a) Overdue lease or loan payments Including penalties,Interest,or other charges reaulting from overdue payments at the time of theloss"; (b) Financial penalties Imposed under a lease for excessive use,abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties,Credit Life insurance,Health Accident or Disability Insurance purchased with the loan or lease;and (e) Carry-over balances from previous leases. (2) if an owned"auto"is a covered"auto"under this Coverage Form and the loss payee of the covered"auto"is named a toss payee under this policy,In tho event of a total loss to the covered 'auto",we will pay any unpaid amount due on the loan,less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the"loss'; (b) Costs for extended warranties,Credit Life Insurance, Hoath Accident or Disability Insurance purchased with the loan;and (e) Carry-over balances from previous loans. • SECTION IV—BUSINESS AUTO CONDITIONS is amended as fellows: A, Loss Conditions, 2.a, Duties in tho Event of Accident,Claim,Salt or Loss is amended to add the following paragraph: (4) This duty applies when the"accident",claim,"suit"or°loss"Is first known to: (a) You, If you are an individual; (b) A partner,If you are a partnership; (c) An executive officer or Insurance manager,If you are a corporation;or (d) A member or manager,If you are a limited liability company. 6. kaia,itauaiRigli ;©:overt'Against Others To tis;in replaced with the following: If a person or organixa(Ion to or for whom we make payment under this Coverage Form has rights to recover damages from another,those tights are transferred to us. That person or organization must do everything necessary to secure our rights end must do nothing after"accident"or"loss`to impair them. However,if the insured has waived rights to recover through a written contract,or if your work was commenced under a totter of Intent or work order,subject to a subsequent reduction In writing of such a waiver with customers whose customary contracts require a waiver,wo waive any right of recovery wo may have under this Coverage Form. CAU 058(12 09) includes copyrighted material of the Insurance Services Office,inc.,with its permission. Page 4 of S Copyright 2000 FOCI Insurance Group. COMMERCIAL AUTO CAU 050(12 09) B. General Conditions 2. Concealment,Misroprosontatton or Fraud Is amended to Include tho following: However,if you unintentionally fall to disclose any hazards at the Inception of your policy,via will not deny coverage under this Coverage Form because of such failure.This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 5. Other Insurance-Paragraph b.Is replaced as follows: b. For Hired Auto Physical Damage Coverage,the following are deemed to be covered"autos'you own; (1) Any covered"auto"you tease,hire,rent or borrow;and (2) My covered'auto"hired or rented by your"employee°under a contraot In that Individual "employee's"name,with your permission,while performing duties related to the conduct of your business, However,any"auto"that Is leased,hired,rented or borrowed with a driver is not a covered"auto",nor is any"auto°you hire from any of your°employees°,partners(If you are a partnership),members(If you are a limited liability company),or members of their households. • CAU 058(12 09) Includes copyrighted materiel of the Insurance 8ervtces Office,Ino.,with lis permission. Page 5 of 6 Copyright 2000 FCCI insurance Group. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed.6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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 Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations:All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: Refer to Premium Calculation Page This endorsement changes the policy to which it Is attached and is effective on the date Issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 05/1012015 / Policy No.WC0000267 2 Endorsement No. Insured / mium INCLUDED Bridges Specialties Inc Insurance Company Countersigned by 41 FCCI INSURANCE COMPANY WC420304B (Ed.8-14) @ Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. Page 1 of 1 6.A4*41 INTERLINE IL 011 (07 09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDED NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: (BUSiNESS,A+!)TO eAA A,GEAP.R.M.. BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM BUSINESSOWNERS COVERAGE FORM COMMERCIAL CRIME COVERAGE FORM COMMpICIAL,GENERALe„:lffILITY GayEtG „I? RT° ! COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM COMMERCIAL OUTPUT POLICY COMMERCIAL PROPERTY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA COVERAGE FORM GARAGE COVERAGE FORM LIQUOR LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE A. Number of Days' Notice: 60 V B. Person(s)or Organization Name and Address: (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to the endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation to the fist Named Insured,as provided in Paragraph 2.of either the Cancellation Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in item A. in the Schedule above. When a person or organization is listed in item B. in the Schedule above,the num bet of days notice in item A. also applies to the person(s)or organization listed in the schedule. IL 011 (07 09) Includes copyrighted material of the Insurance Services Office,Inc.,with its permission. Page 1 of 1 Copyright 2008 FCCI Insurance Group. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 1-94) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: Any person or organization when required by written contract as per schedule on file with FCCI at 2435 N Central Expy Ste 1000 Richardson,TX 75080-2736 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when thi endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective 05/10/2015 Policy No.WC00002671 2 Endorsement No. Insured Premium Bridges Specialties Inc Insurance Company Countersigned by FCC!INSURANCE COMPANY WC 42 06 01 (Ed.1-94)