Loading...
HomeMy WebLinkAboutC2015-344 - 9/29/2015 - Approved SPECIAL Reytec Construction Resources Ord. 0306304145 2099 31 52- SPECIFICATIPIFS AND FORMS OF CONTRACTS AND BONDS FOR WILLIAMS DRIVE IMPROVEMENTS • PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) PROJECT NO. E11116 Prepared by TBPE Firm Reg. No. F-2037 I orl 820 Buffalo Street • • id e • • , we RVE, Inc. D. SCOTT JONES Corpus Christi, Texas. 78401 engineering - surveying 81986 6 /8 -8 --o• •cr4 TBPE Firm Reg. No. F-2037 f -p• :4,0 Phone: 31878M f •."P 1.0 • en 9,52' Fax: 361/887-8855 T • lc.31s,-•.. .. 141,,k/ONAL FOR 2-8?-/g • CAPITAL PROGRAMS CITY OF CORPUS CHRISTI,TEXAS Phone: 361/826-3500 Fax: 361/826-3501 6 if Corpus Christi Capital Programs CSJ No. 091 6-35-1 68 PROJECT NO: Ell 1 16 DRAWING NO: STR 880 I L 00 9101 ADDENDUM NUMBER 02 Williams Drive Improvements Phase 3—Staples Street to Project: Airline Road Project Number: Owner: City of Corpus Christi E11116 ._____ City Engineer: Jeffrey Edmonds, P.E. Designer: RVE,Inc. ` Addendum No. 02 Specification Section: Varies issue Date: June 17,2015 1 L ...4 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'r this LAddendum. Aer Of 1044r_ /i Name Do e OF T�+ % 4 Addendum Items: v. . h ,.•.i+5 1f - NOTICE TO BIDDERS *' ""•»•'»••"�"WN • E _ D.SCOT r ONES SPECIAL PROVISIONS t ad»"•••.•�• - DRAWINGS13: eine 4iti - PROPOSAL FORM i �l'aj» � 4 - CLARIFICATIONS s`,ONAG 0 ' I ^_mmm __ ____._____ LARTICLE 1—BIDDING REQUIREMENTS A. 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- Li responsive and serve as the basis for rejecting the Bid. B. MODIFICATIONS TO THE BIDDING REQUIREMENTS A. NOTICE TO BIDDERS and PART A—SPECIAL PROVISIONS—CITY,SECTION A-i are revised as follows: 1. The date of the Bid Opening is changed to Tuesday,June 30,2015. The times and locations for the Bid Opening remain unchanged. . IAddendum No. 02 00 9101-1 Corpus Christi Standards-Regular Projects REV 03-09-2O35 L I I ARTICLE 2—PART A—SPECIAL PROVISIONS 2.01 PARAGRAPH A-4 METHOD OF AWARD DELETE: Entire Section. ADD: The following: The bids will be evaluated based on the availability of funds and on the following two(2)bid combinations: 1. Total Base Bid,or 2. Total Base Bid+Alternate No.1 The City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest responsible/responsive bid of the two (2) bid combinations. After acceptance of the bid,the City may choose to add Alternate No.2 to the Contract,pending the availability of funds. ARTICLE 3—DRAWINGS 3.01 DRAWINGS A. PLAN SHEET NO.9 of 137—ESTIMATED QUANTITIES&TESTING SCHEDULE DELETE: The existing PLAN SHEET in its entirety. ADD: The REVISED PLAN SHEET(Attachment No. 1),in lieu thereof. B. PLAN SHEET NO.69 of 137—CONSTRUCTION DETAILS(1 OF 2) DELETE: The existing PLAN SHEET in its entirety. ADD: The REVISED PLAN SHEET(Attachment No. 1),in lieu thereof. C. PLAN SHEET NO. 104 of 137—WATER&WASTEWATER PLAN AND PROFILE STA. 13+50 TO STA.18+00 DELETE: The existing PLAN SHEET in its entirety. I ADD: The REVISED PLAN SHEET(Attachment No. 1),in lieu thereof. ARTICLE 4—PROPOSAL FORM DELETE: The current PROPOSAL FORM in its entirety. ADD: The REVISED PROPOSAL FORM(ATTACHMENT NO.2),in lieu thereof. (NOTE: Changes made to the REVISED PROPOSAL FORM are shown in"BOLD"text.) ARTICLE 5—CLARIFICATIONS (For Clarifications listed below,the questions from the Contractors are shown first(UNBOLD)followed by the answers (BOLD). 5.01 CLARIFICATIONS A. The Pre-Bid Meeting Sign-In Sheet is attached as Attachment No.3. B. Question: "The asphalt paving for the base bid as well as for the alternate calls for a "seal coat" over the prime coat(refer to detail sheet 69 of 137). There is no pay item in the proposal for seal 3 coat. Please advise." Answer: "There is no seal coat in the proposed pavement sections. There is a tack coat between the Type D and Type B HMAC. The drawings have been modified accordingly. (See Attachment No. 1)" Addendum No. 02 00 91 01-2 Corpus Christi Standards-Regular Projects REV 03-09-2015 I L L C. Question:"Can flow line elevations be provided for the 11 Type C manholes?" Answer: "The Type C manhole is an access manhole constructed on top of box culverts. As such, there is no "flow line" for the manhole. The height of the Type C manhole is established from the manhole rim elevation down to the top of the box culvert. The top of Li the box culvert is obtained by adding the height of the box culvert and the top deck thickness to the flow line of the box culvert. The flow line of the box culverts is shown on the various Stormwater Plan and Profile sheets. The Type C manholes can be either pre- cast or cast-in-place. Some of the Type C manholes do not have enough height to be pre- cast and,therefore,must be cast-in-place. It is acceptable to use sonotube to form the in- place construction of these manholes. All Type C manholes,whether pre-cast or cast-in- place,are paid for per each according to the unit bid price established on Item D32." D. Question:"Special Provision A-68 says Ride Quality is Surface Test Type A;however,the General Notes on plan sheet 8 indicate Surface Test Type B with a pay schedule 3. Which is correct? If A- 68 is correct,which pay schedule is it?" Answer: "Special Provision A-68 is correct. Ride Quality shall be tested using Surface Test Type A. When using Surface Test Type A,there is no pay adjustments." E. Question:"What PG grade is to be used in each type of hot mix?" Answer: "PG 70-22 shall be used with the Type D HMAC. PG 64-22 shall be used with the Type B HMAC." F. Question:"Is TX-5 geogrid required in the hot mix pavement section or is just a material meeting TxDOT Special Provision 5165 required?" Answer: "Tensar TX-5 is specifically called for per the geotechnical pavement design." G. Question:"For the storm water lateral at Station 14+54,there is a waterline offset that is required; however, it is not shown as an offset in the profile. Is the quantity accounted for in the pay items?" Answer: "The plans have been modified accordingly to address this issue. The bid quantities for DI pipe(Item E12)and for 8"AC waterline connections (Item E26)have been revised accordingly." H. Question:"Will the Programmable Message Signs used for Traffic Control become the property of the City at the end of the Project?" Answer: "No. The City will not take possession of the Programmable Message Signs at the end of the Project. They will remain the responsibility of the Contractor." END OF ADDENDUM NO. 02 L Addendum No. 02 00 91 01-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 I L 11{L! 1{: il a 14'4 in i4tit { ! i 1 1. 1 iii I s, Ti /1 4 Y aYcialti lit glytEgit tc t°;Itit, A jY AiI vS�ci`((`a �.l_ i` !YY�YYT62fY it xii i iia11 M �tfJrrJyf Yd' piTILT Yb wvwr�run 'i 5 ") d Co 00 OR% 4,04,4414 OaVeitt, 4114 ii +i ti tlI`tiF i1,kiiiri:k �l l:IL till WILLIAMS DRIVE IMPROVEMENTS PH SE: 3 SYa?tts stAfri TO udlME ROAD (03[1 701I) ESTIMATED OUANTIT-;ES & TESTING SCNEDULC. Wm Ilia Sig ihim Ow ow Mit ins Mit MN MS VIII UM 41 0 rAt H Lo Dk 1 h 41 • r ti si "41 I • 4.! (..13,to to4 memo so. tort o. AM,11 0411 a. . Hit9/1*, 0.711•OPIVIV**( ore.. . • woo.. WILLIAMS ORNE IMPROVEMENTS PRASE 3 51/414E5 5144.41 TO Aftric ROW MHO 2012) CONSTRUCTION DETAILS (I of 2) t - - =Is Orsti rva 1•1 IMF M NW OM INN NIS O NMI mu tow En we Oo: c'Gi . . 8 8 t s O g a. Y -n tubi du Q \ 4 F �. fw i 'btu • I 113 1 }i��0 I,eP�, $ i,t 7A , y� 1y " R .... f .. ' ; S$�d I yyy�4} .. II �� +� � (; r L_._ r $ V i r • : �c n £ •+ ., ; !�' .._BRAE 4 SNQ {zDRjff " D 1II x E 4 -^-' Srj '.� ; i � I c ( X f r I p;'. iS1J� r ■tt � � • ' M. I E 3# MATCMJE L D a I-tf t �S xk a a x e . e a Y 3 1 19.1_0_4d 137 s-xs �e,�c is STR 880 WILUAMS DRVE IMPROVEMENTS PHASE 3 STAPLES STREET TO NRLINC ROAD (DOTE 20t 2) &'"•. p IMppTytpi MYi,xl ge A:f "< V WATER & WWASTEWATERPPLAN AND PROFILE. STA. 13+50 TO STA 18+00 I I PROPOSAL FORM FOR L I WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) taw PROJECT NO. E11116 CAPITAL PROGRAMS CITY OF CORPUS CHRISTI,TEXAS I Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 1of19 ' I I I I L I• I PROPOSAL Place: Date: Proposal of a Corporation organized and existing under the laws of the State of OR 1 a Partnership or Individual doing business as I TO: The City of Corpus Christi,Texas Gentlemen: I The undersigned hereby proposes to furnish all labor and materials,tools,and necessary equipment,and to perform the work required for: WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) PROJECT NO.E11116 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: I Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 2 of 19 I 1 • L BASE BID LI II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A—STREET IMPROVEMENTS Al 500 1 General/Bonds/Mobilization, complete and in $ $ LS place per Lump Sum. 1 Storm Water Pollution Prevention Plan, A2 LS complete and in place per Lump Sum. $ $ / A3 502 1 Traffic Control, complete and in place per $ $ LS Lump Sum. r A4 1 Exploratory Excavation, complete and in place $ $ LS per Lump Sum. A5 5 Ozone Action Day, complete and in place per $ $ DAYS Day. A6 105 22,214 Street Excavation (2' B.O.C.), complete and in $ $ SY place per Square Yard. - A7 104 1,957 Remove Curb and Gutter,complete and in place $ $ LF per Linear Foot. IA8 104 2,428 Remove Driveway, complete and in place per $ $ SY Square Yard. 22 214 Subgrade Preparation (2' B.O.C.) - 6" Lime A9 260 3Y Stabilization (5.5%), complete and in place per $ $ Square Yard. to MO 5165 1,048 Geogrid (2' B.O.C.), complete and in place per $ $ SY Square Yard. 1,048 11" Type A, Grade I Crushed, Limestone Base A 1 l 247 SY per TxDOT Std. Spec. Item No. 247 (2' $ $ B.O.C.),complete and in place per Square Yard. 163 Prime Coat (MC-30 @ 0.20 Gallons/SY), A 12 310 GAL complete and in place per Gallon. $ $ A13 3268* 817 3" Type 'B' HMAC (Lip-Lip), complete and in $ $ SY place per Square Yard. L A14 3268* 817 2" Type 'D' HMAC (Lip-Lip), complete and in $ $ SY place per Square Yard. L A15 360 18,485 9"Concrete Pavement(Class'S'4,000 psi)(Lip- $ $ SY Lip),complete and in place per Square Yard. A 16 529 6,553 Std. 6" Curb and Gutter, complete and in place $ $ LF per Linear Foot. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO. 2 Page 3 of 19 L I I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION _ UNIT PRICE TOTAL I PART A—STREET IMPROVEMENTS—CONTINUED I 2,156 Concrete Driveway, complete and in place per A17 530 SY Square Yard. $ $ A 18 420 176 4'x4' Concrete Rip-Rap, complete and in place $ $ SF per Square Foot. Reflective Pavement Marking TY.1 (W) (24") A19 666 LOF (SLD) (100 mil) - Stop Bar, complete and in $ $ place per Linear Foot. Reflective Pavement Marking TY.1 (W) (24") 1 A20 666 LF (SLD) (100 mil) - Crosswalk, complete and in $ $ place per Linear Foot. Reflective Pavement Marking TY.1 (W) (12") A21 666 LF (SLD) (100 mil) - Crosswalk, complete and in $ $ place per Linear Foot. Reflective Pavement Marking TY.1(W) (12") A22 666 92 (SLD)(100 mil)- School Zone Stripe,complete $ $ Il and in place per Linear Foot. Reflective Pavement Marking TY.1 (W) (8") A23 666 LF (SLD) (100 mil), complete and in place per $ SI Linear Foot. 6 411 Reflective Pavement Marking TY.1 (Y) (4") A24 666 LF (SLD) (100 mil), complete and in place per $ $ I Linear Foot. 1 540 Reflective Pavement Marking TY.I (W) (4") A25 666 LF (BKN) (100 mil), complete and in place per $ S 3 Linear Foot. Prefabricated Pavement Marking TY.I (W) A26 668 EA (Word)"Only"(100 mil),complete and in place $ $ per Each. Prefabricated Pavement Marking TY.1 (W) A27 668 EA (Left Turn Arrow) (100 mil), complete and in $ $ place per Each. 3 Prefabricated Pavement Marking TY.1 (W) A28 668 EA (Right Turn Arrow) (100 mil), complete and in $ $ place per Each. Prefabricated Pavement Marking TY.1 (W) A29 668 EA (Combo Straight/Right Turn Arrow) (100 mil), S $ complete and in place per Each. 672 328 Raised Reflective Pavement Marking (TYII-A- A30 $ $ I EA A)Yellow,complete and in place per Each. A31 672 96 Raised Reflective Pavement Marking (TYI-C) $ $ I EA White,complete and in place per Each. 672 8 Raised Reflective Pavement Marking (TYII-B- A32 $ $ EA B)Blue,complete and in place per Each. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2III Page 4 of 19 I C. LI II III IV V VI TXDOT QTY& ITEM NO UNIT _ DESCRIPTION UNIT PRICE TOTAL PART A—STREET IMPROVEMENTS—CONTINUED L 2 Bike Route Sign (D11-1) (Incl. Metal Pole and A33 636* EA Foundation),complete and in place per Each. $ $ Bike Route Sign (D1 l-1) and End Sign (R3- A34 636* EA 17bP) (Incl. Metal Pole and Foundation), $ $ complete and in place per Each. Lane Control Sign (R3-8B) (Incl. Metal Pole A35 636* EA and Foundation), complete and in place per $ $ Each. 2 Advance Street Name Sign (D3-2) (Incl. Metal A36 636* EA Pole and Foundation),complete and in place per $ $ Each. A37 636* 2 Speed Limit Sign (R2-l) (Incl. Metal Pole and $ $ EA Foundation),complete and in place per Each. Right Lane Must Turn Right Sign (R3-7R) A38 636* EA (Incl. Metal Pole and Foundation),complete and $ $ in place per Each. L Photo Enforced Intersection Sign (R10-18a) A39 636* EA (Incl. Metal Pole and Foundation),complete and $ $ in place per Each. Combo End School Zone Sign (S5-2a I. A40 636* 1 TP)/Speed Limit Sign (R2-1) (Incl. Metal Pole $ $ EA and Foundation), complete and in place per Each. A41 636* 2 Yield Here Sign (R1-5L) (Incl. Metal Pole and $ $ EA Foundation),complete and in place per Each. Pedestrian Crossing Sign (S1-1)/Arrow Sign . A42 636* 2 (SW16-7P)/All Year Sign (S4-7P) (Incl. Metal $ $ EA Pole and Foundation),complete and in place per Each. LA43 636* Combo Flashing School Zone(S5-1)/Cell Phone 2 Prohibited Sign (S7-IT) (Incl. Metal Pole, $ $ EA Foundation and Electrical Connection), complete and in place per Each. End School Zone Sign (S5-2) (Incl. Metal Pole A44 636* EA and Foundation), complete and in place per $ $ Each. School Zone Speed Limit Sign (S4-1P) A45 636* 2 Specifying Hours During the Day (Incl. Metal $ $ EA Pole and Foundation),complete and in place per ist Each. A46 636* 6 Stop Sign (R1-1) (Incl. Metal Pole and $ $ EA Foundation),complete and in place per Each. t: A47 618 3,493 Conduit (PVC) (Sch. 40) (2") (Fiber Optic), $ $ LF complete and in place per Linear Foot. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 5 of 19 L I I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTALI PART A—STREET IMPROVEMENTS—CONTINUED A48 618 5 Electrical Pull Box, complete and in place per $ $ I EA Each. A49 506 224 Silt Fence, complete and in place per Linear $ $ LF Foot. A50 479 26 Inlet Protection,complete and in place per Each. $ $ A51 1018 570 Orange, Plastic Fence Tree Protection,complete $ $ LF and in place per Linear Foot. 8 Wood Tree Protection, complete and in place A52 1018 EA per Each. $ $ A53 162 4,059 St. Augustine Sod Revegetation, complete and $ $ SY in place per Square Yard. A54 164 2,979 Hydromulch Revegetation, complete and in $ $ SY place per Square Yard. III SUBTOTAL PART A-STREET IMPROVEMENTS(Items Al thru A54) S PART B—RTA IMPROVEMENTS I B 1 104 3,727 Remove RTA Turn Out and Shelter Pad, $ $ SF complete and in place per Square Foot. 3 Relocate Benches and Signs (Incl. Coordination B2 LS with RTA), complete and in place per Lump $ $ • Sum. B3 420 2,714 Concrete Shelter Pad, complete and in place per $ $ SF Square Foot. SUBTOTAL PART B-RTA IMPROVEMENTS(Items Bl thru B3) $ PART C—ADA IMPROVEMENTS I Cl 500 1 General/Bonds/Mobilization, complete and in LS place per Lump Sum. $ $ C2 1 Storm Water Pollution Prevention Plan, $ $ LS complete and in place per Lump Sum. I C3 502 1 Traffic Control, complete and in place per $ $ LS Lump Sum. C4 I Exploratory Excavation, complete and in place $ $ I LS per Lump Sum. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 6 of 19 1 L I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART C—ADA IMPROVEMENTS—CONTINUED I 1,872 Remove Existing Concrete Sidewalk, complete 1,0 CS 104 SY and in place per Square Yard. $ $ C6 531 5,967 Concrete Sidewalk, complete and in place per $ $ SY Square Yard. C7 531* 2,751 Sidewalk Ramp, complete and in place per $ $ SF Square Foot. LSUBTOTAL PART C-ADA IMPROVEMENTS(Items CI thru C7) $ LPART D—DRAINAGE IMPROVEMENTS DI 500 1 General/Bonds/Mobilization, complete and in $ $ L LS place per Lump Sum. 1 Storm Water Pollution Prevention Plan, D2 LS complete and in place per Lump Sum. $ $ D3 502 1 Traffic Control, complete and in place per $ $ LS Lump Sum. D4 1 Exploratory Excavation, complete and in place $ $ LS per Lump Sum. D5 132 500 Embankment - Select Fill (Final Position), $ $ LCY complete and in place per Cubic Yard. D6 110 462 Excavation (Grass Swale), complete and in $ $ CY place per Cubic Yard. Li D7 479 13 Remove Existing Curb Inlet, complete and in $ $ EA place per Each. D8 496 31 Remove Existing 12" RCP, complete and in $ $ LF place per Linear Foot. D9 496 500 Remove Existing 15" RCP, complete and in $ $ LLF place per Linear Foot. D10 496 568 Remove Existing 18" RCP, complete and in $ $ LF place per Linear Foot. D11 496 80 Remove Existing 24" RCP, complete and in $ $ LF place per Linear Foot. L D12 496 16 Remove Existing 10" HDPE, complete and in $ $ LF place per Linear Foot. r D13 496 567 Remove Existing 2-5x7 B/C, complete and in $ $ LF place per Linear Foot. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 7 of 19 1 a I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL I PART D—DRAINAGE IMPROVEMENTS-CONTINUED D14 479 4 Remove Existing Grate Inlet, complete and in $ $ i EA place per Each. D15 479 2 Remove Existing Storm Manhole,complete and $ $ EA in place per Each. I D16 296 1 Remove Existing 18" S.E.T, complete and in $ $ EA place per Each. D17 402 4,797 Trench Safety,complete and in place per Linear $ $ II LF Foot. D18 462 2,703 Concrete Box Culvert (5'x6'), complete and in $ $ 3 LF place per Linear Foot. D19 462 1,134 Concrete Box Culvert (12'x6'), complete and in $ $ LF place per Linear Foot. 3 D20 462 14 Equalization Opening, complete and in place $ $ EA per Each. D21 464 304 Reinforced Concrete Pipe (Class 1II)(18"), $ 3$ LF complete and in place per Linear Foot. D22 464 782 Reinforced Concrete Pipe (Class IV)(18"), $ $ LF complete and in place per Linear Foot. D23 464 57 Reinforced Concrete Pipe (Class III)(24"), $ $ LF complete and in place per Linear Foot. 3 D24 464 52 Reinforced Concrete Pipe (Class IV)(24"), $ $ LF complete and in place per Linear Foot. Connect Existing Stormwater Lateral to 3 D25 464 EA Proposed Box Culvert, complete and in place $ $ per Each. D26 465 1 Inlet (Compl)(Type C), complete and in place $ $ EA per Each. D27 465 5 Inlet(Compl)(Type C)(Modified),complete and $ $ EA in place per Each. D28 465 14 Inlet (Compl) (10 Foot), complete and in place $ S EA per Each. 3 D29 465 7 Inlet (Compl)(Post), complete and in place per $ $ EA Each. D30 465 1 Manhole (Compl)(Type A), complete and in $ $ 3 EA place per Each. 3 (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 8 of 19 1 L I II III IV V VI TXDOT QTY& fa ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART D—DRAINAGE IMPROVEMENTS-CONTINUED L D31 465 4 Manhole (Compl)(Type B), complete and in $ $ EA place per Each. D32 465 11 Manhole (Compl)(Type C), complete and in $ $ 1 EA place per Each. D33 420 2 Box Culvert Unions, complete and in place per $ $ EA Each. Adjust Stormwater Manhole Ring and Cover D34 479 EA over Existing Box Culvert, complete and in $ $ place per Each. LEXISTING BOX CULVERT REHABILITATION 130 Point Repairs (Cracks, etc.) (Condition 1),L D35 462 EA complete and in place per Each. $ $ Point Repairs(Spalls, holes,exposed rebar,etc.) D36 462 EA (Conditions 2 and 3),complete and in place per $ $ Each. D37 480* 2 Miscellaneous Debris Removal,complete and in $ $ LS place per Lump Sum. LD38 2 Confined Space Working Environment, $ $ LS complete and in place per Lump Sum. Unanticipated Utility Allowance D39 LS (MANDATORY), complete and in place per MANDATORY $ 50,000.00 Lump Sum. LSUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items Dl thru D39) $ PART E—WATER IMPROVEMENTS (CITY ONLY) 1. 1 General/Bonds/Mobilization, complete and in El 500 LS place per Lump Sum. $ $ L1 Storm Water Pollution Prevention Plan, E2 LS complete and in place per Lump Sum. $ $ E3 502 1 Traffic Control, complete and in place per $ $ LS Lump Sum. E4 1 Exploratory Excavation, complete and in place $ $ LS per Lump Sum. E5 91 Remove Existing 2" Water Service, complete $ $ LF and in place per Linear Foot. E6 443 Remove Existing 8" ACP Waterline, complete $ $ LF and in place per Linear Foot. im (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 9 of 19 I I I II III IV V VI I TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART E—WATER IMPROVEMENTS(CITY ONLY)-CONTINUED E7 118 Remove Existing 8" PVC Waterline, complete $ $ LF and in place per Linear Foot. I E8 8 Remove & Salvage Existing Fire Hydrant, $ $ EA complete and in place per Each. 11 E9 1 Remove Existing 8" Gate Valve and Box, $ $ EA complete and in place per Each. 2" Water Service (Incl. All Bends, E10 LF Appurtenances and Connections), complete and $ S in place per Linear Foot. 8" C900 PVC Waterline (Incl. Horizontal and 3 El I LF Vertical Bends <90), complete and in place per $ $ Linear Foot. 8" Ductile Iron Pipe (Class 350) (Incl. E12 6L4F Horizontal and Vertical Bends < 90), complete $ $ I and in place per Linear Foot. 12" Ductile Iron Pipe (Class 350) (Incl. El3 LF Horizontal and Vertical Bends < 90), complete $ $ I and in place per Linear Foot. E14 79 6"Steel Encasement Pipe(Open Trench Install), $ $ LF complete and in place per Linear Foot. Els 249 16" Steel Encasement Pipe (Open Trench $ $ LF Install),complete and in place per Linear Foot. E16 109 20" Steel Encasement Pipe (Open Trench $ 3$ LF Install),complete and in place per Linear Foot. E17 984 Pipe Trench Safety, complete and in place per $ $ LF Linear Foot. E18 9 8" Gate Valve& Box,complete and in place per $ $ EA Each. I 1 12"x8" Reducer, complete and in place per E 19 EA Each. $ S I E20 2 8" 90 Degree Bend, complete and in place per $ $ EA Each. 3 E21 EA 8"Tee,complete and in place per Each. $ $ E22 EA 12"x8"Tee,complete and in place per Each. $ $ E23 1 Reconnect Water Service @ Sta. 1+04, $ $ LS complete and in place per Lump Sum. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 3 ATTACHMENT NO. 2 Page 10 of 19 I I I. I II III IV V VI TXDOT QTY& toITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART E—WATER IMPROVEMENTS(CITY ONLY)-CONTINUED L E24 8 Fire Hydrant Assembly, complete and in place $ $ EA per Each. E25 2 Connect to Existing 8" C900 PVC Waterline, $ $ EA complete and in place per Each. Connect to Existing 8" ACP Waterline (Incl. E26 13 Omni Coupling System and Spool Pieces as $ $ Necessary),complete and in place per Each. L 1 Connect to Existing 12" PVC Waterline, B27 EA complete and in place per Each. $ $ E28 7 Adjust Existing Water Valves, complete and in $ $ EA place per Each. 2 Adjust Existing Water Meters, complete and in E29 EA place per Each. $ $ Unanticipated Utility Allowance E30 LS (MANDATORY), complete and in place per MANDATORY $ 25,000.00 E Lump Sum. SUBTOTAL PART E-WATER IMPROVEMENTS(CITY ONLY)(Items El thru E30) $ wPART F—WASTEWATER IMPROVEMENTS(CITY ONLY) Fl 500 1 General/Bonds/Mobilization, complete and in $ $ LS place per Lump Sum. F2 1 Storm Water Pollution Prevention Plan, $ $ INLS complete and in place per Lump Sum. F3 502 1 Traffic Control, complete and in place per $ $ LS Lump Sum. rF4 1 Exploratory Excavation, complete and in place $ $ LS per Lump Sum. F5 77 Remove Existing 10" VCP Wastewater Line, $ $ LF complete and in place per Linear Foot. F6 703 Remove Existing 8" VCP Wastewater Line, $ $ LF complete and in place per Linear Foot. F7 29 Remove Existing 10" HDPE Wastewater Line, $ $ LF complete and in place per Linear Foot. F8 6 Remove Existing Wastewater Manhole, $ $ EA complete and in place per Each. F9 10 Adjust Wastewater Manhole Ring and Cover, $ $ EA complete and in place per Each. ('Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 11 of 19 l I I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTIONUNIT PRICE TOTAL PART F—WASTEWATER IMPROVEMENTS(CITY ONLY)-CONTINUED F10 100 10" SDR 26 PVC (10'-12'), complete and in $ $ LF place per Linear Foot. Fi l 55 10" SDR 26 PVC (12'-14'), complete and in $ $ LF place per Linear Foot. F12 178 8" SDR 26 PVC (0'-6'), complete and in place $ $ LF per Linear Foot. I F13 476 8" SDR 26 PVC (6'-8'), complete and in place $ $ LF per Linear Foot. F14 115 8" SDR 26 PVC(8'-l0'),complete and in place $ $ LF per Linear Foot. F15 45 16" Steel Encasement Pipe (Open Trench $ $ 111 LF Install),complete and in place per Linear Foot. F16 155 20" Steel Encasement Pipe (Open Trench $ $ LF Install),complete and in place per Linear Foot. F17 924 Pipe Trench Safety, complete and in place per $ $ LF Linear Foot. I F18 1 8" Mission Rubber Coupling, complete and in $ $ EA place per Each. 1 Reconnect to Existing Manhole, complete and F19 $ $ IEA in place per Each. F20 6 4' F/G Manhole, complete and in place per $ $ EA Each. F21 1 5' F/G Manhole, complete and in place per $ $ EA Each. F22 23.5 Manhole Extra Depth,complete and in place per $ $ VF Vertical Foot. II F23 2 Manhole Drop Structure, complete and in place $ $ EA per Each. F24 7 Manhole Trench Safety, complete and in place $ $ EA per Each. F25 2 New Service Lateral (with C/O), complete and $ $ EA in place per Each. Unanticipated Utility Allowance F26 LS (MANDATORY), complete and in place per MANDATORY $ 25,000.00 Lump Sum. SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(CITY ONLY) $ (Items Fl thru F26) ('Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 12 of 19 I • I I II III IV V VI TXDOT QTY& to ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART G—GAS IMPROVEMENTS(CITY ONLY) GI 500 1 General/Bonds/Mobilization, complete and in $ $ LS place per Lump Sum. 1 Storm Water Pollution Prevention Plan, G2 I. LS complete and in place per Lump Sum. $ $ G3 502 1 Traffic Control, complete and in place per $ $ LS Lump Sum. G4 1 Exploratory Excavation, complete and in place $ $ LS per Lump Sum. 05 100 Remove and Haul Off Existing 2" Gas Line, $ $ 1.,' LF complete and in place per Linear Foot. 6" Steel Encasement Pipe(Open Trench Install) G6 LF for New 2" Gas Line Provided By City, $ $ complete and in place per Linear Foot. G7 74 Pipe Trench Safety, complete and in place per $ $ LF Linear Foot. 1 Adjust Existing Gas Valve, complete and in G8 EA place per Each. $ $ Unanticipated Utility Allowance G9 LS (MANDATORY), complete and in place per MANDATORY $ 10,000.00 Lump Sum. ISUBTOTAL PART G-GAS IMPROVEMENTS(CITY ONLY)(Items GI thru G9) $ L TOTAL BASE BID(PARTS A thru G—Items Al thru G9) $ Li, •Bid Per CityStandard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 13 of 19 I I L I I ALTERNATE NO. 1 3 I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART Al—ALTERNATE NO. 1 3 A1:1 5165 -1,048 DEDUCT: Geogrid (2' B.O.C.), complete and $ $ SY in place per Square Yard. DEDUCT: 11" Type A, Grade I Crushed, -1,048 Limestone Base per TxDOT Std. Spec. Item No. A1:2 247 SY 247 (2' B.O.C.), complete and in place per $ $ Square Yard. 1 -163 DEDUCT: Prime Coat (MC-30@0.20 A1:3 310 GAL Gallons/SY),complete and in place per Gallon. $ $ A1:4 3268* -817 DEDUCT: 3" Type 'B' HMAC (Lip-Lip), $ 1$ SY complete and in place per Square Yard. A1:5 3268* -817 DEDUCT: 2" Type 'D' HMAC (Lip-Lip), $ $ 3 SY complete and in place per Square Yard. -18 485 DEDUCT: 9" Concrete Pavement (Class 'S' A1:6 360 SY 4,000 psi) (Lip-Lip), complete and in place per $ $ Square Yard. A 1:7 529 -6,553 DEDUCT: Std. 6" Curb and Gutter, complete $ $ LF and in place per Linear Foot. 3 A1:8 5165 21,755 Geogrid (2' B.O.C.), complete and in place per $ $ SY Square Yard. 18 843 11" Type A, Grade 1 Crushed, Limestone BaseI Al:9 247 S�, per TxDOT Std. Spec. Item No. 247 (Lip-Lip), $ $ complete and in place per Square Yard. A1:10 310 3,769 Prime Coat (MC-30 @ 0.20 Gallons/SY), $ $ 3 GAL complete and in place per Gallon. A 1:11 3268* 18,843 3" Type 'B' HMAC (Lip-Lip), complete and in $ $ SY place per Square Yard. I A1:12 3268* 18,843 2" Type 'D' HMAC (Lip-Lip), complete and in SY place per Square Yard. $ $ 6,553 Std. 6" Curb and Gutter (Incl. Limestone Base I A1:13 529 LF Beneath Curb to 2' B.O.C.), complete and in $ $ place per Linear Foot. A1:14 360 459 9"Concrete Bus Pad,complete and in place per $ 3$ SY Square Yard. SUB TOTAL PART Al—ALTERNATE NO. 1 $ 3 (Items Al:l thru A1:14) (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 14 of 19 I L I i.. ALTERNATE NO. 2 I II III IV V VI LTXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A2—ALTERNATE NO.2(CITY ONLY) -1 DEDUCT: 8" Mission Rubber Coupling, A2.1 EA complete and in place per Each. $ $ Li -1 DEDUCT: Reconnect to Existing Manhole, A2.2 EA complete and in place per Each.Li $ $ A2:3 636 Remove Existing 8" VCP Wastewater Line, $ $ LF complete and in place per Linear Foot. 3 Remove Existing Wastewater Manhole, A2:4 EA complete and in place per Each. $ $ 333 8" SDR 26 PVC (6'-8'), complete and in place P A2. LF per Linear Foot. $ $ A2:6 303 8" SDR 26 PVC(8'-10'),complete and in place $ $ LF per Linear Foot. A2:7 636 Pipe Trench Safety, complete and in place per $ $ LF Linear Foot. 4 4' F/G Manhole, complete and in place per A2.8 EA Each. $ $ 3.0 Manhole Extra Depth,complete and in place per A2:9 1. VF Vertical Foot. $ $ A2:10 4 Manhole Trench Safety, complete and in place $ $ EA per Each. LRehab Existing Manhole with F/G Liner 1 (Diameter to Match Existing Manhole)and New A2.11EA 30" Ring and Cover, complete and in place per $ - $ Each. SUB TOTAL PART A2—ALTERNATE NO.2(CITY ONLY) $ (Items A2:1 thru A2:11) I I I (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 15 of 19 Li, I I I BASE BID SUMMARY SUBTOTAL PART A—STREET IMPROVEMENTS 3 (Items Al thru A54): $ SUBTOTAL PART B—RTA IMPROVEMENTS (Items Bl thru B3): $ SUBTOTAL PART C—ADA IMPROVEMENTS (Items Cl thru C7): $ 3 SUBTOTAL PART D—DRAINAGE IMPROVEMENTS (Items Dl thru D39): $ 3 SUBTOTAL PART E—WATER IMPROVEMENTS-CITY ONLY (Items El thru E30): $ SUBTOTAL PART F—WASTEWATER IMPROVEMENTS—CITY ONLY (Items Fl thru F26): $ SUBTOTAL PART G—GAS IMPROVEMENTS—CITY ONLY (Items Cl thru G9): $ I TOTAL BASE BID(PARTS A thru G—Items Al thru G9): $ 3 ALTERNATE SUMMARY TOTAL ALTERNATE NO. 1 (Items Al:l thru A1:14): TOTAL ALTERNATE NO.2(CITY ONLY) (Items A2:1 thru A2:11): $ BID COMBINATION SUMMARY TOTAL BASE BID $ TOTAL BASE BID+ALTERNATE NO. 1: $ TOTAL BASE BID+ALTERNATE NO.2(CITY ONLY): $ TOTAL BASE BID+ALTERNATE NO. 1 +ALTERNATE NO.2(CITY ONLY): $ 3 ('Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 3 ATTACHMENT NO. 2 Page 16 of 19 I I I The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids,that he agrees to do the work,and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. L' Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. a Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart(original signed)sets. Time of Completion: The undersigned agrees to complete the work within: The working time for completion of the Project will be broken down as follows from the date designated by a Work Order: Liquidated Description Project Limits Calendar Days Damages/Day Base Bid OR Base Bid+Alternates Staples Street to Airline Road 450 $1,125 L The undersigned further declares that he will provide all necessarytools and apparatus, do all the work and furnish all materials and do everything required to carry out thabove mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged(addenda number): i Respectfully submitted: Name: By: (SEAL-IF BIDDER IS (SIGNATURE) a Corporation) I Address: (P.O. Box) (Street) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete (City)(State) (Zip) I with attached papers. Telephone: gt1 City of Corpus Chnsti (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 L ATTACHMENT NO. 2 Page 17 of 19 L I 3 11211 (Revised August 2000) SUPPLIER NUMBER TO BE ASSIGNED BY CITY 11 w"m• PURCHASING DIVISION City of CITY OF CORPUS CHRISTI C nsti DISCLOSURE OF INTEREST 3 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: 3 P.O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: I. Corporation 82. Partnership 8 3. Sole Owner 1714. 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 3 of the ownership in the above named"firm." Name Title I 3 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 I 4. State the names of each employee or officer of a"consultant"for the Cityof Corpus Christi who worked on anymatter related to the subject of this contract and has an"ownership interest"costituting 3%or more of the ownershiin the above named"firm." Name Consultant 3 a (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 18 of 19 I L 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 ora substantial segment therineof,you shall disclose that fact in a signed writing to the City official,emploxee or body that has been requested to act 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: Title: (Type or Print) Signature of Certifying Person: Date: L 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 or the purpose of professional consultation and recommendation. C {•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 19 of 19 I I CITY OF CORPUS CHRISTI -CAPITAL PROGRAMS . 3 PRE-BID CONFERENCE SIGN-IN SHEET ' #E11116 Williams Dr. Impr. Phase 3Location: Capital Programs-City Nall 3rd Floor Satples St./Airline Rd. - REBID Date/Time: 3june.2015-9:30 a.m. NAME TITLE COMPANY PHONE E-MAIL Jo t /I-G. -1-1g S 3s evA,, 2 4 Gc.Lcsc.as. 4aw bylail klstre e.....i.: t YP e87-es I 11174re IP/i# ;irrn:...) ,a.... D. q ,Joint-5 6/?1 .&l: e `?V 1, 5- sot.,3, FXb4t . 1 a r {3 \, `*: ~, ' v ', , " 1A. t r Jl' )kil, 3 .1.):-)iiii il(4c , ci,,,,,,,,,, ,,,,, ,, (-,,,„ . - l 1` � f' l . I, 16r 8 ,, deb�,mtseor mi co 7,-i-;-„:3);;;-://,,,,,,,.,,,,;;‹,--A--,:e. . ' 2 '- ,-",,,44,-.4P4-44.'exleri9it,'/I.P.- ''''' 3 ," ,.vtA. 16'2-12t,4.69 C,,F:74, =-x`y $24,- I; t I I , 3 I I 3 _ ADDENDUM No. 2 ATTACHMENT No. 3 Page 1 of 1 L tai , 00 9101 ADDENDUM NUMBER 01 ci: Williams Drive Improvements Phase 3—Staples Street to Project: Airline Road Project Number: I Owner. ::::::::::: çi OF 115 City Engineer: r , t. Designer: RVE, Inc. Addendum No. 01 Specification Section: 00 9101 Issue Date: May 27, 2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. L. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. LApproved by: t John Maggiore, t y T ,e c - ' ; 7 - r).c'1$ Name i Date L ,.. Addendum Items: Revised the dates of the Pre-Bid Meeting and the Bid I Opening. The times and location of both events remain unchanged. L. _ ,,,,,: IARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA LA. 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. NOTICE TO BIDDERS and PART A—SPECIAL PROVISIONS—CITY SECTION A-1 are revised as .';. follows: 1. The date of the Pre-Bid Meeting is changed to June 10,2015, and the date of the Bid Opening is changed to June 24,2015. The times and locations for the Pre-Bid Meeting 1. and the Bid Opening remain unchanged. END OF ADDENDUM NO. 01 LAddendum No. 01 00 91 01-1 Corpus Christi Standards-Regular Projects REV 03-09-2015 L (Revised 12/07/06) WILLIAMS DRIVE IMPROVEMENTS PHASE 3 Staples Street to Airline Road (Bond 2012) (PROJECT NO. E11116) Table of Contents NOTICE TO BIDDERS (Revised 11/20/13) INSURANCE REQUIREMENTS (Revised 7/3/14) PART A- SPECIAL PROVISIONS - CITY A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy(Revised 10/98) A 23 Inspection Required (NOT USED) A-24 Surety Bonds A 25 Sales Tax Exemption(NOT USED) (6/11/98) A-26 Supplemental Insurance Requirements A 27 Responsibility for Damage Claims (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements Rev. 8/03 Page 1 of 11 I I I A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 City Water Facilities Special Requirements(NOT USED) A-36 Other Submittals (Revised 9/18/00) 3 A-37 Amended"Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Occupancy and Final Acceptance(NOT USED) A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification& Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water(7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend"Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Dewatering/Well Pointing A-52 Computer-Generated Proposal Forms A-53 Video Documentation A-54 Trench Safety A-55 Confined Space Entry Requirements A-56 Pavement Restoration and Project Clean Up 3 A-57 Re-routing of Traffic During Construction A-58 Measurement and Payment of Subsidiary Items of Work A-59 Restoration of Private Property A-60 Access to Private Property A-61 Pipe Trench Bedding and Backfill A-62 Stormwater Pollution Prevention A-63 Dust Control A-64 Noise Control and Working Hour Restrictions A-65 Other Accessibility Requirements A-66 Maintenance and Control of Wastewater Flows A-67 Work over Existing Box Culverts A-68 Work Performed to TxDOT Standards A-69 Coordination with AEP, AT&T, and Other Utility Companies I I Rev. 8/03 Page 2 of 11 I w C ATTACHMENTS • ATTACHMENT 1: Submittal Transmittal Form • ATTACHMENT 2: Bond 2012 Sign Detail • ATTACHMENT 3: SWPPP -Notice of Intent PART A- SPECIAL PROVISIONS -TxDOT SP000-003 Notice to All Bidders SP000-004 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) SP000-006 Standard Federal Equal Opportunity Construction Contract Specifications(Executive Order 11246) SP000-009 Certification of Nondiscrimination in Employment SP000-1483 Notice of Changes to U.S. Department of Labor Required Payroll Information SP000-1966 Disadvantaged Business Enterprise in Federal Aid Contracts SP000-2329 Partnering SP000-2332 Schedule of Liquidated Damages SP000-2607 Nondiscrimination SP000-2638 On-the-Job Training Program SP000-2839 Important Notice to Contractors SP001-015 Definition of Terms SP004-017 Scope of Work SP005-004 Control of the Work SP006-030 Control of Materials SP006-047 Control of Materials SP007-918 Legal Relations and Responsibilities SP008-119 Prosecution and Progress SP009-009 Measurement and Payment SP009-015 Measurement and Payment SP 100-002 Preparing Right of Way SP 161-006 Compost SP164-002 Seeding for Erosion Control SP 166-001 Fertilizer SP247-039 Flexible Base SP341-024 Dense-Graded Hot-Mix Asphalt(QC/QA) SP360-003 Concrete Pavement SP360-013 Concrete Pavement SP416-001 Drilled Shaft Foundation SP420-002 Concrete Structures SP421-035 Hydraulic Cement Concrete SP424-003 Precast Concrete Structures (Fabrication) SP440-006 Reinforcing Steel SP441-008 Steel Structures SP442-016 Metal for Structures SP447-002 Structural Bolting Rev. 8/03 Page 3 of 11 I I 3 SP465-002 Manholes and Inlets SP500-011 Mobilization SP502-029 Barricades, Signs, and Traffic Handling SP502-033 Barricades, Signs, and Traffic Handling SP502-055 Barricades, Signs, and Traffic Handling 3 SP531-005 Sidewalks SP610-015 Roadway Illumination Assemblies SP620-001 Electrical Conductors SP624-014 Ground Boxes SP636-014 Aluminum Signs SP672-034 Raised Pavement Markers Special Provision to: SS8251-005 Reflectorized Pavement Markings with Retroreflective Requirements 3 PART B— GENERAL PROVISIONS PART C —FEDERAL WAGE RATES AND REQUIREMENTS PART D—FEDERALLY REQUIRED LANGUAGE 311 PART S—STANDARD SPECIFICATIONS All street, drainage, earthwork, erosion control improvements and associated construction bid items and practices shall comply with the 2004 TxDOT Standard Specifications for Construction and Maintenance of Highways,Streets and Bridges. TxDOT STANDARD SPECIFICATIONS (By Reference) Item 1-9 General Requirements and Covenants Item 100 Preparing Right-of-Way (104) Item 104 Removing Concrete Item 105 Removing Stabilized Base and Asphalt Pavement Item 110 Excavation(132) Item 132 Embankment(100, 160, 204, 210, 216, 400) Item 160 Topsoil Item 162 Sodding for Erosion Control (166, 168) Item 164 Seeding for Erosion Control (162, 166, 168) Item 166 Fertilizer3 Item 168 Vegetative Watering Item 204 Sprinkling Item 210 Rolling (100) 3 Item 247 Flexible Base (105, 204, 210, 216, 520, 585) Item 260 Lime Treatment(Road-Mixed) (105, 132, 204, 210, 216, 247, 300, 310, 520) Item 300 Asphalts, Oils, and Emulsions Item 301 Asphalt Antistripping Agents Rev.8/03 Page 4 of 11 L Item 302 Aggregates for Surface Treatments (300, 330) Item 310 Prime Coat (300, 316) Item 316 Surface Treatments (210, 300, 302, 320, 520) Item 320 Equipment for Asphalt Concrete Pavement (520) Item 351 Flexible Pavement Structure Repair(310, 316, 341) Item 360 Concrete Pavement(300, 420, 421, 438, 440, 529, 585) Item 400 Excavation and Backfill for Structures (132, 401, 420, 421) Item 402 Trench Excavation Protection Item 403 Temporary Special Shoring (423) Item 420 Concrete Structures (404, 421, 426, 427, 428, 438, 440, 448, 454) Item 421 Hydraulic Cement Concrete Item 424 Precast Concrete Structures(Fabrication) (420, 421, 440) Item 427 Surface Finishes for Concrete (420) Item 432 Riprap (420, 421, 427, 440) Item 440 Reinforcing Steel (448) Item 442 Metal for Structures (441, 445, 448, 449) Item 445 Galvanizing Item 449 Anchor Bolts (445) Item 462 Concrete Box Culverts and Storm Drains (400, 402, 403, 420, 421, 424, 440, 464, 467, 476) Item 464 Reinforced Concrete Pipe (400, 402, 403, 467, 476) Item 465 Manholes and Inlets (400, 420, 421, 424, 440, 471) Item 471 Frames, Grates, Rings, and Covers (445) Item 473 Laying Culvert and Storm Drain Pipe(400, 464) Item 476 Jacking, Boring, or Tunneling Pipe or Box (462) Item 479 Adjusting Manholes and Inlets (400, 421, 465) Item 480 Cleaning Existing Culverts Item 496 Removing Structures Item 500 Mobilization Item 502 Barricades, Signs, and Traffic Handling Item 504 Field Office and Laboratory Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter(360, 420, 421, 440) Item 530 Intersections, Driveways, and Turnouts (247, 260, 263, 275, 276, 292, 316, 330, 334, 340, 341, 360, 421, 440) Item 531 Sidewalks(104, 360, 420, 421, 440, 530) Item 585 Ride Quality for Pavement Surfaces Item 618 Conduit(400, 445,476, 622) Item 624 Ground Boxes (421, 440) Item 636 Aluminum Signs(643) Item 644 Small Roadside Sign Supports and Assemblies (421, 440, 441, 442, 445, 634, 636, 643, 656) Item 656 Foundations for Traffic Control Devices (400, 416, 420, 421, 432, 440, 441, 442, 445, 447, 449, 618) Item 662 Work Zone Pavement Markings (668, 672, 677, 6110) Item 666 Reflectorized Pavement Markings (318, 662, 677, 678) Rev. 8/03 Page 5 of 11 I I I Item 668 Prefabricated Pavement Markings(678) Item 672 Raised Pavement Markers (677, 678) Item 677 Eliminating Existing Pavement Markings and Markers (300, 302, 316) CITY STANDARD SPECIFICATIONS 3 All water, wastewater, gas and other utility related construction shall comply with the following City Standard Specifications: (NOTE: Should a City Specification refer to another City Specification that is covered by a TxDOT specification(i.e.027202-T Manholes refers to 032020 Reinforcing Steel which is covered by TxDOT Item No. 440 Reinforcing Steel), the TxDOT specification governs and the referenced City specification is not included in the Contract documents.) 026 WATER 026201 Water Riser Assembly(S-79) 026202 Hydrostatic Testing of Pressure System(S-89) 026204 Polyvinyl Chloride Pipe(S-91) 026210 Polyvinyl Chloride Pipe -AWWA C900 & C905 (S-83) 026214 Grouting Abandoned Utility Lines (S-3) 026402 Waterlines (S-88) 026404 Water Service Lines (S-87) 026406 Private Water Service Lines (S-112) 026409 Tapping Sleeves and Tapping Valves (S-84) 026411 Gate Valves for Water Lines (S-85) 026416 Fire Hydrants (S-86) 3 027 WASTEWATER 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 027606 Sanitary Service Lines 027608 Private Sewer Services (S-39) 050 METALS 055420 Frames, Grates, Rings and Covers (S-57) PART T-TECHNICAL SPECIFICATIONS TxDOT SPECIAL SPECIFICATIONS (Included) 3 Item 1018 Tree Protection Item 3268 Dense-Graded Hot-Mix Asphalt(005, 006, 300, 301, 320, 520, 585) Item 5165 Geogrid Reinforcement for Embankments Rev. 8/03 3 Page 6 of 11 I L I Item 5184 Curb Ramp and Landing Item 6422 Portable Changeable Message Sign Item 8251 Reflectorized Pavement Markings with Retroreflective Requirements (677, 678, 8094) Item 8368 Preparation of Existing conduits, Ground Boxes, or Manholes(465, 618, 624) CITY TECHNICAL SPECIFICATIONS All water, wastewater, gas and other utility related construction shall comply with the following City Technical Specifications: (NOTE: Should a City Specification refer to another City Specification that is covered by a TxDOT specification(i.e.027202-T Manholes refers to 032020 Reinforcing Steel which is covered by TxDOT Item No. 440 Reinforcing Steel),the TxDOT specification governs and the referenced City specification is not included in the Contract documents.) 022 UTILITIES 022020-T Excavation and Backfill for Utilities and Sewers S-9 026 WATER 026206-T Ductile Iron Pipe and Fittings (S-81) 027 WASTEWATER 027202-T Manholes (S-62) 027205-T Glass-Fiber Reinforced Polyester(FRP) Manholes 027206-T Glass-Fiber Reinforced Polyester(FRP) Rehabilitation Manholes 027602-T Gravity Sanitary Sewers (S-61) 027610-T Televised Inspection of Conduits (S-125) LIST OF DRAWINGS 1. COVER SHEET 2. SHEET INDEX 3. LEGEND &ABBREVIATIONS 4. SHEET LAYOUT 5. GENERAL NOTES 6. TxDOT GENERAL NOTES (1 OF 3) 7. TxDOT GENERAL NOTES (2 OF 3) 8. TxDOT GENERAL NOTES (3 OF 3) 9. ESTIMATED QUANTITIES &TESTING SCHEDULE 10. SUMMARY OF REMOVALS 1 OF 3 11. SUMMARY OF REMOVALS 2 OF 3 12. SUMMARY OF REMOVALS 3 OF 3 13. SUMMARY OF ROADWAY,PAVEMENT MARKINGS,AND SWPPP 14. SUMMARY OF STORMWATER Rev.8/03 Page 7 of 11 I I I 15. SUMMARY OF INLETS &MANHOLES 16. SUMMARY OF SMALL SIGNS 17. SUMMARY OF TRAFFIC CONTROL ITEMS 18. TYPICAL SECTIONS (1 OF 4) 19. TYPICAL SECTIONS (2 OF 4) 20. TYPICAL SECTIONS (3 OF 4) 3 21. TYPICAL SECTIONS (4 OF 4) 22. CONTROL LAYOUT&BENCHMARK INFORMATION 23. WATER PLAN 24. WASTEWATER PLAN 25. STORMWATER PLAN 26. GAS PLAN 27. TRAFFIC CONTROL PLAN-CONSTRUCTION SEQUENCE &NOTES 28. TRAFFIC CONTROL PLAN-PART ONE&TWO(AIRLINE ROAD) 29. TRAFFIC CONTROL PLAN-PART THREE(SOUTH HALF) 30. TRAFFIC CONTROL PLAN-PART THREE(SOUTH HALF) 31. TRAFFIC CONTROL PLAN-PART FOUR(NORTH HALF) 32. TRAFFIC CONTROL PLAN-PART FOUR(NORTH HALF) 33. BARRICADE AND CONSTRUCTION BC(1)-13 34. BARRICADE AND CONSTRUCTION BC(2)-13 35. BARRICADE AND CONSTRUCTION BC(3)-13 36. BARRICADE AND CONSTRUCTION BC(4)-13 37. BARRICADE AND CONSTRUCTION BC(5)-13 38. BARRICADE AND CONSTRUCTION BC(6)-13 39. BARRICADE AND CONSTRUCTION BC(7)-13 40. BARRICADE AND CONSTRUCTION BC(8)-13 3 41. BARRICADE AND CONSTRUCTION BC(9)-13 42. BARRICADE AND CONSTRUCTION BC(10)-13 43. BARRICADE AND CONSTRUCTION BC(11)-13 3 44. BARRICADE AND CONSTRUCTION BC(12)-13 45. DEMOLITION PLAN STA. 0+00 TO STA. 9+00 46. DEMOLITION PLAN STA. 9+00 TO STA. 18+00 47. DEMOLITION PLAN STA. 18+00 TO STA. 27+00 48. DEMOLITION PLAN STA. 27+00 TO END PROJECT 49. STREET PLAN AND PROFILE STA. 0+00 TO STA. 4+50 50. STREET PLAN AND PROFILE STA. 4+50 TO STA. 9+503 51. STREET PLAN AND PROFILE STA. 9+50 TO STA. 13+50 52. STREET PLAN AND PROFILE STA. 13+50 TO STA. 18+00 53. STREET PLAN AND PROFILE STA. 18+00 TO STA. 22+00 54. STREET PLAN AND PROFILE STA. 22+00 TO STA. 26+50 55. STREET PLAN AND PROFILE STA. 26+50 TO STA. 30+50 56. STREET PLAN AND PROFILE STA. 30+50 TO END PROJECT 57. CONCRETE JOINTING PLAN 58. INTERSECTION DETAILS (1 OF 4) 59. INTERSECTION DETAILS (2 OF 4) 60. INTERSECTION DETAILS (3 OF 4) 61. INTERSECTION DETAILS (4 OF 4) 62. SPECIAL DRIVEWAY DETAILS (1 OF 7) 63. SPECIAL DRIVEWAY DETAILS (2 OF 7) 64. SPECIAL DRIVEWAY DETAILS (3 OF 7) Rev. 8/03 Page 8 of 11 I L I 65. SPECIAL DRIVEWAY DETAILS (4 OF 7) 66. SPECIAL DRIVEWAY DETAILS (5 OF 7) 67. SPECIAL DRIVEWAY DETAILS (6 OF 7) 68. SPECIAL DRIVEWAY DETAILS (7 OF 7) 69. CONSTRUCTION DETAILS (1 OF 2) 70. CONSTRUCTION DETAILS (2 OF 2) 71. STANDARD CURB,GUTTER& SIDEWALK DETAIL 72. STANDARD DRIVEWAY DETAILS (1 OF 2) 73. STANDARD DRIVEWAY DETAILS (2 OF 2) 74. PEDESTRIAN FACILITIES CURB RAMPS PED-12A(1 OF 4) 75. PEDESTRIAN FACILITIES CURB RAMPS PED-12A(2 OF 4) 76. PEDESTRIAN FACILITIES CURB RAMPS PED-12A(3 OF 4) 77. PEDESTRIAN FACILITIES CURB RAMPS PED-12A(4 OF 4) 78. CONCRETE PAVING DETAILS JOINT SEALS JS-94 79. STORMWATER PLAN AND PROFILE STA. 0+00 TO STA.4+50 80. STORMWATER PLAN AND PROFILE STA.4+50 TO STA. 9+00 81. STORMWATER PLAN AND PROFILE STA. 9+00 TO STA. 13+50 82. STORMWATER PLAN AND PROFILE STA. 13+50 TO STA. 18+00 83. STORMWATER PLAN AND PROFILE STA. 18+00 TO STA. 22+00 84. STORMWATER PLAN AND PROFILE STA. 22+00 TO STA. 27+10 85. STORMWATER PLAN AND PROFILE STA. 27+10 TO STA. 31+50 86. STORMWATER PLAN AND PROFILE STA. 31+50 TO END PROJECT 87. STORMWATER LATERAL PROFILES (1 OF 4) 88. STORMWATER LATERAL PROFILES (2 OF 4) 89. STORMWATER LATERAL PROFILES (3 OF 4) 90. STORMWATER LATERAL PROFILES (4 OF 4) 91. EXISTING CULVERT REHABILITATION (1 OF 2) 92. EXISTING CULVERT REHABILITATION (2 OF 2) 93. CAST-IN-PLACE BOX CULVERT UNIONS 94. MISCELLANEOUS STORMWATER DETAILS 95. STANDARD STORMWATER DETAILS (1 OF 2) 96. STANDARD STORMWATER DETAILS (2 OF 2) 97. SINGLE BOX CULVERT CAST-IN-PLACE SCC-MD 98. SINGLE BOX CULVERT PRECAST SCP-MD 99. SINGLE BOX CULVERT PRECAST SCP-6 100. SINGLE BOX CULVERT PRECAST SCP-12 101. WATER&WASTEWATER PLAN AND PROFILE STA. 0+00 TO STA.4+50 102. WATER&WASTEWATER PLAN AND PROFILE STA.4+50 TO STA. 9+50 103. WATER&WASTEWATER PLAN AND PROFILE STA. 9+50 TO STA. 13+50 104. WATER&WASTEWATER PLAN AND PROFILE STA. 13+50 TO STA. 18+00 105. WATER&WASTEWATER PLAN AND PROFILE STA. 18+00 TO STA. 22+00 106. WATER&WASTEWATER PLAN AND PROFILE STA. 22+00 TO STA. 26+50 107. WATER&WASTEWATER PLAN AND PROFILE STA. 26+50 TO STA. 30+50 108. WATER&WASTEWATER PLAN AND PROFILE STA. 30+50 TO END PROJECT 109. WATER,WASTEWATER&GAS LINE CROSSINGS (1 OF 4) 110. WATER,WASTEWATER&GAS LINE CROSSINGS (2 OF 4) 111. WATER,WASTEWATER&GAS LINE CROSSINGS (3 OF 4) 112. WATER,WASTEWATER&GAS LINE CROSSINGS (4 OF 4) 113. STANDARD WATER DETAILS (1 OF 5) 114. STANDARD WATER DETAILS (2 OF 5) Rev. 8/03 Page 9 of 11 I I I 115. STANDARD WATER DETAILS (3 OF 5) 116. STANDARD WATER DETAILS (4 OF 5) 117. STANDARD WATER DETAILS (5 OF 5) 118. STANDARD SANITARY SEWER DETAILS (1 OF 5) 119. STANDARD SANITARY SEWER DETAILS (2 OF 5) 120. STANDARD SANITARY SEWER DETAILS (3 OF 5) 121. STANDARD SANITARY SEWER DETAILS (4 OF 5) 122. STANDARD SANITARY SEWER DETAILS (5 OF 5) 123. STRIPING& SIGNAGE PLANS (1 OF 2) 124. STRIPING& SIGNAGE PLANS (2 OF 2) 125. TRAFFIC SIGN REQUIREMENTS TSR(4)-13 126. SIGN MOUNTING DETAILS SMD(GEN)-08 3 127. SIGN MOUNTING DETAILS SMD(SLIP-2)-08 128. SIGN MOUNTING DETAILS SMD(TWT)-08 129. PAVEMENT MARKING PM(1)-12 130. PAVEMENT MARKING PM(2)-123 131. PAVEMENT MARKING PM(3)-12 132. EROSION AND SEDIMENTATION CONTROL PLAN 133. STORMWATER BEST MANAGEMENT PRACTICES 134. ENVIRONMENTAL PERMITS ISSUES AND COMMITMENTS (EPIC) 135. ELECTRICAL DETAILS-CONDUIT ED(1)-03 136. ELECTRICAL DETAILS-CONDUCTORS ED(2)-03 137. ELECTRICAL DETAILS-GROUND BOXES ED(3)-03 ATTACHMENTS • ATTACHMENT 1: Rock Engineering Report Dated February 9, 2012 • ATTACHMENT 2: Rock Engineering Report Addendum Report Dated July 24, 2012 • ATTACHMENT 3: Naismith Engineering Culvert Evaluation Report Dated September 19, 2012 • ATTACHMENT 4: Existing Box Culvert AS-BUILTS CHILD SUPPORT STATEMENT NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT • PROPOSAL • SUMMARY OF BID • DISCLOSURE STATEMENT DISCLOSURE OF LOBBYING ACTIVITIES DEBARMENT CERTIFICATION Rev. 8/03 3 Page 10 of 11 I L C CERTIFICATION OF NON-COLLUSION PERFORMANCE BOND PAYMENT BOND I I I r I C C I w I I Rev. 8/03 Page 11 of 11 i.. C ris NOTICE TO BIDDERS L NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: WILLIAMS DRIVE IMPROVEMENTS PHASE 3, STAPLES STREET TO AIRLINE ROAD (BOND 2012) -PROJECT NO. E11116 consisting of the rehabilitation of Williams Drive from Staples Street to Airline Road including the removal of approximately 3,200 linear feet of the existing two-lane road and replacement with a new four-lane road. All existing storm sewer, wastewater and water infrastructure will be improved, rehabilitated or replaced in accordance with the plans, specifications and contract documents; Sealed proposals will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, June 17, 2015, and then publicly opened and read. Any bid received after closing time will be returned unopened. A non-mandatory pre-bid meeting is scheduled for 9:30 a.m. on Wednesday, June 3, 2015, and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi,TX. All questions shall be submitted in writing on the CIVCAST website by noon on the Wednesday prior to the week of bid opening. Inquiries made after this period will not be addressed. A bid bond in the amount of 5%of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over$25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Plans, proposal forms, specifications and contract documents may be found at the following website: http:/www.civcastusa.com/ 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. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of"laborer,""workman,"or"mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest responsible/responsive bid for the total base bid. 1111 CITY OF CORPUS CHRISTI, TEXAS /s/Jeffrey Edmonds, P.E. Director of Capital Programs w /s/Rebecca Huerta City Secretary I I I I I Revised 11/20/13 I L I I iii. I I I Li I INSURANCE REQUIREMENTS II L L. L INN 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS INN 1.01 CONTRACTOR'S INSURANCE AMOUNTS to. A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises-Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors ere 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers'Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence lbw Contractor's Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required ❑ Not Required Iw discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price low ❑ Required ❑ Not Required ihro Installation Floater Equal to Contract Price ❑ Required ❑ Not Required Owner's Protective Liability Equal to Contractor's liability insurance ❑ Required ❑ Not Required `r. 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 Williams Drive Improvements Phase 3-Project No. E11116 REV 07-03-2014 3 3 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. 3 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. 3 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 full3 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. 3 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 Liability3 Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the 3 required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers'compensation policy and Contractor's professional liability policy. I 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 3 1. Claims under workers'compensation, disability benefits, and other similar employee benefit acts. Obtain workers'compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in3 accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01-2 Williams Drive Improvements Phase 3-Project No. E11116 REV 07-03-2014 I I C 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; 1 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason;and 5. Claims for damages,other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later) ISO commercial general liability form (occurrence form)and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care,custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care,custody,or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery,fixtures,and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; Ic) 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 Williams Drive Improvements Phase 3-Project No.E11116 REV 07-03-2014 I I 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 property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery,fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured- Engineers,Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability,commercial general liability,and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. 3 F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners,employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising i from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01-4 Williams Drive Improvements Phase 3-Project No. E11116 REV07-03-2014 I L H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations,whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor,Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents,whether performed by Contractor, Subcontractor,Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor,and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk"all risk" policy form that includes insurance for physical loss or damage to the Work,temporary buildings,falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning;windstorm; riot; civil commotion; terrorism;vehicle impact;aircraft; smoke;theft;vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake;volcanic activity,and other earth movement;flood; collapse; explosion; debris removal;demolition occasioned by enforcement of Laws and Regulations;water damage(other than that Insurance Requirements 00 72 01-5 Williams Drive Improvements Phase 3-Project No. E11116 REV 07-03-2014 L I 3 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 3 artificially generated electric current;earthquake;volcanic activity,and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 3 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. 3 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 3 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor,Subcontractors, or employees of the Contractor or a Subcontractor owning property items,such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 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 3 Insurance Requirements 00 72 01-6 Williams Drive Improvements Phase 3-Project No. E11116 REV07-03-2014 3 i 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 r 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 Williams Drive Improvements Phase 3-Project No. E11116 REV 07-03-2014 I I 3 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. 3 B. Include the name of the Project in the description of operations box on the certificate of insurance. 3 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. 3 B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 3 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: 3 City of Corpus Christi—Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS'COMPENSATION INSURANCE REQUIRED NOTICE 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. 3 Insurance Requirements 00 72 01-8 Williams Drive Improvements Phase 3-Project No. E11116 REV 07-03-2014 3 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. Insurance Requirements 00 72 01-9 Williams Drive Improvements Phase 3-Project No. E11116 REV 07-03-2014 E L 3 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 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 3 coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts,to perform as required by 3 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 3 reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties,civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION1 Insurance Requirements 00 72 01-10 Williams Drive Improvements Phase 3-Project No. E11116 REV07-03-2014 • I PART A SPECIAL PROVISIONS - CITY c c c L WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) (PROJECT NO. E11116) SECTION A-SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary,located on the first floor of City Hall, 1201 Leopard Street,until 2:00 PM on Wednesday, June 17, 2015. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi,Texas 78401 ATTN: BID PROPOSAL— WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) (PROJECT NO.E11116) Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for the delivery to the City Secretary's Office. Delivery of any proposal,by the proposer,their agent/representative,U.S.Mail,or other delivery service,to the City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Wednesday,June 3, 2015 beginning at 9:30 a.m. The pre-bid meeting will convene at Engineering Services Main Conference Room,3rd Floor,City Hall,1201 Leopard Street,Corpus Christi,Texas ,and will include a review of the project scope. All questions shall be submitted in writing on the CIVCAST website by noon on Wednesday prior to the week of the bid opening. Inquiries made after this period will not be addressed. No additional or separate visitations will be conducted by the City. A Bid tabulation will be available to Bidders once it has been compiled by the Consultant and provided to the City Engineering Department. A-2 Definitions and Abbreviations • Section B-1 of the General Provisions will govern. A-3 Description of Project The BASE BID for the WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) - PROJECT NO. E11116 generally consists of the rehabilitation of Williams Drive from Staples Street to Airline Road including the removal of approximately 3,200 linear feet of the existing two-lane road Section A-SP (Revised 9/18/00) Page 1 of 30 L and replacement with a new four-lane road. All existing storm sewer, wastewater and water infrastructure will be improved,rehabilitated or replaced in accordance with the plans,specifications and contract documents. A-4 Method of Award The bids will be evaluated based upon the availability of funds and in the following priority order: 1. Total Base Bid; or 2. Total Base Bid+Alternate No. 1; or 3. Total Base Bid+Alternate No.2; or 4. Total Base Bid+Alternate No. 1+Alternate No.2 The City reserves the right to reject any or all bids,to waive irregularities and to accept the bid which,in the City's negotiate additional quantities using unit prices provided in the Base Bid or Alternates. lowest responsible/responsive bid for any of the four(4)bid combinations. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond(Must reference Project Name as identified in the Proposal) WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) (PROJECT NO. E11116) (A Cashier's Check,certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Child Support Statement, Disclosure of Interests Statement, Disclosure of Lobbying Activities, Debarment Certification and Certification of Non-Collusion A-6 Time of Completion/Liquidated Damages The working time for completion of the Project(Phase 1 &2)will be broken down as follows: Description Project Limits Calendar Days Liquidated Damages/Day Base Bid Staples Street to Airline Road 450 $1,125 The Contractor shall commence work within ten(10)calendar days after receipt of written notice from the Director of Engineering Services or designee("City Engineer")to proceed. Any section of work not completed within the allotted contract time as shown in the breakdown above will be assessed liquidated damages as stated below. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract,ONE THOUSAND AND ONE HUNDRED TWENTY FIVE DOLLARS($1,125.00)per calendar day,will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the Section A-SP (Revised 9/18/00) Page 2 of 30 I damages that the City will sustain from delay in completion of the work,which damages by their nature are not capable of precise proof. The Director of Engineering Services(City Engineer)may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. For the purpose of determining Liquidated Damages, the Contract Time will stop once Substantial Completion has been achieved by the Contractor. For the purpose of this contract,Substantial Completion is defined as the following: 1. All work items within the base bid,alternates,and approved change orders under this contract are completed and are serving their intended purpose. This includes the completion of the following: a. All lanes of traffic,intersections,driveways,sidewalks and ramps must be completed and open to the public and private ownerships including restorations of routes used for detour. Substantial completion includes all final surface course treatments for the roadway,all manhole and valve cover adjustments,and all landscape related items. b. All onsite and offsite storm water improvements including required erosion and sedimentation control measures. c. All underground utilities,appurtenances,and adjustments including water,wastewater, electrical conduit,and traffic signalization improvements(pedestrian signal heads&push buttons). d. All permanent traffic controls including all striping, signage and signalization are installed and all temporary traffic controls are removed. 2. Punch List items that do not affect the overall intended purpose of the project shall be excluded from the definition of Substantial Completion. When Contractor considers the entire Work ready for its intended use Contractor shall notify City in writing that the entire Work is substantially complete and request that the City issue a certificate of Substantial Completion. Promptly after Contractor's notification, City,Contractor and Engineer shall make an inspection of the Work to determine the status of substantial completion. If City does not consider the Work substantially complete,City will notify Contractor in writing giving the reasons and a detailed list of items that must be completed. The City shall not assess Liquidated Damages against the Contractor for any day after the City issues the certificate of Substantial Completion. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason,and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers'compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers'compensation insurance coverage,meeting the requirements of this Contract,is in effect for those Contractor employees,liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract,the Contractor shall not permit subcontractors or others to Section A-SP (Revised 9/18/00) Page 3 of 30 L I work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive.Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates(Revised 7/5/00) 1 Labor preference and wage rates for Heavy(TX150031)and Highway Construction(TX150040).Refer to Part C —Federal Wage Rates and Requirements. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer,workman,or mechanic employed,if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half(12)times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6,Working Hours.) A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using TEXAS 811,the Lone Star Notification Company at 1-800-669-8344, and the Verizon DIG ALERT at 1-800-483-6279. I Section A-SP (Revised 9/18/00) Page 4 of 30 I I IFor the Contractor's convenience,the following telephone numbers are listed. City Engineer 826-3500 Project Engineer RVE Inc. D. Scott Jones,P.E. 887-8851 L Traffic Engineer 826-3500 Traffic Engineering/ Traffic Signals 826-1660 Police Department 882-2600 L Water Division 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) I Streets& Solid Waste Services 826-1940 Storm Water Department 826-1875 (826-1888 after hours) Parks&Recreation 826-3461 AEP 299-4833 (693-9444 after hours) AT&T/SBC 881-2511 (1-800-824-4424, after hours) Fiber Optic Locate 826-3740 Cablevision 857-5000 (857-5060 after hours) L ACSI(Fiber Optic) 887-9200 (Pager 800-724-3624) Century Tel 225/214-1169 (225/229-3202 after hours) KMC(Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom(Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK(Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 RTA 289-2712 Corpus Christi ISD 886-9005 US Postal Service 886-2216 TxDOT Area Office 808-2384 A-12 Maintenance of Services I The Contractor shall take all precautions in protecting existing utilities,both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings,base maps,utility records,etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work,it is his responsibility to maintain the services in Icontinuous operation at his own expense. In the event of damage to underground utilities,whether shown in the drawings or not,the Contractor shall make the necessary repairs to place the utilities back in service at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. L Where existing sewers are encountered and are interfered with(i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped,bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation Ithat may result if sewage or other liquid contacts the streets or ground surface. To by-pass the flow,connections to L Section A-SP (Revised 9/18/00) Page 5 of 30 L I the existing facilities shall be made over the ground surface by means of flexible and/or rigid pipes. The pipes used for bypassing this flow shall be strong enough to resist traffic impact loads,and the size of the pipe shall be capable of handling the incoming discharge but cause minimum impact to traffic flow and safety. The construction of temporary gravity flow lines, forcemains,pumping equipment,plugs,flow diversion structures,etc.required to maintain and control system flows shall be the responsibility of the Contractor. It is also the Contractor's responsibility to make all necessary repairs,relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Replacement of existing box culverts must be done in such that there is a closed conduit for stormwater flow at the end of each day. The Contractor shall pay attention to the weather forecast during this phase of construction and shall not undertake any removal of storm infrastructure if there is any potential for rain. In the event an unexpected rain event occurs,the Contractor shall have a plan in place to seal the storm water system to prevent erosion of the subgrade beneath the existing and proposed box culverts. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public.Paved access must be provided to all residents and businesses at all times during construction in accordance with the construction documents. The Contractor must provide temporary driveways and/or roads as described in the construction documents.The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include,but is not limited to,working driveways in half widths, construction of temporary ramps,use of high-early strength concrete,etc.—all of which shall be consider subsidiary to the Traffic Control Bid Item. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore,no direct payment will be made to Contractor. All costs for Traffic Control,including but not limited to,preparation of plans,approval and permit from City;and implementation of the plan on each site for the duration required, will be included in the unit price for Traffic Control bid items listed on the proposal form. If the site needs any adjustments in the traffic control sign location, which may by required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area.Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary,to prevent material from washing into the storm sewer system.No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. I Section A-SP (Revised 9/18/00) Page 6 of 30 I A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with"clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris,caliche,asphalt,concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. ".. __ _ _. . •:•"; A-16 Disposal/Salvage of Materials Excess excavated material,broken asphalt, concrete,broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary;therefore,no direct payment will be made to Contractor. A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site.The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative.The field office must be furnished with a telephone(with 24-hour per day answering service)and FAX machine paid for by the Contractor.There is no separate pay item for the field office or related permits,including Windstorm. (NOTE: Should this section conflict with TxDOT requirements for Field Office, TxDOT requirements shall govern.) A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must indicate the schedule of the following work items,and be in conformation with the"Sequence of Construction"listed below: 1. Initial Schedule: Submit to the City Engineer three(3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity,identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. Section A-SP (Revised 9/18/00) Page 7 of 30 I I PROJECT SEQUENCE OF CONSTRUCTION 1. Williams Drive Improvements Phase 3 shall be constructed in five(5)parts in the following sequence: a. PART 1 — Utility and street construction on the east side of Airline Road. During construction, 2-way traffic shall be maintained using the west side of Airline Road. Temporary access to the streets, residences, churches and commercial business shall be maintained throughout construction for both the public and emergency vehicles. Any street widening required to accomplish the above shall be achieve via temporary pavement as defined on the Traffic Control sheets in the construction plans. Street widening,if required, shall be considered subsidiary to the Traffic Control bid item and shall not be paid for separately. (NOTE: "Street construction"means through final concrete,if concrete pavement is chosen, or through Type `D' HMAC, if HMAC pavement is chosen.) b. PART 2 — Utility and street construction on the west side of Airline Road. During construction, 2-way traffic shall be maintained using the east side of Airline Road. Temporary access to the streets, residences, churches and commercial business shall be maintained throughout construction for both the public and emergency vehicles. Any street widening required to accomplish the above shall be achieve via temporary pavement as defined on the Traffic Control sheets in the construction plans. Street widening, if required, shall be considered subsidiary to the Traffic Control bid item and shall not be paid for separately. (NOTE: "Street construction"means through final concrete,if concrete pavement is chosen, or through Type 'D' HMAC, if HMAC pavement is chosen. In addition, under Part 2, all permanent pavement markings shall be installed in the Airline Road intersection before proceeding with the remainder of the Project.) c. PART 3 - Utility and street construction on the south side of Williams Drive. During construction,2-way traffic shall be maintained using the north side of the existing roadway. Temporary access to the streets, residences, churches and commercial business shall be maintained throughout construction for both the public and emergency vehicles. Any street widening required to accomplish the above shall be achieve via temporary pavement as defined on the Traffic Control sheets in the construction plans. Street widening,if required, shall be considered subsidiary to the Traffic Control bid item and shall not be paid for separately. (NOTE: "Street construction"means through final concrete,if concrete pavement is chosen,or through Type `B' HMAC,if HMAC pavement is chosen.) d. PART 4 - Utility and street construction on the north side of Williams Drive. During construction,2-way traffic shall be maintained using the south side of the existing roadway. Temporary access to the streets, residences, churches and commercial business shall be maintained throughout construction for both the public and emergency vehicles. Any street widening required to accomplish the above shall be achieve via temporary pavement as defined on the Traffic Control sheets in the construction plans. Street widening,if required, shall be considered subsidiary to the Traffic Control bid item and shall not be paid for separately. (NOTE: "Street construction"means through final concrete,if concrete pavement is chosen, or through Type `B' HMAC,if HMAC pavement is chosen.) e. PART 5—Installation of all permanent pavement markings and signage,project cleanup and removal of erosion controls. Temporary access to the streets, residences, churches and commercial business shall be maintained throughout construction for both the public and emergency vehicles. (NOTE: If HMAC pavement is chosen, then installation of the final 3 Type`D'HMAC surface over the Project area,excluding the Airline Road intersection,shall be the first item of construction under Part 5.) 2. For a detailed sequence of construction and recommended temporary traffic control measures,refer to the traffic control sheets in the constructions plans. (NOTE: The above-described Sequence of Construction has been Section A-SP (Revised 9/18/00) Page 8 of 30 I L modified to allow for either a concrete pavement or an HMAC pavement. In the event of any discrepancy between the above Sequence of Construction and the Sequence of Construction described in the construction plans, the above Sequence of Construction shall govern.) It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be most conducive to economy of construction, Lsubject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages",as described in the General Notes of the Construction Plans,and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents,and also that when the City is having other work done,either by contract or by City forces,the City Engineer may direct the time and manner of construction the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling,traffic control,maintenance of services,and street access with other Contractors. LD. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the contract. E. The Contractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more than five(5)calendar days(the City Engineer must be notified five calendar days in advance of any driveway closure). F. The Contractor must provide solid waste pickup services whenever access by the normal service is blocked by construction activities(the City Engineer must be notified five calendar days in advance of any solid waste pickup service area disruption). G. Any work which creates a noise level above the ambient sound levels shall not commence before 7:00 A.M.or continue after 6:30 P.M.on weekdays,and shall not commence before 8:00 A.M.or continue after 5:00 P.M.on Saturday without prior approval from the City Engineer. Days Allocation for Rain The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the nearest location is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work,completed,tested,in accordance with the plan,specifications,and Lcontract documents and connected to the existing system,and accepted by the City for the entire project. L Section A-SP (Revised 9/18/00) Page 9 of 30 r I Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following(Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections/notes-Engineering Services to coordinate As-Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities,contractor evaluation form,and project summary. (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, O&M manuals(in electronic format as required),SCADA documentation,and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst.,the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d) 95 - :-.. ;.. ; - : . .: (8) Final Acceptance Memorandum prepared by Administrative Assistant. (9) Administrative Asst.reviews for completeness,funding availability,prepares financial paperwork. (10) Administrative Asst.submits to director of Engineering Services/Operating Department Head for approval and forwarding to Asst. City Manager. (11) Final Acceptance memo returned from Asst. City Manager. (12) Authorization for payment(AFP)prepared and submitted to Accounting Department. (13) Contractor receives final payment after City Council(if required or Asst. City Manager accepts project. (14) Administrative Asst.sends letter to Contractor informing him or her when one-year warranty date begins(Acceptance Memorandum). City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A-19 Construction Staking The drawings depict lines,slopes,grades,sections,measurements,bench marks,baselines,etc.that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. The contractor shall furnish all lines,slopes and measurements necessary for control of the work. 3 If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established at no cost to the Contractor.Control points or bench marks damaged as a result of the Contractor's negligence will be Section A-SP (Revised 9/18/00) Page 10 of 30 I L restored by the City or Consultant Project Engineer at the expense of the Contractor. If,for whatever reason,it is necessary to deviate from proposed line and grade to properly execute the work,the Contractor shall obtain approval of the City Engineer prior to deviation.If,in the opinion of the City or Consultant Project Engineer,the required deviation would necessitate a revision to the drawings,the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes,both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two(2)personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents,plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey(R.P.L.S.)licensed in the state of Texas retained and paid by the Contractor.The Third Party R.P.L.S. shall be approved by the City prior to any work.Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets and Drives: • All curb returns at point of tangency/point of circumference; • Curb and gutter flow line—both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim/invert elevations at manholes and grinder station; • All intersecting lines in manholes; • Casing elevations(top of pipe and flow line)(TXDOT and RR permits). Water: • All top of valves box; • Valves vaults rim; • Casing elevations(top of pipe and flow line)(TXDOT and RR permits). Stormwater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; See Special Provisions A-45"As-Built Dimensions and Drawings" for additional requirements. A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails,that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. I Section A-SP (Revised 9/18/00) Page 11 of 30 I A-21 Project Signs The Contractor must finish-and install two(2)4x8 MDO Plywood Project Signs(to be provided by the City)as indicated on Attachment No.2 to these Special Provisions. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities,women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989,and any amendments thereto. In accordance with such policy, the City has established goals,as stated herein,both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person,firm,partnership,corporation,association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person,firm,partnership,corporation,association,or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own,operate and/or actively manage,and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise,it must be owned by a minority person. (b) For an enterprise doing business as a partnership,at least 51.0%of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation,at least 51.0%of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Section A-SP (Revised 9/18/00) Page 12 of 30 3 L 3. Share in Payments Minority partners,proprietor or stockholders,of the enterprise,as the case may be,must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments,commissions,consulting fees,rents,procurement,and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women,or a corporation at least 51.0%of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example,a joint venture which is to perform 50.0%of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0%of the work. Minority members of the joint venture must have either financial,managerial,or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation(Percent) 45% 15% b. These goals are applicable to all the construction work(regardless of federal participation)performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project,a final breakdown of MBE participation,substantiated by copies of paid invoices,shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer.The Contractor is to indicate the percent of minority and female participation,by trade,which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate,in writing,the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. Section A-SP (Revised 9/18/00) Page 13 of 30 L I 5. Disadvantaged Business Enterprise(DBE) Requirements3 a. This Project is federally funded and requires that the Contractor comply with Special Provision for Local Government/RMA/Non-Standard Contracts—Disadvantaged Business Enterprise in Federal- Aid Construction. b. The goal for Disadvantaged Business Enterprise(DBE)established for this Project is seven percent (7%). _ • • , . , . - .. (NOT USED) ready for occupancy.Contractor must obtain the Certificate of Occupancy,when applicable. Section B 6 2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's requir-ed-by-Gity A-24 Surety Bonds Paragraph two(2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus,the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent(10%)of the Surety Company's capital and surplus with reinsurer(s)authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent(10%)of the reinsurer's capital and surplus. For purposes of this section,the amount of 3 allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of$100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of$100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A 25 Sales Tax Exemption (NOT USED) Section B 6 22,Tax Exemption Provision,is deleted in its entirety and the following substituted in lieu thereof. 3 :• . 5 . • : ..•.• . •:. : • •_ : . • : ••••• . • . : " •:. . : •. • __:. • : _ Section A-SP (Revised 9/18/00) Page 14 of 30 L 1. Obtain the necessary sales tax permits from the State Comptroller. 2. Identify in the appropriate space on the"Statement of Materials and Other Charges" in the proposal form the 3. Provide resale certificates to suppliers. 4. Provide the City with copies of material invoices to substantiate the proposal value of materials. . •_. : t .• . . The Contractor must issue a resale certificate to the subcontractor and the subcontractor,in turn, issues a rosalo A-26 Supplemental Insurance Requirements (NOTE: Insurance requirements of General Provisions Section B-6-11 are superseded by Section 00 72 01 — INSURANCE REQUIREMENTS contained in the Contract Documents.) For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy,signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi,Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements,or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy,signed by the insurer,stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. L Section A-SP (Revised 9/18/00) Page 15 of 30 P t For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract,the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims,demands,liabilities,losses and expenses,including court costs and attorneys'fees,for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury,death or damage is caused directly by the negligence or other fault of the City,its agents, servants, or employees or any person indemnified hereunder. • - ' • . . . • . ! : •• (NOT USED) Paragraph(a)General Liabilityof Section B 6 11 of the General Provisions is amended to include: the date the City finally accepts the Project or work. Builder's risk coverage must be an"All Risk" form. A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract,then prior to award,the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two(2)years. The bidder shall specify the name and .11 address of the party holding the lien,the amount of the lien,the basis for the lien claim,and the date of the release of the lien. If any such lien has not been released,the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2)years. The bidder shall specify the name and address of the claimant,the amount of the claim,the basis for the claim,and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement,prepared no later than ninety(90) days prior to the City Engineer's request,signed and dated by the bidder's owner,president or other authorized party,specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project,as its field administration staff,superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years of recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project.This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, Section A-SP (Revised 9/18/00) Page 16 of 30 I L safety,coordination of subcontractors,and familiarity with the architectural submittal process,federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present,on the job site,at all times that work is being performed. 2. The foreman must have at least five(5)years of recent experience in oversight of projects of a similar size and complexity and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required,the Contractor's superintendent shall assume the responsibilities of a foreman. (Foreman cannot act as a superintendent without prior approval of the City). Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under"General Provisions and Requirements for Municipal Construction Contracts"Section B-3-1 Consideration of Contract add the following text: Within five(5) working days following the public opening and reading of the proposals,the three(3) apparent lowest bidders (based on the Base Bid only)must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract,along with a description of the work and dollar amount for each firm;and substantiation,either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above,the bidder must clearly demonstrate,to the satisfaction of the City Engineer,that a good faith effort has,in fact,been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning Section A-SP (Revised 9/18/00) Page 17 of 30 L 3 work on the Project. If the City Engineer does not approve all proposed subcontractors,it may rescind the3 Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff 9. Documentation as required by Special Provision A-35-K,if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state,i.e.,Texas(or other state)Corporation or Partnership,and name(s)and Title(s)of individual(s) authorized to execute contracts on behalf of said entity. 11. RTA Contracting Requirements — Part R. The contractor shall comply with Regional Transportation Authority(RTA)contracting requirements for limited site work related to the construction of RTA Bus Pad and Shelter Pad as found in the Base Bid. A-31 Amended Policy on Extra Work and Change Orders Under"General Provisions and Requirements for Municipal Construction Contracts"B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed$25,000.00. The Contractor acknowledges that any change orders in an amount in excess of$25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under"General Provisions and Requirements for Municipal Construction Contracts"B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager,City Secretary,and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City,nor is the City obligated to perform under the Contract,until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded Section A-SP (Revised 9/18/00) Page 18 of 30 I L to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents,first precedence will be given to addenda issued during the bidding phase of the Project;second precedence will be given to the Special Provisions(TxDOT);third precedence will be given to the Special Provisions(City); fourth precedence will be given to the construction plans(including notes therein); fifth precedence will be given to the Standard& Special Specifications(TxDOT); sixth precedence will be given to the Standard & Technical Specifications (City); and the General Provisions (City) will be given last precedence. • . . • . • . . . , . .: ,• . .. . . (NOT USED) A. Visitor/Contractor Orientation Prior to performing work at any City water facility,the Contractor,his subcontractors,and each of their employees must have on their person a valid card certifying thcir prior attendance at a A Visitor/Contractor Safety Orientation Program will be offered by authorized City Water :-•• .• .. . . - • .. . . -. . .. . .- - • " : : . " " ; ; : ' .• " " , • ", De -m _- ..- - - - - • - - . . - __ _ - _ . •_ - The City must deliver water of drinking quality to its customers at all times. The Contractor shall Department to protect the quality of the water. .. . • . •• : . .: : " , " : " , . : ••: . . , : : •• , , . . . I Section A-SP (Revised 9/18/00) Page 19 of 30 L I F. Contractor's personnel must wear colored uniform overalls other than orange,blue,or white. Each 3 . : . . . 1 - f Contracto H. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. Contractor must not use any City facility restrooms.Contractor must provide own sanitary facilities. I J. All Contractor vehicles must be parked at designated site,as designated by City Water Department vehicles are allowed at O.N. Stevens Water Treatment Plant. All personnel must be in company K. Contractor Qualifications SCADA(SUPERVISORY CONTROL AND DATA ACQUISITION) This work includes,but is not limited to,modifications,additions,changes,selections,furnishing, The Contractor or his subcontractor proposing to perform the SCADA work must be able to 1. He is regularly engaged in the computer based monitoring and control system business, 2. He has performed work on systems of comparable size,type,and complexity as required in this Contract on at least three prior projects. 3. He has been actively engaged in the type of work specified herein for at least 5 years. 1. He employs a Registered Professional Engineer, a Control Systems Engineer, or an 5. He employs personnel on this Project who have successfully completed a manufacturer's 6. He maintains a permanent,fully staffed and equipped service facility within 100 miles of the Project site to maintain,repair,calibrate,and program the systems specified herein. 7. He shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type will be the Section A-SP (Revised 9/18/00) Page 20 of 30 I L 8. 9. The Contractor shall producc all filled out programming blocks required to show the programming as needed and required, to add these two systems to the existing City City requires to be filled in and given to the City Engineer with all changes made during L. Trenching Rcquiremcnt3 All trenching for this project at the O.N.Stevens Water Treatment Plant shall be performed using a A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section as Attachment No. 1; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor,the Subcontractor or supplier;pertinent Drawing sheet and detail number(s), and specification Section number,as appropriate,on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review,verification of Products required, field dimensions,adjacent construction work,and coordination of information,is all in accordance with the requirements of the Project and Contract documents. e. Scheduling:Contractor must schedule the submittals to expedite the Project,and deliver to the City Engineer for approval,and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products,models, options, and other data. Supplement manufacturers'standard data to provide information unique to this Project. g. Variations:Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements:Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and Section A-SP (Revised 9/18/00) Page 21 of 30 L I clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report,thru Contractor,any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers'standard colors,textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section,Contractor must submit three(3)copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise,the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under"General Provisions and Requirements for Municipal Construction Contracts",B-6-15 Arrangement and Charge for Water Furnished by the City,add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities (NOTE: Insurance requirements are contained in Section 00 72 01—INSURANCE REQUIREMENTS contained in the Contract Documents.) The requirements of"Notice to Contractors 'B"' are incorporated by reference in this Special Provision. . . • • . ! . . . • • • • . • • (NOT USED) The issuance of a certificate of occupancy for improvements docs not constitute final acceptance of the improvements under General Provision B 8 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable,non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents,satisfactory to the City Engineer,that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day and the Contractor will be compensated at the unit price indicated in Section A-SP (Revised 9/18/00) Page 22 of 30 1 L the proposal. A-42 OSHA Rules &Regulations It is the responsibility of the Contractor(s)to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification&Hold Harmless Under"General Provisions and Requirements for Municipal Construction Contracts"B-6-21 Indemnification& Hold Harmless,text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials,employees,attorneys,and agents harmless and shall indemnify the City,its officials,employees,attorneys,and agents from any and all damages,injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor,or any subcontractor,supplier,materialman,or their officials,employees,agents,or consultants. The contractor shall hold the City, its officials, employees, attorne s, and agents harmless and shall indemnify Y g the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials,employees, attorneys,and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s)be required by the engineer,Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns,cost of materials and equipment,wage rates,etc.).This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings(7/5/00) (a) The Contractor shall employ the services of a Texas Registered Professional Land Surveyor (RPLS)throughout the construction period to survey the as-built horizontal and vertical locations of all valves,fittings,hydrants,road/ditch crossings,etc. installed during the construction period. At the completion of the construction but prior to final payment the Contractor shall provide the Engineer with RPLS sealed drawings and an electronic survey point file of the as-built construction. The horizontal and vertical datum used for the survey shall be the same as the Project datum. The horizontal and vertical locations of all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work shall be considered subsidiary to other bid items. (b) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical) of all facilities. (c) Upon completion of each facility, the Contractor shall furnish the City with one set of project drawings and specifications,marked with red pencil,showing all deviations from the original plans, including any substitutions for the materials originally specified. Any deviations from the original plans or substitutions for the materials specified require prior approval from the Engineer. L Section A-SP (Revised 9/18/00) Page 23 of 30 L I A-46 Disposal of Highly Chlorinated Water(7/5/00) The Contractor shall be responsible for the disposal of water used for testing,disinfection and line flushing in an approved manner.Contaminants in the water,particularly high levels of chlorine,will be used for disinfection,and 3 may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ,EPA,etc.It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project.The methods of disposal shall be submitted to the City for approval.There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory Excavations(7/5/00) Prior to any construction whatever on the project,Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet(10')of proposed pipelines of the project,Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety,the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be considered subsidiary to the utility cost unless a bid item is provided in the proposal.Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for 3 exploratory excavations. A-48 Overhead Electrical Wires(7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires.There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence,precautions,etc.,to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. 3 A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: Section A-SP (Revised 9/18/00) Page 24 of 30 i "The Contractor's guarantee is a separate,additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce,release,or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecution and Progress Under"General Provisions and Requirements for Municipal Construction Contracts",B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City,on a yearly basis. If funds,for any reason,are not appropriated in any given year,the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a late date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-51 Dewatering/Well Pointing This item is considered subsidiary to the appropriate bid items or shall be measured by the linear feet of trench as dcscr bca in Section ^ I where dewatering is needed to keep the excavation dry,as approved by the Engineer,and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet.An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s)prior to entering the storm water system.Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the Oso Bay.Testing of groundwater quality is to be performed by the City,at the City's cost,prior to commencing discharge and shall be retested by the City,at the City's expense,a minimum of once a week.Contractor shall coordinate with the City,on all testing.Test will also be performed as each new area of construction is started.Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to sanitary sewer or wastewater plant,the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a"no cost"permit from the Wastewater Dept.City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow.Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion,allow to sit over night, record water level again,pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. In any event,the Contractor shall be required to take whatever steps necessary to provide a stable trench bottom for the installation of any structure or pipe. A-52 Computer-Generated Proposal Forms The following paragraph modifies Section B-2-7"Preparation of Proposal",of the Part B-General Provisions and Requirements for Municipal Construction Contracts. The bidder has the option of submitting a computer-generated Proposal,in lieu of the Proposal Form contained in Section A-SP (Revised 9/18/00) Page 25 of 30 L I the Contract. The computer-generated Proposal shall substantially match the Proposal Form contained in the Contract and shall list all bid items, including any additive or deductive alternates, contained on the Contract Proposal Form. If the bidder chooses to submit a computer-generated Proposal,it shall be accompanied by properly completed Proposal Form pages 1,2, 14, 15, and 16. 1 In addition,the computer-generated Proposal shall contain the following statement and signature,after the last bid item: "(Bidder)herewith certifies that the unit prices shown on this computer-generated Proposal for bid items(including any additive or deductive alternates)contained on the Contract Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this computer-generated Proposal. (Bidder)acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price(Column IV)shown on his computer-generated Proposal by the respective estimated quantities shown on the Contract Proposal Form(Column II)and then totaling the extended amounts. (Signature) (Title) (Date) A-53 Video Documentation As part of the project requirements,the Contractor shall perform televised inspections of the entire length of any improvements to any wastewater and stormwater lines for evaluation after newly installed lines or rehabilitation work/construction contract is complete. All inspections shall be recorded in color,adequately lighted,on Digital Video Disk(DVD). The specific findings and observations made during the video recording shall be documented on the DVD by audio narration tied to the continuous footage documentation portrayed on the screen. Specific requirements for the on-screen labeling during each line segment inspection set-up,video file labeling,and hard- copy Inspection Report format are addressed in Technical Specification Section 027610-T. Video documentation shall be performed following backfill of improvements and prior to start of all street construction. The original and one copy of each inspection video shall be forwarded to the Engineer for his and the City Wastewater Department concurrent review for approval,as each inspection video is completed. If the quality of the DVD's does not meet with the Engineer's/City's approval, the Contractor shall repeat the video documenting process,at no increase in contract price,until the video is acceptable. Approved DVD's will not be returned to the Contractor. The Contractor shall also make and retain one direct copy of the original DVD recording of the results of the inspection. At the time of contract final inspection,the Contractor is to furnish the City Wastewater Department the post-construction/rehabilitation DVD's in an organized manner,properly labeled,and in a suitable three ring binder, the cost of which is to be included in the applicable bid item in the proposal. The work and materials will be considered subsidiary to other items in the proposal. No separate payments will be made for the televising unless specifically listed in the bid proposal. A-54 Trench Safety If the Contractor's proposed construction methods require the excavation of any trenches,access pits,or other below Section A-SP (Revised 9/18/00) Page 26 of 30 I L ground operations, such work shall be in compliance with all federal, state, and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item"Trench Safety"as shown in the proposal form. A-55 Confined Space Entry Requirements Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces,and associated requirements for entry into these areas including compliance with OSHA Regulation(Standard 29 CFR)Permit Required Confined Spaces 1910.146. All personnel entering confined spaces shall be properly trained and certified. At any time,upon demand,the Contractor shall supply the Engineer with this certification information of any/all personnel who are doing confined space entry work. A-56 Pavement Restoration and Project Clean Up It is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to Construction. Where asphaltic pavements are excavated or damaged,the replacement pavement shall as a minimum conform to the pavements restoration detail shown on the plans(refer to"Trench Backfill and Pavement Repair" details for all pavement restoration). If the excavated or damaged pavement section exceeds these requirements, they shall be replaced with the same types and thicknesses of materials as the existing pavement. Where concrete pavements,sidewalks,curbs,etc. are excavated or damaged,the replacement shall at a minimum conform to the City standard details and standard specifications which are included as part of this Contract. If the excavated or damaged concrete section exceeds these requirements,they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s). Restoration of all improvements as described above shall be made within 5 working days of the completion of the work,and shall be in accordance with applicable City Standard Specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveway,landscaping,or other vegetation areas disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform"clean ups"of the entire project or sections of the project during the course of construction,as directed by the Engineer. Upon completion of construction,the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All project clean up shall be considered subsidiary to the various bid items. Asphalt and Concrete restoration shall be included in the amount bid item as shown in the proposal. A-57 Re-routing of Traffic During Construction The Traffic Control Plan for the work is included in the drawings for typical applications. Should the Contractor desire to deviate from the plan,it is the responsibility of the Contractor to provide a Traffic Control Plan(sealed by a registered Engineer in the State of Texas) to the City Traffic Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the Standard 22"x34"plan sheets and should be readable,legible,clean,proportionate,and if possible to scale;and shall meet the City of Corpus Christi's"Uniform Barricading Standards and Practices"for City roads, and the requirements of the Texas Department of Transportation (TxDOT) for roads under the jurisdiction of TxDOT. Any additional costs incurred due to preparation of a revised Traffic Control Plan shall be the Contractors responsibility. No additional payments will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any costs associated with the implementation of the traffic control plan shall be included in the bid item(s) as shown in the proposal. Additional information regarding approved traffic control devices and signing is available on TxDOT's website(http://www.txcot.gov/publictoins/traffic.htm). Section A-SP (Revised 9/18/00) Page 27 of 30 L I A-58 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal,the measurement and payment requirements indicated in the individual standard specifications for any work do not apply,and the cost of this item of work shall be included in the cost of the item or work to which it is subsidiary. A-59 Restoration of Private Property The Contractor shall confine his work to the public ROW as shown on the plans;however the possibility exists that repairs/construction activity may occur within private property. The Contractor shall restore any disturbed area to a condition equal to,or better than,existed prior to his construction. Restoration may included,but is not limited to: 1. Re-Sodding existing lawns 2. Removing and replacing fences 3. Pruning damages trees or shrubs In the event that a property owner has some type of structure(i.e.storage shed,playground equipment,etc.)within the required work area,the Contractor shall coordinate with the property owner and a City representative for the removal or relocation of these items. A-60 Access to Private Property As previously stated, it may be necessary for the Contractor to access Private Property for some of the work. In most cases,the private property is single-family residential lots that are developed. The Contractor shall coordinate all access with the property owner and will work closely with the owner and a City representative for all construction operations. The Contractor shall be required to video record the conditions that exist on the property with a City representative present,prior to performing any construction operations. If,in the course of work,it is necessary to temporarily remove any fences,the Contractor shall provide temporary fencing so that the property owner's property is secure at all times. A-61 Pipe Trench Bedding and Backfill For this project,the Pipe Bedding and Backfill requirements shall be in accordance with the City Standard Detail Sheets. A-62 Stormwater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention is critical, and improper implementation can have a negative impact on the adjoining streets and private property. Strict compliance to all stonnwater pollution preventions items shown on the plans shall be enforced. It shall be the Contractors responsibility to prepare the Storm Water Pollution Prevention Plan(SWPPP)using the best management practices provided in the construction drawings for himself and for the City;and this plan shall be submitted to the City of Corpus Christi prior to the pre-construction meeting for review and approval. The contractor will also be responsible for submitting this plan and associated stormwater permit (see Attachment No.3 to these Special Provisions)to TCEQ prior to beginning on the project. During construction,the Contractor shall provide the City with copies of the routine inspections reports and other requisite SWPPP documentation. Section A-SP (Revised 9/18/00) Page 28 of 30 L All costs associated with meeting stormwater pollution prevention requirements shall be included in the amount bid for the items as listed in the proposal. In addition, if during the course of the project other minor stormwater pollution prevention items are required to limit or control soil erosion or transport of soil,then the Contractor shall implement these measures at no increase in the contract price or duration. A-63 Dust Control The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary,dusty materials in piles or in transit shall be covered to prevent blowing dust. Monthly payment will be withheld if this provision is not followed. A-64 Noise Control and Working Hour Restrictions roThe Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the lease amount of noise consistent with efficient performances of the Work.Decibel levels are not to exceed one hundred(100)decibels. Any work which creates a noise level above the ambient sound levels shall not commence before 7:00 A.M. or continue after 6:30 P.M. on weekdays,and shall not commence before 8:00 A.M. or continue after 5:00 P.M.on Saturday without prior approval from the Engineer. A-65 Other Accessibility Requirements The Contractor shall provide assistance and is required to ensure that disruption of community services to residents (i.e. US Postal Service, RTA Care B, Meals on Wheels, Emergency Services, etc.) does not occur during construction. Requisite assistance and/or coordination during construction is considered subsidiary to the work. A-66 Maintenance and Control of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Division regarding any modifications to the existing system flow patterns, such as rerouting flows,or operation of any permanent or temporary lift station(s). This shall be applicable even in case of cave-ins. Any such system modifications will be subject to approval by the Engineer and the City Wastewater Division and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped,bailed or flumed over the street on ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow,the connections to the existing facilities shall be made over the surface by means of flexible and/or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load,if any,and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance to the traffic flow or create any blockage or accident. The construction of temporary gravity flow lines,force main lines,pumping equipment,plugs,flow diversion structures,etc.,required to maintain and control system flows shall be the responsibility of the Contractor and shall be considered subsidiary to the various bid items in the contract and shall not be measured for payment. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project. Section A-SP (Revised 9/18/00) Page 29 of 30 1 3 A-67 Work over Existing Box Culverts The existing box culverts on the south side of Williams Drive are not traffic-rated. As such,the Contractor shall not cross or operate heavy equipment(over 23,000 lbs. loaded)over the box culverts except at existing driveway or street crossings. Any fill material to be placed over the existing box culverts as part of this project shall be staged on either side of the box culverts and placed using a rubber-tired loader, or similar machine, with a maximum loaded weight of 23,000 lbs. Except for 2'behind the curb,fill material behind the back of curb on the south side of Williams Drive,including over the existing box culverts,shall be compacted to"ordinary compaction",defined as compactive efforts being applied to a material until no further compaction of the material is observed. The evaluation report and the AS-BUILT plans for the existing box culverts are contained in Attachment No. 3 and Attachment No. 4,respectively,to the Contract for the Contractor's reference. If the Contractor is observed to violate the conditions set forth above for work over the existing box culverts,he shall be responsible for removal of portions of the existing box culverts,which at the discretion of the City and the Engineer are deemed to have been damaged or overly stressed by the Contractors activities,and replacement with traffic rated pre-cast box culverts of similar size. Replacement of damaged box culverts shall be at the sole expense of the Contractor and shall include any cast-in-place unions required to connect the new box culverts to the existing box culverts. Structural design of the cast-in-place unions, if required, shall be the responsibility of the Contractor, as well. The Contractor shall schedule a meeting at the Project Site with the Engineer and the City at the beginning of the Project to inspect the tops of the existing box culverts. The Contractor shall be responsible for maintaining a "condition log" of the existing box culvert throughout construction activities, which notes any cracks or other damage to the existing box culverts. Should the Contractor notice any new cracks in the existing box culvert,he shall notify the Engineer immediately for inspection in order to make a determination of the severity of the damage. A-68 Work Performed to TxDOT Standards All work performed on this project-with the exception of non-stormwater utility construction including,but not limited to,water,wastewater,gas and other utilities-shall conform to the TxDOT 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. For TxDOT Specification Item No. 585—Ride Quality for Pavement Surfaces,new HMAC pavement,if chosen, shall be tested using Surface Test Type A— 10' Straightedge. A-69 Coordination with AEP,AT&T, and Other Utility Companies During the course of constructing the Project,the Contractor will need to contact and coordinate with AEP,AT&T and other utility companies to facilitate the relocation or adjustment of their utilities as required to construct the proposed Project improvements. This coordination effort will not be measured for payment,but shall be considered subsidiary to the appropriate bid items. I I I Section A-SP (Revised 9/18/00) Page 30 of 30 I AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 29TH day of SEPTEMBER , 2015, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Revtec Construction Resources, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $8,698,783.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) REBID PROJECT NO. E11116 (TOTAL BASE BID: $8,698,783.50) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Mar-2014 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision 8-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within the number of calendar days as shown in the following table: The working time per completion of the Project will be broken down as follows: Description Project Limits Calendar Liquidated Days Damages/Day Base Bid OR Base Bid + Staples Street to Airline Road 450 $1,125 Alternates Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Mar-2014 ATTEST: CIT •F 'iO'P S - -T1 1-2.31-Cir./t.c. By: - City Secretary J.H. Edmonds, P.E. Director of Capital Programs Orci. Q�x43 UT APPR• D AS TO LEGAL FORM: _ B _.___ A A ."La. Ass ity Attorney _ S16.- — CONTRACTOR EC —CONTRACTOR ATTEST: (IfA• .r. . ion) Revtec Construction Resources, Inc. ...---tie, '''..rAII11111 By: A iky (Seal Belo MOW Title: President (Note: If Person signing for corporation is not President, 1901 Hollister Street attach copy of authorization (Address) to sign) Houston, TX 77080 (City) (State) (ZIP) 713/957-4003 (Phone) jsalazar( reytec.net (Email) Page 3 of 3 Rev. Mar-2014 PROPOSAL FORM FOR WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) PROJECT NO. E11116 CAPITAL PROGRAMS CITY OF CORPUS CHRISTI,TEXAS Proposal Form ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 1 of 19 PROPOSAL fi Place: Corpus Christi, TX Date: 06/30/15 Proposal of Reytec Construction Resources, Inc. a Corporation organized and existing under the laws of the State of Texas OR a Partnership or Individual doing business as • TO: The City of Corpus Christi,Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials,tools,and necessary equipment,and to perform the work required for: WILLIAMS DRIVE IMPROVEMENTS PHASE 3 STAPLES STREET TO AIRLINE ROAD (BOND 2012) PROJECT NO.E11116 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices,to-wit: Proposal Form ADDENDUM NO.2 ATTACHMENT NO. 2 Page 2 of 19 BASE BID I II in IV V VI TXDOT QTY& ITEM_ NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A-STREET IMPROVEMENTS Al 500 I General/Bonds/Mobilization, complete and In $ .t17u c.,„,„ - S ,� r,oc, - LS place per Lump Sum. A2 1 Storm Water Pollution Prevention Plan, S S. """ S 6-,_,c,c.. - LS complete and in place per Lump Sum. A3 502 I Traffic Control, complete and in place per s ...;-%-.0,(...;� S 3:...t, ,, - LS Lump Sum. A4 1 Exploratory Excavation, complete and in place S 30. r'"r> _ $ 7r', """ LS per Lump Sum. AS 5 Ozone Action Day, complete and in place per S spa " $ -z „'"-" DAYS Day. A6 105 22,214 Street Excavation (2' B.O.C.), complete and in S l $ 3 r� r; SY place per Square Yard. Al 104 1,957 Remove Curb and Gutter,complete and in place S 2.- S 3,ri t 4 LF per Linear Foot. A8 104 2,428 Remove Driveway, complete and in place per S $ I } y-4,, f, SY Square Yard. Subgrade Preparation (2' B.O.C.) - 6" Lime A9 26022 Y14 Stabilization (5.5%), complete and in place per S S 2.�°� ' ' Square Yard. A 10 5165 1,048 Geogrid (2' B.O.C.), complete and in place per $ 3 S 14--4. SY Square Yard. 11" Type A,Grade I Crushed, Limestone Base A l 1 247 I SOY 48 per TxDOT Std. Spec. Item No. 247 (2' S 2_3 . S L4. i o c4. - B.O.C.),complete and in place per Square Yard. Al2 310 163 Prime Coat (MC-30 Q 0.20 Gallons/SY), s Ls " $ ci 7<� " GAL complete and in place per Gallon. A13 3268* 817 3" Type'B' HMAC (Lip-Lip), complete and in $ a S zc,,,4.�C SY place per Square Yard. A14 3268* 817 2" Type'D' HMAC (Lip-Lip), complete and in $ 22' $ 1'7 i'7 y SY place per Square Yard. A 1 360 18,485 9"Concrete Pavement(Class'S'4,000 psi)(Lip- s -79- s ¢f-.r) 3( SY Lip),complete and in place per Square Yard. A16 529 6,553 Std. 6"Curb and Gutter,complete and in place $ 2 3 s i i-‹.), 7 1,1 - LF per Linear Foot. (•Bid Par City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Page 3 of 19 t: I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION _ UNIT PRICE TOTAL PART A—STREET IMPROVEMENTS—CONTINUED A17 530 2,156 Concrete Driveway, complete and in place per s & S t .8 Ie. " SY Square Yard. r A18 420 176 4'x4' Concrete Rip-Rap,complete and in place S Z c, - S 3, ' z-" SF per Square Foot. 203 Reflective Pavement Marking TY.I (W) (24')' A 19 666 LF (SLD) (100 mil) - Stop Bar, complete and in S 4,• s 1. z.. t e.) place per Linear Foot. Reflective Pavement Marking TY.1 (W) (24") A20 666 578 (SLD) (100 mil) - Crosswalk, complete and in S S 4 4,*8 LF place per Linear Foot. 571 Reflective Pavement Marking TY.1 (W) (12") z A21 666LF (SLD)(100 mil) - Crosswalk, complete and in S J - s I:7 13 place per Linear Foot. Reflective Pavement Marking TY.1(W) (12") A22 666 LF (SLD)(100 mil)-School Zone Stripe,complete S -. S z and injlacejer Linear Foot. Reflective Pavement Marking TY.I (W) (8") 506 A23 666 LF (SLD) (100 mil), complete and in place per S '2-.. S I. t 2.- Linear Foot. 6 L411 Reflective Pavement Marking TY.I (Y) (4") A24 666 LF (SLD) (100 mil), complete and in place per S I $ ‘_-,,4-- l i r Linear Foot. Reflective Pavement Marking TY.1 (W) (4") _ A25 666 1 LF0 (111(N) (100 mit), complete and in place per S I S t, (4," Linear Foot. 4 Prefabricated Pavement Marking TY.1 (W) A26 668 (Word)"Only"(100 mil),complete and in place S 3 '- S 1 `r "� EA per Each. Prefabricated Pavement Marking TY.1 (W) 4A27 668 (Left Turn Arrow) (100 mil), complete and in S .- s'' S 1. `'—" EA place per Each. Prefabricated Pavement Marking TY.I (W) A28 668 EA (Right Turn Arrow)(100 mil), complete and in S `-`'`' $ S-"" .. place per Each. 2 Prefabricated Pavement Marking TY.1 (W) _ A29 668 EA (Combo Straight/Right Turn Arrow) (100 mil), S L 5 ' S l o complete and in place per Each. 328 Raised Reflective Pavement Marking TYII-A- A30 672 EA A)Yellow,complete and in place per Each. S s S M' `} A31 672 96 Raised Reflective Pavement Marking (TYI-C) S $ `I ,, - EA White,complete and in place per Each. 8 Raised Reflective Pavement Marking (TYII-B- S Z A32 672 EA B)Blue,complete and in place per Each. S 1 S ('Bid Per City Sundard Units) Proposal Form ADDENDUM NO.2 ATTAO4MENT NO.2 Page 4 of 39 r I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A-STREET IMPROVEMENTS-CONTINUED A33 636* 2 Bike Route Sign (DI 1-I)(Incl. Metal Pole and $ $ i. . EA Foundation),complete and in place per Each. Bike Route Sign (D1 I-1) and End Sign (R3- A34 636* EA 17bP) (Incl. Metal Pole and Foundation), S 4.1 ' complete and in place per Each. Lane Control Sign (R3-8B) (Incl. Metal Pole A35 636* EA and Foundation), complete and in place per S d a S ! -`�' - Each. Advance Street Name Sign (D3-2) (Incl. Metal 2 A36 636* Pole and Foundation),complete and in place per S C'`'-' SEA Each. A37 636* 2 Speed Limit Sign (R2-l) (Incl. Metal Pole and $ 4� $ j 2 p , _ EA Foundation),complete and in place per Each. Right Lane Must Turn Right Sign (R3-7R) A38 636* EA (Incl.Metal Pole and Foundation),complete and S S '" " in place per Each. Photo Enforced Intersection Sign (R10-18a) A39 636* EA (Incl.Metal Pole and Foundation),complete and S S C" in place per Each. Combo End School Zone Sign (S5-2a A40 636* 1 TP)Speed Limit Sign (R2-1) (Incl. Metal Pole $ $ r o EA and Foundation), complete and in place per Each. A4 636* 2 Yield Here Sign (RI-5L)(Incl. Metal Pole and $ c $ j, 2, EA Foundation),complete and in place per Each. Pedestrian Crossing Sign (SI-1)/Arrow Sign A42 636* 2 (S W 16-7P)/All Year Sign (S4-7P) (Incl. Metal $ ,„ $ , _ EA Pole and Foundation),complete and in place per Each. Combo Flashing School Zone(S5-I)/Cell Phone A43 636* 2 Prohibited Sign (S7-IT) (Incl. Metal Pole, $ 7 S-ti„- $ ( EA Foundation and Electrical Connection), complete and in place per Each. End School Zone Sign(S5-2)(Incl. Metal Pole A44 636* EA and Foundation), complete and in place per S $ 6 Wit. Each. School Zone Speed Limit Sign (S4-IP) A45 636* 2 Specifying Hours During the Day (Incl. Metal $ $ ! 2°U - EA Pole and Foundation),complete and in place per Each. A46 636' 6 Stop Sign (R1-1) (Incl. Metal Pole and $ � _ $ ; 4.„ EA Foundation),complete and in place per Each. A47 618 3,493 Conduit (PVC) (Sch. 40) (2") (Fiber Optic), $ 14- $ 4'g,')4 - LF complete and in place per Linear Foot. (•Bid Pa City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Page S of 19 I II QI IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A-STREET IMPROVEMENTS-CONTINUED A48 618 5 Electrical Pull Box, complete and in place per s ,-7. - s g s-0..) - EA Each. A49 506 224 Silt Fence, complete and in place per Linear s i r. - s Z 2 z.y s -- LF Foot. ASO 479 EA Inlet Protection,complete and in place per Each. $ 3 S-"'•- $ `. i"c' " MI 1018 570 Orange,Plastic Fence Tree Protection,complete s i 2 - $ 4 r,`f,, LF and in place per Linear Foot. • A52 1018 8 Wood Tree Protection, complete and in place s °" S i. L�"., EA per Each. A53 162 4,059 St. Augustine Sod Revegetation, complete and s q ` s 34. 7a - SY in place per Square Yard. A54 164 2,979 Hydronulch Revegetation, complete and in s z . $ 7 ��+ .441 SY place per Square Yard. SUBTOTAL PART A-STREET IMPROVEMENTS(Items Al thru A54) $3.20:, 6'7 :� PART B-RTA IMPROVEMENTS B 1 104 3,727 Remove RTA Turn Out and Shelter Pad, $ $ 3 '7 2 7 SF complete and in place per Square Foot. Relocate Benches and Signs(Incl.Coordination B2 LS with RTA), complete and in place per Lump $ s-1'Y $ J"1' " Sum. 63 420 2,714 Concrete Shelter Pad,complete and in place per s i 2-:- s 32-, ..ii,`?: - SF Square Foot. SUBTOTAL PART B-RTA IMPROVEMENTS(Items BI thru B3) $ 4I (..- PART PART C-ADA IMPROVEMENTS C 1 500 1 General/Bonds/Mobilization, complete and in $ t ra $ t c r,G,, LS place per Lump Sum. 1 Storm Water Pollution Prevention Plan, s i' ts'" s 1,,t,,, _ LS complete and in place per Lump Sum. 1 Traffic Control, complete and in place per $_2; �. s - r,,,,- _ C3 502 LS Lump Sum. C4 1 Exploratory Excavation, complete and in place s t , , - s I 0 LS per Lump Sum. (•aid Pet City SWidaid Units) Proposal Form ADOENOUM NO. 2 ATTACHMENT NO.2 Page 6 of 19 I II In ry V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART C—ADA IMPROVEMENTS—CONTINUED 1,872 Remove Existing Concrete Sidewalk, complete C5 104 SY and in place per Square Yard. s s S { C6 531 5,967 Concrete Sidewalk, complete and in place per s r $ ( SY Square Yard. C7 531• 2,751 Sidewalk Ramp, complete and in place per s .L 3 $ 2.1,3 SF Square Foot. SUBTOTAL PART C-ADA IMPROVEMENTS(Items CI tiara C7) S 4 l 7, 14 PART D—DRAINAGE IMPROVEMENTS Di 500 1 General/Bonds/Mobilization, complete and in s .Z s s Zc. cc LS place per Lump Sum. D2 1 Storm Water Pollution Prevention Plan, s s S U LS complete and in place per Lump Sum. D3 502 1 Traffic `Control, complete and in place per s Sb �,, s LS Lump Sum. D4 1 Exploratory Excavation, complete and in place s S s „ - LS per Lump Sum. 1 D5 132 500 Embankment - Select Fill (Final Position), $ 2„, CY complete and in place per Cubic Yard. D6 110 462 Excavation (Grass Swale), complete and in s 1 ,- CY place per Cubic Yard. D7 479 13 Remove Existing Curb Inlet, complete and in s ^,,„ $ /�., 57�, - EA place per Each. 4% 31 Remove Existing 12" RCP, complete and in s 1,, - $ - LF place per Linear Foot. 496 500 Remove Existing 15" RCP, complete and in $ LF place per Linear Foot. D10 496 568 Remove Existing 18" RCP, complete and in $ t� $ 57 L. LF place per Linear Foot. D11 4% 80 Remove Existing 24" RCP, complete and in s 2 11 -- s 1 y Zc,-- LF place per Linear Foot. D12 4% 16 Remove Existing 10" HDPE, complete and in $ $ LF place per Linear Foot. D13 496 567 Remove Existing 2-5x7 BIC, complete and in s l sb $ F; ; Usama LF place per Linear Foot. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO. 2 Pala 7 of 19 I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART D—DRAINAGE IMPROVEMENTS-CONTINUED 1314 479 4 Remove Existing Grate Inlet, complete and in s ��, S EA place per Each. D15 479 2 Remove Existing Storm Manhole,complete and s 7 V _ $ 1 t EA in place per Each. Dib 296 I Remove Existing 18" S.E.T, complete and in s s o s l VA) - EA place per Each. DI7 402 4,797 Trench Safety,complete and in place per Linear $ .4. -- s LF Foot. DIS 462 2,703 Concrete Box Culvert (5)(6'), complete and in s s I 3;1, soU - LF place per Linear Foot. D19 462 1,134 Concrete Box Culvert(12'x6'), complete and in $ 13�.o_ s 1.4 74.1a LF place per Linear Foot. D20 462 14 Equalization Opening, complete and in place s z g ,� s Sri. 2 EA per Each. D21 464 304 Reinforced Concrete Pipe (Class 11Ix 18"), s 1` s ,y 7 2' LF complete and in place per Linear Foot. 1322 464 782 Reinforced Concrete Pipe (Class 1 Vx 18"), s l g, s 14c), it.z.› LF complete and in place per Linear Foot. D23 464 57 Reinforced Concrete Pipe (Class 111x24"), s 2 ``" s t 4 2 s-' • LF complete and in place per Linear Foot. D24 464 52 Reinforced Concrete Pipe (Class IVx24"), $ s s f 3 "t, , LF complete and in place per Linear Foot. Connect Existing Stormwater Lateral to 1325 464 Proposed Box Culvert, complete and in place $ 2 '"` $EA per Each. 1326 465 I Inlet (CompiXType C), complete and in place s 4 _ s 4-, 3,,EA per Each. D27 465 5 Inlet(ComplxType CXModified),complete and s 4 o<,<, $ t{, >-, - EA in place per Each. D28 465 14 Inlet(Comp!)(10 Foot), complete and in place s - s EA per Each. D29 465 7 Inlet (Compl)(Post), complete and in place per $ -3,ri - s 21 3"=' - EA Each. D30 465 1 Manhole (CompIXType A), complete and in s 3 sem" s , ""- EA place per Each. (•aid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Page 8of19 3 I n In iv V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE _ TOTAL PART D—DRAINAGE IMPROVEMENTS-CONTINUED D31 465 4 Manhole (Compl)(Type B), complete and in $ .; ,ra„ - $ 21. 4,, _ EA place per Each. D32 465 II Manhole (Compl)(Type C), complete and in $ 2, �,,;, - $ .2:1 so EA place per Each. 1)33 420 2 Box Culvert Unions, complete and in place per $ sq ,,, ; $ 1 c' F 4x,,, . EA Each. Adjust Stonnwater Manhole Ring and Cover D34 479 over Existing Box Culvert, complete and in $ 'i, �'<,' $ G, "'y " EA place per Each. EXISTING BOX CULVERT REHABILITATION , D35 462 130 Point Repairs (Cracks, etc.) (Condition 1), $ g c, $ 104 a, _ EA complete and in place per Each. 190 Point Repairs(Spalls,holes,exposed rebar,etc.) D36 462EA (Conditions 2 and 3),complete and in place per $ 1, G"'"'-' $ i`j''. �::.-"" Each. D37 480a 2 Miscellaneous Debris Removal,complete and in $ 3 4, $ 4, ,.,,,. _ LS place per Lump Sum. 1)38 2 Confined Space Working Environment, $ 7 ,..--> -- $ t 4 c,, LS complete and in place per Lump Sum. Unanticipated Utility Allowance D39 LS (MANDATORY), complete and in place per MANDATORY $ 50,000,00 Lump Sum. SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items DI thre 039) $4.I 4:4 74- PART 4PART E—WATER IMPROVEMENTS (CITY ONLY) EI 500 1 General/Bonds/Mobilization, complete and in $ `y. „,,,�, s .5 ,,v LS place per Lump Sum. E2 I Storm Water Pollution Prevention Plan, $ j, —„ - $ 1, -,.,-> - LS complete and in place per Lump Sum. E3 502 1 Traffic Control, complete and in place per s 5. ,,„ $ S. r,., LS Lump Sum. E4 1 Exploratory Excavation, complete and in place $ _y- _ $ S, c, LS per Lump Sum. E5 91 Remove Existing 2" Water Service, complete $ i $ <,i .- LF and in place per Linear Foot. E6 443 Remove Existing 8" ACP Waterline, complete $ 1 a $ s, ,L LF and in place per Linear Foot. (•Bid Per City Standard Units) Proposal Form AOOENOUM NO.2 ATTACHMENT NO.2 Page 9of19 I II III IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART E-WATER IMPROVEMENTS(CITY ONLY)-CONTINUED E7 118 Remove Existing 8" PVC Waterline, complete $ 4 S 1 a IF and in place per Linear Foot. EB 8 Remove & Salvage Existing Fire Hydrant, s 6..„, - s 4 ,s„� _ EA complete and in place per Each. E9 I Remove Existing 8" Gate Valve and Box, s 570, $ 5-13, . EA complete and in place per Each. 2" Water Service (Incl. All Bends, E10 LF Appurtenances and Connections),complete and S -7 .,- S 4 7 a in place per Linear Foot. 8" C900 PVC Waterline (incl. Horizontal and E 11 �F Vertical Bends<90),complete and in place per S I!" • $ 2 c7, 1 4L, . Linear Foot. 8" Ductile Iron Pipe (Class 350) (Incl. 612 LIF Horizontal and Vertical Bends <90), complete S I 3® $ ',3.i'3 and in place per Linear Foot. 12" Ductile Iron Pipe (Class 350) (Incl. E 13 LF Horizontal and Vertical Bends <90), complete S 1 3 i S 1 . 7 ci S'` and in place per Linear Foot. E14 79 6"Steel Encasement Pipe(Open Trench Install), $ 1 ‘ v , s i 2,, ,Li o LF complete and in place per Linear Foot. Els 249 16" Steel Encasement Pipe (Open Trench $ 2.24. - s s7, ,,.z4--- LF Install),complete and in place per Linear Foot. 616 I09 20" Steel Encasement Pipe (Open Trench $ 2 s s.- S ,z..7 14-` LF Install),complete and in place per Linear Foot. 617 984 Pipe Trench Safety, complete and in place per $ Z:- $ 1 9 t ��, LF Linear Foot. 618 9 8"Gate Valve&Box,complete and in place per s 2 s.ti=„ EA Each. $ 2.2s� E19 1 12"x8" Reducer, complete and in place per s 3 7„, S 3 7 - EA Each. E20 2 8" 90 Degree Bend,complete and in place per $ ;<.-‘,., - $ y> EA Each. E21 EA 8"Tee,complete and in place per Each. S ''7,=. S 1, 1 x - 14 E22 EA 12"x8"Tee,complete and in place per Each. S i~7' S '7" 623 I Reconnect Water Service ® Sta. 1+04, $ ? 4„,,,..„, s > c LS complete and in place per Lump Sum. (•Bid Pa City Standard Unita) Proposal Form ADDENDUM NO.2 ATTACHMENT NO. 2 Page 20 or 19 I II 111 N V VI TXDOT QTY& ITEM NO _ UNIT _ DESCRIPTION UNIT PRICE TOTAL PART E—WATER IMPROVEMENTS(CITY ONLY)-CONTINUED E24 8 Fire Hydrant Assembly, complete and in place $ I0 ,,a J . $ et,, ,,, EA per Each. E25 2 Connect to Existing 8" C900 PVC Waterline, $ 2 ,,,o, $ s, �s 4. EA complete and in place per Each. Connect to Existing 8" ACP Waterline (Incl. E26 E3A Omni Coupling System and Spool Pieces as S 3 s' S 'Fs" r"" Necessary),complete and in place per Each. B27 I Connect to Existing 12" PVC Waterline, $ 3 yb„ _ s 3 y EA complete and in place per Each. E28 7 Adjust Existing Water Valves, complete and in $ j'.,, s 2, s 21, EA place per Each. E29 2 Adjust Existing Water Meters, complete and in $ i, u.. , _ $ 2; «,. ,, _. EA place per Each. 1 Unanticipated Utility Allowance E30LS (MANDATORY), complete and in place per MANDATORY $ 25,000.00 Lump Sum. SUBTOTAL PART E-WATER IMPROVEMENTS(CITY ONLY)(Items El thru E30) $ `t4 4, /''B ' PART F—WASTEWATER IMPROVEMENTS(CM ONLY) , Fl 500 I General/Bonds/Mobilization, complete and in $ , _ $ $ G LS place per Lump Sum. �•<. F2 1 Storm Water Pollution Prevention Plan, $ 5b o - $ s" LS complete and in place per Lump Sum. F3 502 1 Traffic Control, complete and in place per $ i,„ ,_., $ Imo,Gr,=a LS Lump Sum. F4 I Exploratory Excavation, complete and in place $ S, „,„c, $ �, „ LS per Lump Sum. F5 77 Remove Existing 10" VCP Wastewater Line, $ 1 $ •- — LF complete and in place per Linear Foot. F6 703 Remove Existing 8" VCP Wastewater Line, $ 1 - s -/z, 3 LF complete and in place per Linear Foot. F7 29 Remove Existing 10" HDPE Wastewater Line, $ 1 - $ 2'i' - LF complete and in place per Linear Foot. F8 6 Remove Existing Wastewater Manhole, $ 4„o .- s 3, ',_, EA complete and in place per Each. F9 10 Adjust Wastewater Manhole Ring and Cover, $ 1 `., . $ I`i "-`' EA complete and in place per Each. (•aid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Page 11 of 19 I n ID [V V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART F—WASTEWATER IMPROVEMENTS(CITY ONLY)-CONTINUED F10 100 10" SDR 26 PVC (10'-12'), complete and in s t fir, - $ I' LF place per Linear Foot. Flt 55 10" SDR 26 PVC (12'-14'), complete and in $ l 7� - s 3,-,s, LF place per Linear Foot. F12 178 8" SDR 26 PVC(0'-6'), complete and in place $ 1 3,0 " S 24 -7 b' - LF per Linear Foot. F13 476 8" SDR 26 PVC(6'-8'), complete and in place s S '7 , t - LF per Linear Foot. F14 115 8"SDR 26 PVC(8'-10'),complete and in place s .2 G.., - S Z 3u LF per Linear Foot. F15 45 16" Steel Encasement Pipe (Open Trench s c. S 2.4 4,„., LF Install),complete and in place per Linear Foot. F16 155 20" Steel Encasement Pipe (Open Trench s j", - $ $ , „ LF Install),complete and in place per Linear Foot. F17 924 Pipe Trench Safety, complete and in place per s 5-- S 1/ z LLa LF Linear Foot. F18 1 8" Mission Rubber Coupling, complete and in s „ s 24,`, - EA place per Each. F19 I Reconnect to Existing Manhole, complete and s t SY,, s t a-„ EA in place per Each. F20 6 4' FIG Manhole, complete and in place per S 11,aa� - S 6 EA Each. F21 1 5' FIG Manhole, complete and in place per $ i $ 1 EA Each. F22 23.5 Manhole Extra Depth,complete and in place per s s -I taw VF Vertical Foot. F23 2 Manhole Each.Drop Structure,complete and in place S z. • S 4: "' ' - Pe F24 7 Manhole Trench Safety, complete and in place 2 _. t EA per Each. S S ,, F25 2 New Service Lateral (with C/O), complete and S 2 sem- $ s — EA in place per Each. 1 Unanticipated Utility Allowance F26LS (MANDATORY), complete and in place per MANDATORY S 25,000.00 Lump Sum. SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(CITY ONLY) s 3,1 7 2 . (Items Fl thru F26) ('Bid Pa City SWdud Units) Proposal Forth ADDENDUM NO.2 ATTACHMENT NO.2 Page 22 of 19 I H HI IV V VI TXDOT QTY& ITEM_ NO _ UNIT DESCRIPTION UNIT PRICE TOTAL PART G-GAS IMPROVEMENTS(CITY ONLY) GI 500 I General/Bonds/Mobilization, complete and in $ j, . $ LS place per Lump Sum. G2 1 Storm Water Pollution Prevention Plan, s LS complete and in place per Lump Sum. G3 502 I Traffic Control, complete and in place per j $ l c�„ _ LS Lump Sum. G4 I Exploratory Excavation, complete and in place $ j LS per Lump Sum. 100 Remove and Haul Off Existing 2" Gas Line, 05 LF complete and in place per Linear Foot. $ j $ '���. 6"Steel Encasement Pipe(Open Trench Install) G6 LF for New 2" Gas Line Provided By City, S !?a $ 12, std" complete and in(lace per Linear Foot. G7 74 Pipe Trench Safety, complete and in place per $ s- - $ 3'7,) LF Linear Foot. G8 I Adjust Existing Gas Valve, complete and in s '� --- EA place per Each. Unanticipated Utility Allowance G9LS (MANDATORY), complete and in place per MANDATORY $ 10,000.00 Lump Sum. SUBTOTAL PART G-GAS IMPROVEMENTS(CITY ONLY)(Items Cl thru G9) $ 2'6, is TOTAL BASE BID(PARTS A thru G-Items Al thru G9) $ .65'6 1 S f (•Bid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Pose 13 of 19 ALTERNATE NO. 1 I D III IV V VI TXDOT QTY& ITEM_ NO UNIT _ DESCRIPTION UNIT PRICE TOTAL PART Al-ALTERNATE NO.1 A1:1 5165 -1,048 DEDUCT: Geogrid (2' B.O.C.), complete and S 3 - $ 4114-4.--) SY in place per Square Yard. DEDUCT: 11" Type A, Grade I Crushed, A 1:2 247 -1,048 Limestone Base per TxDOT Std.Spec.Item No. S 2 S{ 24, SY 247 (2' B.O.C.), complete and in place per Square Yard. A1:3 310 -163 DEDUCT: Prime Coat (MC-30@0.20 S �, S { cj 7,g-) GAL Gallons/SY),complete and in place per Gallon. A1:4 3268* -817 DEDUCT: 3" Type 'B' HMAC (Lip-Lip), S $ � e 47-C SY complete and in place per Square Yard. E,r A 1:5 3268* -817 DEDUCT: 2" Type 'D' HMAC (Lip-Lip), S 2 2- $ 67.9 7 4-^) SY complete and in place per Square Yard. -18,485 DEDUCT: 9" Concrete Pavement (Class 'S' Al:6 360 SY 4,000 psi)(Lip-Lip),complete and in place per S ? S(�, �I U - Square Yard. A1:7 529 -6,553 DEDUCT: Std. 6" Curb and Gutter, complete $ 2 2 : s<14--b, 7l S LF and in place per Linear Foot. Al 8 5165 21,755 Geogrid (2' B.O.C.), complete and in place per $ 3 ' S t; SY Square Yard. 18,843 11" Type A,Grade 1 Crushed, Limestone Base A l:9 247 SY per TOOT SW. Spec. Item No. 247(Lip-Lip), S 2 - S T! " 71. complete and in place per Square Yard. A1:10 310 3,769 Prime Coat (MC-30 ® 0.20 Gallons/SY), S la, ' $ : .. !-i 2 GAL complete and in place per Gallon. A1:11 3268* 18,843 3" Type 'B' HMAC(Lip-Lip), complete and in S 24. $ 4&7,�� E) SY place per Square Yard. A1:12 3268* 18,843 2" Type'D' HMAC (Lip-Lip),complete and in z 3 T. SY place per Square Yard. S 33.. 3 f,�� 6 553 Std. 6"Curb and Gutter(Incl. Limestone Base A1:13 529 LF Beneath Curb to 2' B.O.C.), complete and in S 24 - S 14-7 2 7 z - place per Linear Foot. A 1:14 360 459 9"Concrete Bus Pad,complete and in place per S ( "7 - S 41.'z SY Square Yard. SUB TOTAL PART A1-ALTERNATE NO.1 3 ' c. (Items Ala Mrs A1:14) j ?a - (•Bid Per City Standard Units) Proposal Form ADOENWM NO. 2 ATTACHMENT N0.2 Page 14of19 ALTERNATE NO. 2 I II [II IV V VI TXDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A2—ALTERNATE NO.2(CITY ONLY) A2:1 -I DEDUCT: 8" Mission Rubber Coupling, $ 2.„ S > EA complete and in place per Each. A2:2 -I DEDUCT: Reconnect to Existing Manhole, $ • $ 1, �s EA complete and in place per Each. A2:3 636 Remove Existing 8" VCP Wastewater Line, $ l - $ 3c, - LF complete and in place per Linear Foot. A2:4 3 Remove Existing Wastewater Manhole, k ,S S EA complete and in place per Each. A2:5 333 8" SDR 26 PVC(6'-8'),complete and in place $ + - $ s-3, 2 LF per Linear Foot. A2:6 303 8"SDR 26 PVC(8'-10'),complete and in place $ 1 - $ 46 4 . LF per Linear Foot. A2:7636 Pipe Trench Safety, complete and in place per $ S- s 3 t LF Linear Foot. A2:8 4 4' F/G Manhole, complete and in place per $ c) ,, — S 3r �„�, _ EA Each. A2:9 3.0 Manhole Extra Depth,complete and in place per $ 3 - $ VF Vertical Foot. A2:10 4 Manhole Trench Safety, complete and in place $ � o, $ EA per Each. Rehab Existing Manhole with F/G Liner A2:11 1 (Diameter to Match Existing Manhole)and New $ i i - $ (s'; EA 30" Ring and Cover,complete and in place per Each. SUB TOTAL PART A2—ALTERNATE NO.2(CITY ONLY) $ 3.7 I., (Items A2:1 ars A2:11) (•Bid Per City Suradard Um) Proposal Form ADOENDUM NO.2 ATTACHMENT NO. 2 Page 15of19 BASE BID SUMMARY SUBTOTAL PART A—STREET IMPROVEMENTSt^' (Items Al than AM): $ 9, 2O. 4,7 _ SUBTOTAL PART B—RTA IMPROVEMENTS (Items BI thru B3): $ 4/, 3(i (- SUBTOTAL PART C—ADA IMPROVEMENTS 411 i (Items Cl thru C7): $ SUBTOTAL PART D—DRAINAGE IMPROVEMENTS (Items D1 thru D39): $ 4 /44, '71 SUBTOTAL PART E—WATER IMPROVEMENTS-CITY ONLY / (Items El thru E30): $ �t 4SUBTOTAL PART F—WASTEWATER IMPROVEMENTS—CITY ONLY (Items Fl thru F26): $ 7 '17, 2 t 'i SUBTOTAL PART G—GAS IMPROVEMENTS—CITY ONLY (Items Gl thru G9): $ z-E, � TOTAL BASE BID(PARTS A thru G—Items Al thru G9): $ 698 78.3. ALTERNATE SUMMARY TOTAL ALTERNATE NO.1(Items A1:1 thru A1:14): $ 3 3, 6. /2. TOTAL ALTERNATE NO.2(CITY ONLY) (Items A2:1 thru A2:11): S a, .'l/4, BID COMBINATION SUMMARY TOTAL BASE BID $ g, 6c) "-'3,,--/r6.3, TOTAL BASE BID+ALTERNATE NO.1: S , I ',7, -i TOTAL BASE BID+ALTERNATE NO.2(CITY ONLY): $ E. 4 �� v TOTAL BASE BID+ALTERNATE NO.1+ALTERNATE NO.2(CITY ONLY): $ 0, ' "I 2_, .- ( C.Bid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Page 16 of 19 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids,that he agrees to do the work,and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract,we will within ten (10)calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required)to insure yment for all labor and materials. The bid bond attached to this proposal, in the amount of 5%of the hi est amount bid, is to become the property of the City of Corpus Christi in the event the contract and bons are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart(original signed)sets. Time of Completion: The undersigned agrees to complete the work within: The working time for completion of the Project will be broken down as follows from the date designated by a Work Order: Liquidated Description Project Limits Calendar Days Damages/Day Base Bid QE Base Staples Street to Airline Road 450 $1,125 Bid+Alternates The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged(addenda number): #1, #2 Respectfully submitted: Name: regg T. Reyes A. By: •r- - (SEAL-IF BIDDER IS ' URE) a Corporation) Address: 1901 Hollister St. (P.O. Box) (Street) NOTE: Do not detach bid from other papers. Houston. TX 77080 Fill in with ink and submit complete (City)(State) (Zip) with attached papers. Telephone: 713.957.4003 City of CorpusChnsti (•Bid Per City Standard Units) Proposal Form ADDENDUM NO.2 ATTACHMENT NO.2 Page 17of19 (Revised August SUPP SUPPLIER NUMBER TO BE ASSIGNED BY CITY w,y PURCHASING DIVISION CitY of CITY OF CORPUS CHRISTI 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: Reytec Constrution Resources, Inc. P.O.BOX: STREET ADDRESS: 1901 Hollister St CITY: Houston ZIP: 77080- FIRM IS: I. Corporation E2. Partnership C 3. Sole Owner 0 4. Association 5. Other C DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee"of the City of Corpus Christi having an `ownership interest"constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each"official"of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named"firm. Name Title N/A 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"constituting 3% or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an"ownership interest"constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A (•Bid Per City Standard Units) Proposal Form ADOENDUM NO. 2 ATTACHMENT NO.2 Page 18of19 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 theublic 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 apparen lThe disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 d CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested;and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Gregg T. Reyes Title: President (Type or Pratt) Signature of Certifying Person: --- Date: 07/30/15 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 or the purpose of professional consultation and recommendation. (•Bid Per City Standard Units) Proposal Form ADDENDUM NO. 2 ATTACHMENT NO.2 Page 19 0119 DISCLOSURE OF LOBBYING ACTIVITIES DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352(See reverse for public burden disclosure.) 1.Type of Federal Action: 2.Status of Federal Action: 3.Report Type: a.contract a.bid/offer/application Xa.initial filing b.grant b.initial award b.grant c.cooperative agreement c.post-award For material change only: d.loan year quarter e.loan guarantee date of last report f.loan insurance 4.Name and Address of Reportin Entity: 5. If Reporting Entity in No.4 is Subawardee, Reytec Construction Resources, Inc. Enter Name and Address of Prime: 1901 Hollister St. Houston, TX 77080 I ® Prime EJSubawardee Tier if known: Congressional District,if known: N Congressional District,if known: 6.Federal Department/Agency: 7.Federal Program Name/Description: N/A CFDA Number,if applicable: N/A 8.Federal Action Number,if known: 9.Award Amount,if known: N/A $ N/A 10. a.Name and Address of Lobbying Entity N/A b.Individuals Performing Services(including address if different (if individual,last name,first name,MI): from No. l0a)(last name,first name,MI): (attach Continuation Sheet(s)SF-LLL-A,if necessary) 11. Amount of Payment(check all that apply): 13.Type of Payment(check all that apply): N/A a.retainer $ N/A actual planned b.one-time fee c.commission 12.Form of Payment(check all that apply) N/A d..contingent fee a. cash e.deferred b. in-kind;specify: nature f.other;specify: value 14.Brief Description of Services Performed or to be Performed and Date(s)of Service,including officer(s),employee(s),or Member(s)contacted,for Payment Indicated in Item I I: (attach Continuation Sheet(s)SF-LLL-A,if necessary) 15.Continuation Sheet(s)SF-LLL-A attached: ❑ Yes ® No 16. Information requested through this form is authorized by title Signature: .c i 9 7. 31 U.S.C. section 1352.This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by Print Name: Gregg T. Reyes the tier above when this transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C. 1352.This information Title: President will be reported to the Congress semi-annually and will be available 713-957-4003 6/30/15 for public inspection.Any person who fails to file the required dis- Telephone No: -- Date: closure shall be subject to a civil penalty of not less than$10,000 and not more than S100,000 for each such failure. FEDERAL USE ONLY Authorized for Local Reproduction Standard Form-LLL INSTRUCTIONS FOR COMPLETION OF SF-LLL.DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing, pursuant to title 31 U.S.0 section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with a covered Federal action.Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate.Com- plete all items that apply for both the initial filing and material change report. Refer to the implementing guidance pub- lished by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report.If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred.Enter the date of the last previously submitted report by this reporting entity or this covered Federal action. 4. Enter the full name,address,city,state and zip code of the reporting entity.Include Congressional District,if known.Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier.Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks"Subawardee",then enter the full name,address,city,state and zip code of the prime Federal recipient.Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment.Include at least one organizational level below agency name,if known.For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1).If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal(RFP)number;Invitation for Bid(IFB)number;grant announcement number,the contract,grant,or loan award number;the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,''RFP-DE-90-001.- 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10 (a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10).Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply.If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es).Check all boxes that apply.If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es).Check all boxes that apply.If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed,or will be expected to perform,and the date(s)of any services rendered.Include all preparatory and related activity,not just time spent in actual contact with Federal officials.Identify the Federal official(s)or employee(s)contacted or the officer(s),employee(s),or Member(s)of Congress that were contacted. 15. Check whether or not a SF-LLL-A Continuation Sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name,title,and telephone number. Public reporting burdon for this collection of infromation is estimated to average 30 minutes per response,including time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments reguarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burdon, to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington.D.C.20503. DEBARMENT CERTIFICATION DEBARMENT CERTIFICATION Contractors are not allowed to participate in federally funded projects if they are suspended or debarred. The prime contractor is required to certify as to their current eligibility status. Certification is also required of all prospective participants in lower tier transactions. This includes subcontractors, material suppliers, vendors,etc. Each participant must certify: "....that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency.....and that they have not been convicted or had civil judgment rendered within the past three years for certain types of offenses." Name: Gregg T. Reyes By: T' (Signature) Address: 1901 Hollister St. Houston, TX 77080 Telephone: 713.957.4003 Fax: 713.681.0077 I I I I M BP 7 OF 10 CERTIFICATION OF NON-COLLUSION CERTIFICATION OF NON-COLLUSION rnier the penalty of perjury of the laws of the United States, the undersigned affirms that they are Iauthorized to execute the proposed contract,that this company.corporation,firm,partnership or individual has not prepared this Bid in collusion with any other Bidder.and that the contents of this 1 t Id as to prices,terms or conditions of said Bid have not been communicated by the undersigned nor IAV any employee or agent to any other person engaged in this type of business prior to the official opening of this Bid. Gregg T. Reyes (Print or Type Name) President (Print or Type Title/Position with Business) Address: 1901 Hollister St_ Houston, TX 77080 ---&-t-AP--ry 7-7 (2--e---7-47-41-- (Signature) 011 /111 BP9OFIQ CHILD SUPPORT STATEMENT CHILD SUPPORT STATEMENT Under Section 231.006,Family Code,the vendor or applicant certifies that the individual or business entity named in this contract,bid,or application is not ineligible to receive the specified grant,loan,or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. Gregg T. Reyes President 00 6113 PERFORMANCE BOND BOND NO, 106296307 Contractor as Principal Surety Name: Reytec Construction Resources,Inc. Name: Travel ei saCasualty and Surety Company ot Mailing address(principal place of business): Mailing address(principal place of business): 1901 Hollister St. 4650 Westway Park Blvd. Houston,TX 77080 Houston, TX 77041-2036 Physical address(principal place of business): Owner 4650 Westway Park Blvd. Houston, TX 77041-2036 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of:Connecti cut 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): #E11116 Williams Drive Improvements Phase 3 281-606-8417 Staples Street to Airline Road (Bond 2012) ReBid Telephone (for notice of claim): 1-800-328-2189 Local Agent for Surety Name: Larry D. Snider Award Date of the Contract: September 29,2015 Address: Adams Insurance Service, Inc. 427 W. 20th Street, #500 Contract Price: $8,698,783.50 Houston, TX 77008 Telephone: (713)869-8346 Bond Email Address: lsnider@adamsins.com Date of Bond: October 6, 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 E11116 Williams Ph 3 Staples/Airline ReBid 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 Prin ipal Surety Signature: Signature: Name: Gregg T. Reyes Name: arry la. Sni der Title: President Title: Attorney:i n-Fact Email Address: greyes@reytec.net Email Address: 1 sni der@adamsi ns.com (Attach Power of Attorney and place surety seal below) • • • END OF SECTION Performance Bond 00 61 13-2 Proj E11116 Williams Ph 3 Staples/Airline ReBid 7-8-2014 • ' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • • POWER OF ATTORNEY TRAVELERSJ4111111\ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226123 CertiScate No. 0 0 6 2 9 4 4 0 9 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Norman E.Adams,John A. Prince,Michael Macomber,and Larry D.Snider of the City of Houston ,State of Texas ,their true and lawful Attomey(s)-in-Fact, each in their.separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatixy in.ihe nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. I LN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 19th day of March 2015 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company _,.qTy 'tl•rn 6 0.N N No wa Y GASU,,�� c_3pY,'. t�(p:_ : V OFF lit ey O`' I1SG ,0.1...!!"."7. 4.\q' ,, A s NVr fry 0 O sOv'. s n 0 e 91CORFO,,,_ ' 'Z v f_.RVOR.,�f:C, W JCAaPONAT..,, �- G,� ��• 11� 4 iNcmckimI O 1982 O 1977 4-7.' i m i -' t F — a HARTFORD, < 3 INRIFOFb,' a``� 2 c x.• �`.� n �; 'o; W (Mr,R ;� 1896 `�'Nrc� a; r 1951 ,, SEAL10 o:SEALit' CONN' o ,�(�< 6''a rt`, Od )0 4' 4.s` - `O.. Lo,,,.......-• s! v'•.. .:'a" s n; 1y '�' '� bt (/ • SANGF IS.ANd js........r# k, 0, i , 4n AIN State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 19th day of March 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i.p,TET NcfIn Witness Whereof,I hereunto set my hand and official seal. * *O A G `+ My Commission expires the 30th day of June,2016. + AUBL�G Marie C.Tetreault,Notary Public •4 �s* 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 6th day of October 20. 15 ria.'• Kevin E.Hughes,Assistant Sec tary GNSI/q ` ,. FIRE 4 4 'r 16.D Jpt.:NSUq' c:; S ,yp suRFryC �TY% O�ywp�p,.�_♦ k t GZ fiø4tJ' a It y e ,�\o a>T G fF 44 IN o, �> !�`• Op �' 9 .;� $ 1952 O Y CORPDRAiCD .: .rw � �: �pP?�4T¢.i*' J�\F I' i t n . {t�.1�S51 - o' " ° tt�coNN. l/� 4 }ISBEL%t ° , '�Lg$bf . Ria 'rt vN !^yt AN, To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 00 6116 PAYMENT BOND BOND NO. 106296307 Contractor as Principal Surety Name: Revtec Construction Resources, Inc. Name: Travelers Casualty and Surety Corrpany of America Mailing address(principal place of business): Mailing address(principal place of business): 1901 Hollister St. 4650 Westway Park Blvd. Houston, TX 77041-2036 Houston,TX 77080 Physical address(principal place of business): 4650 Westway Park Blvd. Owner Houston, TX 77041-2036 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecti cut 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): #E11116 Williams Drive Improvements Phase 3 281-606-8417 Staples Street to Airline Road(Bond 2012) ReBid Telephone (for notice of claim): 1-800-328-2189 Local Agent for Surety Name: Larry D. Snider Award Date of the Contract: September 29,2015 Address:Adams Insurance Service, Inc. 427 W 20th Street, #500 Contract Price: $8,698,783.50 Houston, TX 77008 Bond Telephone: 713-869-8346 Email Address: 1 sni der@adamsi ns.com Date of Bond: October 6, 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 E11116 Williams Ph3 Staples/Airline ReBid 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 Princip Surety Signature: -77Signature: l• ���71 , Name: Gregg T. Reyes Name: arry)D. Sni der Title: President Title: Attorney-i n-Fact Email Address: greyes@reytec.net Email Address: 1snider@adamsins.com (Attach Power of Attorney and place surety seal below) • END OF SECTION Payment Bond Form 00 61 16-2 Proj E11116 Williams Ph3 Staples/Airline ReBid 7-8-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' POWER OF ATTORNEY TRAVELERS/ J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226123 Certificate No. 006294410 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Norman E.Adams,John A.Prince,Michael Macomber,and Larry I).Snider of the City of Houston ,State of Texas ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 19th day of March 2015 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company �+�'q' St.Paul Guardian Insurance Company G/.SU,,�� V o^rcx ; 1'LI•II. (Zs � Qo ,N) �\OWIY AvC_ u RTFORD, "`°"W HARTORD,I1896� N4E c� `d S.ANra .•as aa; St i *IS "4'0 j' State of Connecticut By: v/ ..,..1.450," City of Hartford ss. Robert L.Raney, enior Vice President On this the 19th day of March 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•Ttr In Witness Whereof,I hereunto set my hand and official seal. ilPI A � . • My Commission expires the 30th day of June,2016. * PUMA * Marie C.Tetreault,Notary Public 49i CCP 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 6th day of October- 20 15 lKevin E.Hughes,Assistant Sec tary rs� • ".1 on ,,,nwu„, M IN FIRE Iyy (1\'•' G.f JpY 1N34q' 9Jptty 4NO4.1 s ,yp 3URFFy �lY I 9 8 2 Z i P�4 a RVOR . � 0 1977 a.N z: NnarFoao, a�arFcan l " orzo 2 . S f 1951 t its' r ' •SEA ik v cONN. SaV°Na o lass �b "cc" �° k " Nyti t o moi. ��° �a;58EL;t �o A ',44,1,"4`;'` ,4 c o.•r.. .:�2� b gar 1 Attie To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS EL RS J IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1 (800) 328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. �...14 RESOURRE01 JWILLIAMS ACORO- CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 4......--- 10/6/2015 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(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONT:CONTACT Janet L Williams Adams Insurance Service,Inc. PHONE 713 869-8346 FAX (713)869-9144 427 W.20th St.,Suite 500 (ac,No.Ext):( ) (ac,No): Houston,TX 77008 E-MAIL Wi ADDRESS:) lliams adamsins.com INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Commerce and Industry Insurance Company 19410 INSURED INSURER B:North River Insurance Company 21105 Reytec Construction Resources Inc. jJ INSURER C:AIG Specialty Insurance Company 26883 1901 Hollister Street / INSURER D: Houston,TX 77080-6803 INSURER E: INSURER F: __ ___ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X X GL5388450 / 10/16/2014 10/16/2015 DAMAGE TO RENTEDPREMISES(Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ ..1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ ! 2,000,000 POLICY X 1 X LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ 2,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) _ A X ANY AUTO X X CA5777211 / 10/16/2014 10/16/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS . X HIREDAUTOS X ANON-OWNED PROPERTYt)DAMAGE(Per $ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B X EXCESS LIAR CLAIMS-MADE X X 5821018785 / 10/16/2014 10/16/2015 AGGREGATE $ 5,000,000 DED X RETENTION$ 0 _ $ / WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE OTH- ER A ANY PROPRIETOR/PARTNERIEXECUTIVE NN N/A X WCO28328220 10/16/2014 10/16/2015 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) / E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If Yes describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ /1,000,000 C Contractor's CP013292377 10/16/2014 10/16/2015 Each Loss 1,000,000 C Pollution Liability CPO13292377 10/16/2014 10/16/2015 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) SEE ADDITIONAL REMARKS SCHEDULE ATTACHED RE:WILLIAMS DRIVE IMPROVEMENTS PHASE 3-PROJECT#E11116/REYTEC#2174 / CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CORPUS CHRISTI-ENGINEERING THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ATTN:CONSTRUCTION CONTRACT ADMIN ACCORDANCE WITH THE POLICY PROVISIONS. P 0 BOX 9277 CORPUS CHRISTI,TX 78469-9277 AUTHORIZED REPRESENTATIVE I r ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:RESOURRE01 JWILLIAMS LOC#: 1 ACCORD' ADDITIONAL REMARKS SCHEDULE Page 1 of I AGENCY NAMED INSURED Adams Insurance Service,Inc. Reytec Construction Resources Inc. 1901 Hollister Street POLICY NUMBER Houston,TX 77080-6803 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Remarks: DESCRIPTION OF OPERATIONS CON'T. THE GENERAL LIABILITY&AUTOMOBILE LIABILITY POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT&THE GENERAL LIABILITY,AUTOMOBILE LIABILITY&WORKERS COMPENSATION POLICIES INCLUDE A BLANKET WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED STATUS&WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED&THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS AS PER THE ATTACHED. THE AUTOMOBILE POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1)87950-BLANKET ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO THE BODILY INJURY OR PROPERTY DAMAGE.2)62897-BLANKET WAIVER OF SUBROGATION AS REQUIRED BY WRITTEN CONTRACT.3)107414-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE GENERAL LIABILITY POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1)107414-NOTICE OF CANCELLATION-30 DAY BLANKET AS REQUIRED BY WRITTEN CONTRACT.2)100983-BLANKET WAIVER OF SUBROGATION WHEN REQUIRED IN A WRITTEN CONTRACT OR AGREEMENT.3)100983190533-WHO IS AN INSURED IS AMENDED TO INCLUDE AS ADDITIONAL INSURED ANY PERSON OR ORGANIZATION WHEN YOU HAVE AGREED IN A WRITTEN CONTRACT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY. PRIMARY&NON-CONTRIBUTORY BASIS IF THE ADDITIONAL INSURED SPECIFICALLY AGREED IN A WRITTEN CONTRACT THAT THE INSURANCE BE PRIMARY&WHEN COVERAGE IS PROVIDED ON A PRIMARY BASIS WE WILL NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO THE ADDITIONAL INSURED IF A WRITTEN CONTRACT REQUIRES THAT THIS INSURANCE BE NON-CONTRIBUTORY. THE WORKERS COMPENSATION POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1)WC420304A-WAIVER OF SUBROGATION-BLANKET WAIVER FOR ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER.2)WC420601-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE UMBRELLA/EXCESS LIABILITY POLICY APPLIES IN EXCESS OF THE UNDERLYING GENERAL LIABILITY,AUTOMOBILE LIABILITY AND EMPLOYERS LIABILITY POLICIES ABOVE INCLUDING FOLLOWING THE TERMS OF ANY ADDITIONAL INSURED ENDORSEMENTS.THE POLICY FOLLOWS THE TERMS AND CONDITIONS OF SUCH UNDERLYING POLICIES UNLESS THEY ARE INCONSISTENT WITH THE TERMS OF THE POLICY. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement,effective 12:01 A.M. 10/16/2014 forms a part of policy No.GL5388450 Issued to REYTEC CONSTRUCTION RESOURCES, INC. by Commerce & Industry Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY.. PLEASE READ IT CAREFULLY. CONTRACTOR'S COMMERCIAL PRIME ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Coverage afforded under this endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. I. ADDITIONAL INSUREDS SURED, 1. la amended to Include as an insured any person or organization described in paragraphs A through I below, whom you are required to add es an additional Insured under a written contract or agreement. The written contract or agreement must be: 1. Currently in effect or becoming effective during the term of this pokey; and 2 Executed prior to "bodily Injury', "property damage," or "personal injury and advising Injury". A. BY CON1B ) y son or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to th. rson or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2, The coverage and/or limits required by said contract or agreement. B. CONTROLLING INTEREST 1. Any person or organization having a greater than a 50% interest in you, but only with respect to their liability arising out of: a. Their financial control of you; or b. Premises they own, maintain or control while you lease these premises, 2. The insurance afforded to these additional insureds under Paragraph I.B.1 does not apply to structural alterations, new construction or demolition operations performed by or for that person or organization. C. CO-OWNER OR INSURED PREMISES A Co-owner of insured premises co-owned by you and covered by this insurance but only with respect to their liability as co-owner of the premises. 100983 (2/09) Page 1 of 7 Reytec Construction Resources, Inc. Policy No.: GL5388450 Effective: 10/16/2014 D. LESSOR OF LEASED EOUIPMENT 1. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury", 'property damage" or "personal and advertising injury' caused, in whole or in part, by your maintenance, operation, or use of such equipment leased to you by such persons) or organization(s). 2. With respect to the insurance afforded to these additional insureds under Paragraph 1.0.1, this insurance does not apply to any "occurrence" which takes place; a) after the equipment loose expires, or b) after the equipment Is returned or no longer in your possession, whichever takes place later. E. MANAGERS OR LESSORS OF PREMISES Managers or Lessors of premises but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance under this paragraph does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises, 2. Structural alterations,new construction or demolition operations performed by or on behalf of such Managers or Lessors. F. MORTGAGEE,ASSIGNEE, OR RECEIVER 1. A mortgagee, assignee, or receiver but only with respect to their liability as mortgagee,assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. 2. The Insurance afforded to the additional Insureds under Paragraph I.F.1 does not apply to structural alterations,new construction or demolition operations performed by or for that mortgagee, assignee, or receiver. G. OWNERS, LESSEES, OR CONTRACTORS-COMPLETED OPERATIONS (1) Any Owner, Lessee or Contractor, but only with respect to liability arising out of "your work" performed for that additional Insured and included in the 'products- completed operations hazard'. H. OWNERS. LESSEES, OR CONTRACTORS - ONGOING OPERATIONS Any Owners, Lessees,or Contractors, but only with respect to !lability arising out of your ongoing operations performed for that additional insured. This insurance. does,not apply to "bodily injury" or "property damage' occurring after: (1) all work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) has been completed; or, (2) that portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations far a principal as a part of the same project. 100983 (2/09) Page 2 of 7 Reytec Construction Resources, inc. Policy No.: GL5388450 Effective: 10/16/2014 I 1. STATE OR POLITICAL SUBDIVISION- PERiuIITS Any State or Political Subdivision, subject to the following provisions: 1. This Insurance applies only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. 2. This insurance does not apply to: a. "Bodily injury," "property damage" or" personal and advertising Injury" arising out of operations performed for the state or municipality; or b. "Bodily injury" or "property damage" included within the "products- . . . .. . ._ .". ll. PRIMARY INSURANCE-ADDITIONAL INSUREDS • - • • • • '•• • - - - - : • •ed to your policy as additional insureds to comply with insurance requirements of written contracts mandating primary coverage for such additional Insureds relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products- completed operations hazard, then with respect to these additional Insureds as defined above in this Section only, SECTION IV - COMMERCIAL GENERAL LiABIUTY CONDITIONS, Paragraph 4. - Other insurance, a. -Primary Insurance, is deleted in its entirety and replaced with the following: This Insurance is primary over any similar insurance available to any person or organization we have added to this policy as en additional insured to comply with insurance requirements of written contracts mandating primary coverage for such additional Insureds relative to (a) the performance of your ongoing operations for the additional Insureds, or (b) "your work" performed for the additional insureds and included In the "products-completed operations hazard. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured of the other similar insurance. We will not require contribution of limits from the other similar insurance if the Insurance afforded Is primary. III. INCiDENAL MEDICAL MALPRACTICE LIABILITY COVERAGE SECTION II - WHO IS AN INSURED. 2. a. (1) (d) is deleted In its entirety and replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services, except for 'bodily injury" arising out of "Incidental Medical Malpractice Injury" by any physician, dentist. nurse or other medical practitioner employed or retained by you unless such "bodily injury" is covered by another primary policy. However, the insurance provided hereunder to such parsons will not apply to liability arising out of services performed outside of the scope of their duties as your "employees." Any series of continuous, repeated or related acts will be treated as the occurrence of a single negligent professional healthcare service, which will be assignable to the same policy and policy year in which the originating act occurred. SECTION V-DEFINITIONS - is amended to add: "Incidental Medical Malpractice Injury" means "Bodily Injury" arising out of the rendering of or failure to render the following services: 100983 (2/09) Page 3 of 7 Reytec Construction Resources, Inc. Policy No.: GL5388450 Effective: 10/16/2014 a. medical, surgical, dental, x-ray or nursing service or treatment or the furnishing of food or beverages in connection therewith; or b. the furnishing or dispensing of drugs or medical, dental or surgical supplies or appliances. The Coverage provided by this endorsement does not apply to you or any insured if you are engaged in the business or occupation of providing any of the services described in the definition of "incidental Medical Malpractice Injury". IV. JOINT VENTURES/PARTNERSHIPS/LIMITED LIABILITY COMPANIES The paragraph under SECTION II -WHO IS AN INSURED which states: No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that Is not shown as a Named Insured in the Declarations. is hereby deleted and replaced with the following: No person or organization, other than you, Is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. Coverage under this policy, however, will not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there is valid and collectible insurance purchased specifically to Insure the partnership,joint venture or limited liability company. V. SUPPLEMENTARY PAYMENTS Under SECTION I - SUPPLEMENTARY PAYMENTS -COVERAGES A AND B, Paragraph 1.b., is deleted in its entirety and replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily injury Liability Coverage applies. We do not have to furnish these bonds. VI. UBERALIZATION CLAUSE If we revise or replace our standard policy form to provide more coverage, your policy will automatically provide the additional coverage as of the day the revision is effective in your state. VII. UNINTENTIONAL ERRORS AND OMISSIONS SECTION IV - COMMERCIAL GENERAL UABIUTY CONDITIONS, 6. - Representations is amended by adding: d. The unintentional failure by you or any Insured to provide accurate and complete nonmaterial representations as of the inception of the policy will not prejudice the coverages afforded by this policy. VIII. AMENDMENT OF DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT SECTION IV- COMMERCIAL GENERAL LIABILITY CONDITIONS, 2. - Duties In the Event of Occurrence, Offense, Claim or Suit, a. is hereby deleted and replaced with the following: 100983 12/09) Page 4 of 7 Reytec Construction Resources, Inc. Policy No.: GL5388450 Effective: 10/16/2014 a. You must see to it that we are notified as soon as practicable of any "occurrence"or an offense, which may result fn a claim. Knowledge of an "occurrence' or an offense by your agent, your servant, or your employee will not in itself constitute knowledge to you unless the Director of Risk Management (or one with similar or equivalent titre) or his/her designee will have received such notice. To the extent possible notice should Include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. IX. AMENDMENT OF EXPECTED OR INTENDED INJURY EXCLUSION SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exclusions, a. - Expected or Intended Injury, is deleted end replaced by the following; a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. X. CONTRACTUAL LIABILITY-RAILROADS Only with respect to (I) operations performed within 50 feet of railroad property and (ill for which a Railroad Protective Liability Policy in the name of the railroad has been provided, then A. SECTION V - DEFINITIONS, Paragraph 9. is deleted in hs entirety and replaced with the following: 9. insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner Is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality In connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage° to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 100983 (2/09) Page 5 of 7 Reytec Construction Resources, Inc. Policy No.: GL5388450 Effective: 10/16/2014 (bi Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the Insured's rendering or failure to render professional services, Including those listed in Paragraph (11 above and supervisory, inspection, architectural or engineering activities; and B. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. 4. - Other Insurance, b. Excess insurance, (1) (a), is amended to include the following: (v) That is a Railroad Protective Insurance Policy or similar coverage, XI. COVERAGE FOR YOUR SUPERVISORY OR MANAGERIAL EMPLOYEES RELATING TO CO- EMPLOYEE INJURIES SECTION II-WHO IS AN INSURED, 2.a, (1), (e) and(b) are clarified to hold that: Your supervisory or managerial "employees" are insureds for "bodily injury" to "co- employees" while In the course of their employment or performing duties related to the conduct of your business if claims or suits arise out of liability assumed by an Insured under an "insured contract" as provided by SECTION I - COVERAGES, COVERAGE A BODILY INJURY A D PROPERTY DAMAGE [ABILITY. 2. Exclusions, e. Employer's XI. WAIVER OF TRANSFER OF RIGHTS OR RECOVERY AGAINST OTHERS TO US a N IV - COMMERCIAL GENERAL LIABILITY CONDIT • = afer of Rights of Recovery ga ns •' a o 'a, is amen•e• • the addition of the following: We waive any right of recovery we may have against any person or organization pursuant to applicable written contract or agreement you enter into because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included In the "products-completed operations hazard". XIII. AMENDMENT OF OTHER INSURANCE A. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4.- Other Insurance, b. -Excess Insurance, (1), is amended to include the following: This Insurance shall not be excess where (I) such other Insurance Is specifically purchased to apply as excess of this policy, or (II) where you are obligated by contract to provide primary insurance to an additional insured, unless there is other additional insurance coverage available to that additional insured. B. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4.- Other Insurance, b. -Excess Insurance, (2), is deleted in Its entirety and replaced with the following: When this Insurance is excess, we will have no duty under Coverages A or B to defend any claim or "suit" that any other Insurer has a duty to defend. If no other insurer defends,we will undertake to do so, but we will be entitled to the Insured's XIV. AMENDMENT AGGREGATE LIMITS PER PROJECT • .. - - - . .ga y obligated to pay as damages caused by "occurrences"under COVERAGE A (SECTION R), offense under COVERAGE B (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project: 100983 (2109) Page 6 of 7 Reytec Construction Resources, Inc. Policy No.: GL5388450 Effective: 10/16/2014 1. A separate Per Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Per Construction Project General Aggregate Limit Is the most we will pay for the sum of II) all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", (II) all damages under COVERAGE B and (Ill) all medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits' brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A or B for damages or under COVERAGE C for medical expenses shall reduce the Per Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown In the Declarations nor shall they reduce any other Per Construction Project General Aggregate Limit for any other construction project covered under this policy. 4. The 9mfts shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown In the Declarations,such limits will be subject to the applicable Per Construction Project General Aggregate Limit. B. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), offenses under COVERAGE B (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single construction project: 1. Any payments made under COVERAGE A or B for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily Injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products- Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit, D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. • ► - r hotbed Wesentative or PPNtsrsl mture (hi States Where cabl100983 (2/08) Page 7 of 7 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2014 forms a part of policy No. GL5388450 issued to REYTEC CONSTRUCTION RESOURCES, INC. by Commerce & Industry Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE'READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II -WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and Included In the "products-completed operations hazard"; This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional Insured. However, this insurance Is primary over any other similar insurance only If the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, If it is not primary as defined in the paragraph above. Alf other terms and conditions of the policy are the same. had R4res4 or Countersignature (In States Where 90533 {3108) Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2014 forms a part of policy No. CA5777211 Issued to REYTEC CONSTRUCTION RESOURCES, INC. by COMMERCE AND INDUSTRY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON'S OR ORGANIZATION'S LIABILITY ARISING OUT OF THE USE OF A COVERED 'AUTO'. I. SECTION 11-LIABILITY COVERAGE,A. Coverage, 1. -Who Is Insured, is emended to add: d. Any person or organization, shown In the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered 'auto". However, the Insurance provided MI not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. 0,04tfilNAILA prized Representative or Countersignature (In States Where Applicable) 87950 (10/05) Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 10/16/2014 forms a part of policy No. CA5777211 Issued to REYTEC CONSTRUCTION RESOURCES, I NC. by COMMERCE AND INDUSTRY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided ander the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered Into a contract or agreement because of payments we make under this Coverage Form arising out of an"accident" or"loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered Into prior to any'accident" or"loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. ,gASA_ 0RIZED REPRESENTATIVE 62897(6196) ENDORSEMENT FOR Form Approved MOTOR CARRIER POLICIES OF INSURANCE FOR PUBLIC LIABILITY OMB No.2125-0074 UNDER SECTIONS 29 AND 30 OF THE MOTOR CARRIER ACT OF 1980 REYTEC CONSTRUCTION RESOURCES, Issued to INC 1901 HOLLISTER ST., HOUSTON,TX 77080-6803 Dated at 300 S.RIVERSIDE PLAZA,CHICAGO,IL 60606 this 16 day of OCTOBER , 2014 Amending Policy No. CA5777211 , ective Date OCTOBER 16,2014 Name of Insurance Company COMMERCE& INDUSTRY INS CO Telephone Number ( 312 ) 930-5300 Countersigned by1244 Authorzeo ', •. ' The policy to which this endorsement is attached provides primary or excess insurance,as Ind' ed by" ,r for the limits shown: 1-1 This insurance is primary and the company shal not be liable for amounts in exc es//$ 1,000,000 for each accident. 0 This insurance is excess and the company shall not be liable for amounts in a /r'; of$ for each accident. in excess of the underlying limk of$ for each accident. Wherever required by the Federal Highway Administration (FHWA) or the Interstate Commerce Commission (ICC), the company agrees to furnish the FHWA or the ICC a duplicate of said policy and all its endorsements. The company also agrees, upon telephone request by an authorized representative of the FHWA or the ICC,to verify that the policy is in force as of a particular date. Cancellation of this endorsement may be effected by the company or the insured by giving(1)thirty-five(35)days notice in writing to the other party(said 35 days notice to commence from date the notice is mailed,proof of mailing shall be sufficient proof of notice),and two(2)if the insured is subject to the ICC's jurisdiction,by providing thirty(30)days notice to the ICC(said 30 days notice to commence from the date the notice is received by the ICC at its office in Washington,O C.). DEFINITIONS AS USED IN THIS ENDORSEMENT ACCIDENT includes continuous or repeated exposure to conditions which damage,or destruction of natural resources arising out of the accidental results in bodily Injury,property damage,or environmental damage which the discharge, dispersal, release or escape into or upon the land, insured neither expected nor intended. atmosphere, watercourse, or body of water, of any commodity transported by a motor carrier. This shall indude the cost of removal MOTOR VEHICLE means a land vehicle, machine, truck, tractor,trailer,or and the cost of necessary measures taken to minimize or mitigate semitrailer propelled or drawn by mechanical power and used on a highway damage to human health, the natural environment, fish, shellfish, and for transporting property,or any combination thereof. wildlife. PROPERTY DAMAGE means damage to or loss of tangible property. BODILY INJURY means Injury to the body, sickness, or disease to any person,including death resulting from any of these. PUBLIC UABILITY means liability for bodily injury, property damage, ENVIRONMENTAL RESTORATION means restitution for the loss,the and environmental restoration. The insurance policy to which this endorsement is attached pro-vides shall relieve the company from Lability or from the payment of any final automobile liabiltty insurance and is amended to assure compliance by the judgement, within the limits of liability herein described, irrespective of insured ,within the limits stated herein,as a motor carder of property, with the financial condition, insolvency or bankruptcy of the insured. Sections 29 and 30 of the Motor Carier Ad ce 1980 and the rules and However,all terms,conditions,and limitations in the policy to which the regulations of the Federal Highway Administration(FHWA)and the Interstate endorsement is attached shall remain in full force and effect as binding Commerce Commission(ICC(. between the insured and the company. The insured agrees to reimburse the company for any payment made by the company on account of any accident,claim,or suit involving a breach of the terms of the policy,and for any payment that the company would not have been In consideration of the premium stated in the policy to which this obligated to make under the provisions of the policy except for the endorsement is attached,the insurer(the company)agrees to pay,within the agreement contained in this endorsement. limits of liability described herein. any final judgement recovered against the insured for public liability resulting from negli-gence in the operation, maintenance or use of motor vehicles subject to the financial responsibility requirements of Sections 29 and 30 of the Motor Carrier Act of 1980 It is further understood and agreed that,upon failure of the company to regardless of whether or not each motor vehicle is specifically described in pay any final judgement agreed t against the insured as provided the policy and whether or not such negligence occurs on any route or in any herein, the judgement creditor may maintain an action in any court of territory authorized to be served by the insured or elsewhere. Such competent jurisdiction against the company to compel such payment. Insurance as is afforded, for public liability, does not apply to injury to or death of the insured's employees while engaged in the course of their employment,or property transported by the insured, designated as cargo It The hints of the company's liability for the amounts prescribed in this is understood and agreed that no condition,provision,stipulation or limitation endorsement apply separately, to each accident, and any payment contained in the policy, this endorsement or any other endorsement thereon under the policy because of any accident shall not operate to reduce or violation thereof, the liability of the company for the payment of final judgements resulting from any other accident. The Motor Carrier Act of 1980 requires limits of financial responsibility according to the type of carriage and commodity transported by the motor earner. It is the MOTOR CARRIER'S obligation to obtain the required limits of financial responsibility. THE SCHEDULE OF LIMITS SHOWN ON THTE NEXT PAGE DOES NOT PROVIDE COVERAGE. The limits shown in the schedule are for information purposes only. Form MCS-90 Page 1 of 2 UNIFORM PRINTINGS SUPPLY,INC.MC 1622k(10-99) SCHEDULE OF LIMITS Public Liability Minimum Type of Carriage Commodity Transported Insurance (1) For-hire(In interstate or foreign Property(nonhazardous). $ 750,000 commerce) (2) For-hire and Private(In interstate, Hazardous substances, as defined in 49 CFR 171.8, 5,000,000 foreign,or intrastate commerce). transported in cargo tanks, portable tanks, or hopper-type vehicles with capacities in excess of 3,500 water gallons; or in bulk Divisions 1.1, 1.2, and 1.3 materials; any quantity of Dvision 2.3 Hazard Zone A or Dvlslon 6.1, Packing Group 1, Hazard Zone A material; in bulk Division 2.1 or 2.2; or highway route controlled quanities of Class 7 material; as defined in 49 CFR 173.403 (3) For-hire and Private(In interstate or Oil listed in 49 CFR 172.101, hazardous waste, hazardous 1,000,000 foreign commerce:in any quantity)or materals and hazardous substances defined m 49 CFR 171.8 (In Intrastate commerce:in bulk only). and listed in 49 CFR 172.101, but not mentioned in(C)above or(4)below. (4) For-hire and Private(In interstate or Any quantity of Division 1.1, 1.2 or 1.3 material; any quantity of 5,000,000 foreign commerce). Division 2.3,Hazard Zone A,or Division 6.1, Packing Group 1, Hazard Zone A material; or highway route controlled quantites of Class 7 material as defined in 49 CFR 173.403 Note: The type of carriage listed under (1), (2), and (3) applies to vehicles with a gross vehicle weight rating of 10,000 pounds or more. The type of carriage listed under number (4)applies to all vehides with a gross vehicle weight rating of less than 10,000 pounds. SCHEDULE OF LIMITS Public Liability For-hire motor carriers of passengers operating in interstate or foreign commerce. Minimum Vehicle Seating Capacity Insurance (1) Any vehicle with a seating capacity of 16 passengers or more. $ 5,000,000 (2) Any vehicle with a seating capacity of 15 passengers or less. 1,500,000 Form MCS-90 Page 2 of 2 UNIFORM PRINTINGS SUPPLY.INC.MC 1622k(10-99) ENDORSEMENT 0.. This endoniement, effective 12:01 A.M. 10/16/2014 forms a part of Policy No. GL5388450 - Issued to REYTEC CONSTRUCTION RESOURCES, INC. V By Commerce & Industry Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ FT CAREFULLY. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured Is under an existing contractual obligation to notify a certificate holder when this policy Is canceled (hereinafter, the "Certificate Hoider(s)") end has provided to the Insurer, either directly or through Its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy end prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice via e-mail to each such Certificate Holders within 30 days after the First Named Insured provides such Information to the Insurer; provided, however, that If a specific number of days Is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Rrst Named Insured provides such information to theinsurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that thelneurer has fully satisfied Its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor ahall this endorsement Invest any rights in any entity not Insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. AAA uthvrized Representative 107414(03/111 Page I TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which It Is attached effective on the inception date cif the policy unless a different date is Indicated bebw. (The following`etlachIng clause" need be completed orgy when this endorsement Is Issued subsequent to preperetlon of the vallcv). This endorsement,effective 12:01 AM 10/16/2014 forms a pert of Policy No, Wc0028328220 issued to REYTEC CONSTRUCTION RESOURCES, INC. By'Commerce & Industry insurance Co. ,f This endorsement applies only to the Insurance provided by the policy because Texas is shown In Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown In the Schedule. Schedule 1. ( ) Specific Waiver (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish thls waiver. 2. Operations: ANY PERSON OR ORGAN I AT I ON FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll In con- nection with work performed for the above persons) or organizatbn(s) arising out of the operations described. 4. Advance Premium: I NCLUDED WC 42 03 04A Countersigned byAt/4194 (Ed. 01100) Authorized Representative THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement changes the policy to which It Is attached effective on the inception date of the policy unless a different date Is indicated below. (The ihiowing'attaching otauas"need be completed only when this endcreement la Issued subeequent to pmeperadon of the policy). This endorsement, effective 12:01 AM 10/16/2014 forme a part of Policy No. wc028328220 Issued to REYTEC CONSTRUCTION RESOURCES, INC. \� BY Commerce & Industry Insurance Co. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE NAMED INSURED (WORKERS' COMPENSATION ONLY) This policy Is amended as follows: in the event that the insurer cancels this poi9cy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the Named Insured or, If applicable, any other employers named in Item 1 of the information Page Is under an existing contractual obligation to notify a certificate holder when this policy Is canceled (hereinafter, the "Certificate Holden(s)") and the Named Insured has provided to the Insurer, either directly or through Its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this Information after the Named insured receives notice of cancellation of this poky and prior to this policy's cancellation effective date, via an electronic spreadsheet that Is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mal to each such Certificate Holders within IQ days after the Named Insured provides such Information to the Insurer, provided, however,that If a specific number of days Is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after the Named Insured provides such information to the Insurer. Proof of the Insurer wolfing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement Invest any rights In any entity not Insured under this policy. The following definitions apply to this endorsement: 1. Named Insured means the Insured first named employer In item 1 of the Information Page of this policy. 2. insurer means the Insurance company shown in the header on the Information Page of this policy. Ali other terms, conditions and exclusions shall remain the same. ASIIA-1114 } AUTHORIZED REPRESENTATiVE WC 99 00 56 (Ed. 04111) ENDORSEMENT NO. 1 This endorsement,effective 12:01 AM, October 16, 2014 Forms a part of Policy No: CPO 13292377 Issued to: REYTEC CONSTRUCTION RESOURCES, INC. By: CHARTIS SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED(S}ENDORSEMENT It is hereby agreed that Section VI. DEFINITIONS, Paragraph K. Insured is amended by adding the following scheduled entity(s) as additional Insured(s) but solely as respects liability arising out of the Covered Operations performed by or on behalf of the Named Insured. Additional Insured(s) As required by written contract All other terms, conditions, and exclusions shall remain the same. AUTHORIZED riGPRESENTATIVE or countersignature (in states where applicable) 96659(11/07) PAGE 1 OF 1 CI3290 ENDORSEMENT NO. 3 This endorsement, effective 12:01 AM. October 16, 2014 Forms a part of PoNcy No: CPO 13292377 Issued to: REYTEC CONSTRUCTION RESOURCES, INC. By: CHARTIS SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER R1 HTS OF RECOVERY AGAINST OTHERS SCHEDULED PERSON OR ORGANIZATION ENDORSEMENT It is hereby agreed that solely with respect to the person or organization scheduled below, Section V. CONDITIONS, Paragraph K. SUBROGATION is deleted and replaced with the following: K. SUBROGATION If there is a payment made by the Company under this Policy, the Company shall be subrogated to al the Insured's rights of recovery against any person or organization. The Insured shall cooperate with the Company and do whatever is necessary to secure these rights. The Insured shall do nothing after a Loss to waive or prejudice such rights. Any recovery as a result of subrogation proceedings arising out of payment of Loss under this Policy (net of expenses incurred in making such recovery) shall accrue first to the Insured to the extent of any payment in excess of the limit of coverage of the Policy, then pro-rata to the Insured and the Company in proportion to the amount each actually paid as a result of judgment, settlement or defense of a Claim or Emergency Response Costs. The Company agrees to waive this right of subrogation against a client of the Insured to the extent that the Insured had, prior to a Claim or Emergency Response Costs, a written agreement to waive such rights. The Company waives any right of recovery against the person or organization shown in the Schedule below because of payments made for injury or damage arising out of Covered Operations performed on behalf of that person or organization. This waiver applies only to the person or organization shown in the Schedule. SCHEDULE Name of Person or Organization: as required by written contract All other terms,conditions, and exclusions shall remain the same. AUTHORIZED mEPRESENTATIVE or countersignature (In states where applicable) 97488 (2/06) PAGE 1 OF 1 C13496