Loading...
HomeMy WebLinkAboutC2018-621 - 10/23/2018 - Approved C2018-621 10/23/18 M2018-203 Winters Construction Inc. 00 52 23 AGREEMENT This Agreement,for the Project awarded on October 23,2018, is between the City of Corpus Christi (Owner)and Winters Construction. Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: North Beach Area Improvements(Bond 2012) Project No(s)E12127&E12129 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering,Inc. 820 Buffalo St. Corpus Christi,TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Jeff Edmonds,P.E.—Director of Engineering Services City of Corpus Christi—Engineering Services 4917 Holly Road#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each,are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 00 52 23-1 North Beach Area Improvements—Project No(s)E12127&E12129 Rev 06-22-2016 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF NORTH BEACH AREA ROAD IMPROVEMENTS & AREA BEAUTIFICATION (REBID) (Bond 2012) PROJECT NO. E12127 PART 1 NORTH BEACH BREAKWATER, PLAZA, NORTH SHORELINE REPAIR & ENHANCEMENT (REBID) (Bond 2012) PROJECT NO. E12129 PART 2 �A14 . .. It LJA ENGINEERING 1VICTORM.GUTIERREZ,JR. �/-]�•. 77761NRW1W MENEM ....: � AF I I I ilk ki i 110IRVEW, ME= Emmew" EMMM to •Z.-+ca!$ ity Of C' o1pus 40 C h ri sti, LJA Engineering 820 Buffalo St./ Corpus Christi, TX / (361) 887-8851 5656 S. Staples St., Suite 230/ Corpus Christi, TX/(361) 991-8550 Record Drawing Number BAF 253 August 10, 2018 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 06-22-2016) 0052 23 Agreement(Rev 06-22-2016) 0061 13 Performance Bond (Revo1-13-2016) 0061 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment(Revo1-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 0131 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 000100- 1 North Beach Area Improvements—Project No(s) E12127& E12129(REBID) Rev 06-22-2016 Division/ Title Section 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications Division 02 Sitework 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping,Words, and Emblems 025816 Raised Pavement Markers 025818 Pavement Markers (Reflectorized) (TxDOT DMS-4200) 025828 Bituminous Adhesive for Pavement Markers (TxDOT DMS-6130) Table of Contents 000100-2 North Beach Area Improvements—Project No(s) E12127& E12129(REBID) Rev 06-22-2016 Division/ Title Section 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 027200 Control of Wastewaters Flows—(Temporary Bypass Pumping Systems) 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes and Structures 027402 Reinforced Concrete Pipe Culverts 027604 Disposal of Waste from Wastewater Cleaning Operations 027611 Cleaning and Televised Inspection of Conduits 028200 Mail Box Relocation Division 03 Concrete 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures Division 05 Metals 055420 Frames, Grates, Rings and Covers Part T Technical Specifications 022410-T Storm Water Pollution Prevention 025680-T Colored Concrete Pavement 028020-T Seeding Illumination Standard Specifications 618 Conduit 624 Ground Boxes Illumination TxDOT&Technical Specifications 624 Quazite PG1118BA18 Stackable Open Box Assembly 624 Quazite PG2436BA18 Stackable Open Box Assembly Table of Contents 000100-3 North Beach Area Improvements—Project No(s) E12127& E12129(REBID) Rev 06-22-2016 Division/ Title Section Appendix Title 1 Geotechnical Report(Rock Engineering 1-27-15) 2 Utility Specifications END OF SECTION Table of Contents 000100-4 North Beach Area Improvements—Project No(s) E12127& E12129(REBID) Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1_...DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2_...GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: North Beach Area Improvements(REBID) Project No(s) E12127& E12129 The Project is funded by two (2) 2012 Bond Projects, North Beach Area Road Improvements and Area Beautification (City Project No. E12127) and North Beach Breakwater, Plaza, North Shoreline Repair and Enhancement (City Project No. E12129), but will be bid and constructed as one Project. City Project No. E12127 (Part 1) includes striping improvements at Surfside Boulevard and Elm Street and at Surfside Boulevard and Coastal Avenue and the pavement reclamation of N. Shoreline Boulevard between Pearl Avenue and Coastal Avenue. Utility improvements include the cleaning of drainage and wastewater infrastructure and required adjustments. City Project No. E12129 (Part 2) includes the installation of pedestrian and parking improvements along N. Shoreline Boulevard between Pearl Street and Coastal Avenue. These improvements include existing curb and gutter modifications, new sidewalks and curb ramps, new pavement markings, new lighting, drainage improvements, and cleaning of existing drainage and wastewater infrastructure. City Project No. E12129 also includes pedestrian improvements to Breakwater Plaza, as the Plaza will no longer be intended for vehicular access. Repairs to the concrete cap along the breakwater structure will be bid as Additive No. 1. 2.02 The Engineer's Opinion of Probable Construction Cost for the Base Bid for the Project is $1,268,000 and $255,000 for Additive No. 1 . The Project is to be substantially complete and ready for operation within 120 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. No additional time will be allotted for an Additive. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 002113- 1 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M.on Wednesday,September 12,2018 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - North Beach Area Improvements(Bond 2012),(Project No(s) E12127& E12129) REBID All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 P.M.on Wednesday, September 12,2018 at the following location: City Hall Building— City of Corpus Christi Third Floor Engineering Service Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 002113-2 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 ARTICLE 4 PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held at 2:00 P.M. on Thursday, August 30,2018 at the following location: City Hall Building— City of Corpus Christi Third Floor Engineering Service Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE Fr—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, Invitation to Bid and Instructions to Bidders 002113-3 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7_...INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents,Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8— BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee,without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. Invitation to Bid and Instructions to Bidders 002113-4 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9_,PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10_CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly Invitation to Bid and Instructions to Bidders 002113-5 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders 002113-6 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ,ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 116_MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18 SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders 002113-7 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 ARTICLE 19_SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20 WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will because to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 002113-8 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders 002113-9 North Beach Area Improvements—Project No(s) E12127& E12129(REBID) Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 North Beach Area Improvements—Project No(s) E12127& E12129(REBID) Rev 01-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation >3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ❑X Not Required Insurance Requirements 00 72 01- 1 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 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. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of 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 endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed 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 Insurance Requirements 00 72 01-2 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. 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. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01-3 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 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. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01-4 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 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. 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 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 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01-5 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 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 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 Insurance Requirements 00 72 01-6 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 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. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact)any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: 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. 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 Insurance Requirements 00 72 01-8 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 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. 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; Insurance Requirements 00 72 01-9 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 North Beach Area Improvements—Project No(s) E12127& E12129 (REBID) Rev 06-22-2016 00 0100 TABLE OF CONTENTS Division/ Title Section Division 01 General Requirements 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) Part S Standard Specifications 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022100 Select Material 022420 Silt Fence 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows (Temporary Bypass Pumping Systems) 027203 Vacuum Testing of Wastewater Manholes and Structures 027205 Fiberglass Manholes 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 027618 Wastewater Line Rehabilitation/Pipe Bursting 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 02450 Installation of Waterlines by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02680 Gas Piping END OF SECTION Table of Contents TATTACIF DE�+��N69M No.I North Beach Area Improvements (Bond 2012) - Project E12127/E12129 �iN11F. 000100-1 GE 1.0IF I Rev 06-22-2016 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS a. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. b. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS a. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. b. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES B. Additive No. 2—Water and Wastewater Improvements a. Bid Item K1—Pre-Construction Exploratory: 1. Payment by Lump Sum 2. This item shall be measured as a Lump Sum and shall include all costs to perform the pre-construction exploratory excavation as outlined in Section 01 31 00 of the Contract Documents. b. Bid Item K2—Install and Remove Silt Fence: 1. Payment by Linear Foot 2. This item shall be measured as a Linear Foot and shall include all costs to furnish, install and remove the silt fence as outlined in Section 022420 of the Contract Documents. ADDENDUM . 1 ATTACHMENT No.4 Measurement and Basis for Payment PAGE 1 OF 1„3 01 29 01-1 North Beach Area Improvements(Bond 2012) Project E12127/E12129 Rev 01-13-2016 C. Bid Item K3—Traffic Control: 1. Payment by Lump Sum 2. This item shall be measured as a Lump Sum and shall include all costs to provide all materials, labor and equipment required to set up and maintain traffic control devices, signage and personnel necessary for the job. 3. Any other items required to complete the traffic control in accordance with these contract documents that are not measured and paid for under another bid item. d. Bid Item K4—Storm Water Pollution Prevention Plan: 1. Payment by Lump Sum 2. Measurements for storm water pollution prevention plan items shall be by the Lump Sum and shall include all of the materials, labor and equipment to furnish, install and maintain all pollution prevention devices and practices necessary for the job. 3. Any other items required to complete the storm water pollution prevention plan in accordance with these contract documents that are not measured and paid for under another bid item. e. Bid Item K5—Well Pointing for Water Lines: 1. Payment by Linear Foot 2. Measurement for well pointing for water lines shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. All pumps, piping, hoses well points and material required to provide a suitable working environment. b. Disposal of water. (See also Section 0157 00). 3. Any other items required to complete the well pointing in accordance with these Contract Documents that are not measured and paid for under bid item. f. Bid Item K6—Well Pointing for Pits and Manholes: 1. Payment by Each 2. Measurement for well pointing for pits and manholes shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. All pumps, piping, hoses well points and material required to provide a suitable working environment. b. Disposal of water. (See also Section 0157 00). ADDENDUM No. 1 Measurement and Basis for Payment ATTAd IHIMIFNT N .4IPAGE 2 OF 13 01 29 01-2 North Beach Area Improvements(Bond 2012) Project E12127/E12129 Rev 01-13-2016 3. Any other items required to complete the well pointing in accordance with these Contract Documents that are not measured and paid for under bid item. g. Bid Item K7—Cement Stabilized Sand: 1. Payment by Ton 2. Measurements for cement stabilized sand back fill shall be by the Ton and shall include all materials, labor and equipment required to furnish, install and compact the cement stabilized sand back fill in accordance with these contract documents that are not measured and paid for under another bid item. h. Bid Item L1—Furnish and Install 8" Diam. C900 DR18 PVC Waterline: 1. Payment by Linear Foot 2. Measurement for Furnish and Install 8" Diam. C900 DR18 PVC Waterline shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill. b. Embedment. C. Dewatering as defined in Section 0157 00. d. Furnish and install PVC water main with#12 copper coated tracer wire, as shown on the plans. e. All materials, labor and equipment to complete the bacteriological testing and hydrostatic testing. 3. Any other items required to complete the 8" diam. C900 DR18 PVC water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. i. Bid Item L2—Furnish and Install 8" Diam. Ductile Iron Pipe Waterline: 1. Payment by Linear Foot 2. Measurement for 8" diam. ductile iron pipe waterline and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill. b. Embedment. C. Dewatering as defined in Section 0157 00. d. Furnish and install DIP water main with polyethylene wrap, as shown on the plans. e. All materials, labor and equipment to complete the bacteriological testing and hydrostatic testing. ADDENDUM No. I A"irl'ACHIIMEJN"I'Nay. Measurement and Basis for Payment PAGE 3 OF 13 01 29 01-3 North Beach Area Improvements(Bond 2012) Project E12127/E12129 Rev 01-13-2016 3. Any other items required to complete the installation of DIP water line in accordance with these Contract Documents that are not measured and paid for under another bid item. j. Bid Item L3 - Furnish and Install 8" Diam. C900 DR18 FPVC Waterline by Pipe Bursting: 1. Payment by Linear Foot 2. Measurement for FPVC Waterline by Pipe Bursting and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill of entry and exit pits. b. Dewatering as defined in Section 0157 00. C. Furnish, fuse and install fusible FPVC water main pipe as shown on the plans. d. All materials, labor and equipment to complete bacteriological testing and hydrostatic testing. e. Post CCTV inspection of completed water main. 3. Any other items required to complete the FPVC waterline improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. k. Bid Item L4—Furnish and Install 8" R/W Gate Valve (MJ with Mega Lug Joint Restraint Fitting) and L26— Furnish and Install 6" R/W Gate Valve (MJ with Mega Lug Joint Restraint Fitting): 1. Payment by Each 2. Measurement for R/W gate valve shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to. a. Furnish and install the valve complete with mega lug joint restraint fitting. b. Embedment. C. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. 3. Any other items required to complete the installation of gate valves in accordance with these Contract Documents that are not measured and paid for under another bid item. I. Bid Item L5—Furnish and Install 8"Tapping Sleeve with 8" R/W Gate Valve (MJ with Mega Lug Joint Restraint Fitting) and L27— Furnish and Install 8"Tapping Sleeve with 6" R/W Gate Valve (MJ with Mega Lug Joint Restraint Fitting): 1. Payment by Each ADDENDUM No,. I ATTACHMENT No.4 Measurement and Basis for Payment PAGE 4 OF:tB 01 29 01-4 North Beach Area Improvements(Bond 2012) Project E12127/E12129 I Rev 01-13-2016 2. Measurement for 8"tapping sleeve with R/W gate valve shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to. a. Furnish and install the sleeve and valve complete with mega lug joint restraint fitting. b. Embedment. C. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. 3. Any other items required to complete the installation of sleeve and valves in accordance with these Contract Documents that are not measured and paid for under another bid item. m. Bid Item L6 to L10 and L28— Furnish and Install Ductile Iron Fittings (MJ with Mega Lug Joint Restraint Fitting): 1. Payment by Each 2. Measurement for Ductile Iron Fitting and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install the fitting complete with mega lug joint restraint fitting. b. Embedment. C. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. 3. Any other items required to complete the installation of fittings in accordance with these Contract Documents that are not measured and paid for under another bid item. n. Bid Item L11— Furnish and Install 8"Transition Coupling and L12 Furnish and Install 12" Bolted Transition Coupling (MJ with Mega Lug Joint Restraint Fitting): 1. Payment by Each 2. Measurement for Transition Couplings shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install the fitting complete with mega lug joint restraint fitting. b. Embedment. C. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. ADDEND,)D, M No.1, Measurement and Basis for Payment ATTACHMENT No.4 01 29 01-5 North Beach Area Improvements(Bond 2012) Project E12127/E12129 PAGE OF 1'3 Rev 01-13-2016 e. Furnish and install concrete thrust blocking. 3. Any other items required to complete the installation of fittings in accordance with these Contract Documents that are not measured and paid for under another bid item. o. Bid Item L13— Remove and Replace 1"to 2" Copper or HDPE Service: 1. Payment by Each 2. Measurement for Water Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe,fittings, etc. as required to complete the service from the new water line to the property line. Including, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 0157 00. c. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter—Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Contractor will re-install all components per city specs in meter box without disconnecting MTU from Register and restore service for customers that are active. Contractor will notify the city after re-installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re-install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4-Components are damaged. Contractor will re-install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. 3. Any other items required to complete the installation of the long water service in accordance with these Contract Documents that are not measured and paid for under another bid item. p. Bid Item L14 and L15—Connection to Existing 8" and 12"Water Main: 1. Payment by Each ADDENDUM UM Nlo.1.. Measurement and Basis for Payment ATTACHMENT No.4 01 29 01-6 North Beach Area Improvements(Bond 2012) Project E12127/E12129 I (PAGE 6 iOIF 13 Rev 01-13-2016 2. Measurement for connect new water main to existing water main shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. 3. Any other items required to complete the connection in accordance with these Contract Documents that are not measured and paid for under another bid item. q. Bid Item L16— Furnish and Install FH Assembly with Lead: 1. Payment by Each 2. Measurement for fire hydrant assembly and long fire hydrant lead shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and backfill. b. Dewatering as described in Section 0157 00. C. Furnish and install fire hydrant and lead. d. Furnish and install drainage pit. e. Furnish and install thrust blocking. f. Disinfection. 3. Any other items required to complete the installation of fire hydrants in accordance with these Contract Documents that are not measured and paid for under another bid item. r. Bid Item L17—Trench Safety for Remove and Install Waterline: 1. Payment by Linear Foot 2. Measurement for trench safety shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Section 022022 "Trench Safety for Excavations" 3. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. S. Bid Item L18—Trench Safety for Pipe Bursting Pits: 1. Payment by Each 2. Measurement for trench safety shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Section 022022 "Trench Safety for Excavations" ADDENDUM No. ' Measurement and Basis for Payment ATTACHMENT No.4 01 29 01-7 North Beach Area Improvements(Bond 2012) Project E12127/E12129 I PAGE 7 OF 13Rev 01-13-2016 3. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. t. Bid Item L19— Remove Existing Fire Hydrant: 1. Payment by Each 2. Measurements for remove existing fire hydrant shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and remove existing fire hydrant. b. Properly dispose of or stock pile existing fire hydrant and fittings, meeting all local, state, and federal regulations; C. Dewatering as defined in Section 0157 00. 3. Any other items required to complete the demolition of the fire hydrant in accordance with these Contract Documents that are not measured and paid for under another bid item. U. Bid Item L20— Furnish and Install Bell Harness Assembly for 8" Dia. Water Main: 1. Payment by Each 2. Measurements for Furnish and Install Bell Harness Assembly shall be per Each and shall be full compensation for all labor, materials and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. V. Bid Item L21— Furnish and Install 4"Temporary Water Supply for Pipe Bursting: 1. Payment by Linear Foot 2. Measurement for Temporary Water Supply shall be by Linear Foot of water supply line installed, maintained and removed, and shall include all labor, materials and equipment required to provide a complete and functioning system. a. Contractor shall provide a potable water supply to each residence and or business that is affected by the water main pipe bursting. b. Excavation back filling. c. Tie-in to existing potable water system. d. Furnish and install and remove temporary 4" carrier pipe. The pipe shall be new unused PVC watermain pipe with a pressure rating of 160 psi or greater. e. Sterilization and bacteriological testing. f. Complete removal of the tie-in or tapping apparatus. g. Any other items required to install, maintain and remove each temporary water service, in accordance with these Contract Documents that are not measured and paid for under another bid item. ADDENDUM No. 1. Measurement and Basis for Payment ATCAC HIMEN"'IF No.4 No. 01 29 01-8 North Beach Area Improvements(Bond 2012) Project E12127/E12129 PAGE 8 OF 1.3 Rev 01-13-2016 w. Bid Item L22—Connect and Disconnect Service to Temporary Water Supply: 1. Payment by Each 2. Measurement for connect and disconnect to temporary water supply shall be by Each water service line installed, maintained and removed, and shall include all labor, materials and equipment required to provide a complete and functioning system. a. Contractor shall provide a potable water supply to each residence and or business that is affected by the water main pipe bursting. b. Excavation back filling. C. Furnish, install and remove HDPE SDR 9 service line, saddle corp stop and hardware on temporary carrier pipe. d. Connecting and disconnecting each service to the temporary carrier pipe. e. Sterilization and bacteriological testing. f. Complete removal of the tie-in or tapping apparatus. 3. Any other items required to install, maintain and remove each temporary water service, in accordance with these Contract Documents that are not measured and paid for under another bid item. X. Bid Item L23—Abandon Exiting 8"Waterline by Filling with Flowable Grout: 1. Payment by Linear Foot 2. Measurement for abandon waterline shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents shall include but not limited to: a. Furnish and install non shrink grout. b. Furnish and install end caps. 3. Any other items required to complete water line abandonment in accordance with these Contract Documents that are not measured and paid for under another bid item. y. Bid Item L24— Furnish and Install 2" Diam.Wrapped Steel Gas line: 1. Payment by Linear Foot 2. Measurement for Furnish and Install 2" Diam. Wrapped steel gas line shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill. b. Embedment. C. Dewatering as defined in Section 0157 00. d. Furnish, welding and install gas line, as shown on the plans. AIDD,IFNN::LIFO No,I. Measurement and Basis for Payment ATTACIIHMEN'T Nlo.4 01 29 01-9 North Beach Area Improvements(Bond 2012) Project E12127/E12129 PAVE 9 OF 13 Rev 01-13-2016 e. Furnish, welding, installing joint wrappers (each joint) and fittings required to connect the new gas line to existing gas line f. All materials, labor and equipment to complete the pressure testing. 3. Any other items required to complete the 8" diam. C900 DR18 PVC waterline improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. Z. Bid Item L25— Reconnect Existing Water Service: 1. Payment by Each 2. Measurement for reconnect existing service to waterline and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and Backfill, service saddle, corp stop. 3. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. aa. Bid Item M1— Wastewater Line (Pipe Bursting ) (0' -6' Depth) SDR 17 HDPE and Bid Item M2—Rehab<_8" Wastewater Line (Pipe Bursting ) (0' -6' Depth) SDR 11 HDPE: 1. Payment by Linear Foot 2. This item shall be measured by the Linear Foot of HDPE pipe installed at the depth and size indicated in the proposal, and this bid item price will include, but is not limited to the following: a. Notification of homes and businesses. b. Proper diversion of the flow during installation, including bypass pumping during surcharge conditions (if not paid for elsewhere). c. Where fence relocation is required to accommodate the construction work, contractor must maintain a secure site during construction. d. Contractor shall saw cut existing manhole to facilitate pipe bursting operations. e. All material and equipment necessary to furnish and install the new HDPE pipe by pipe bursting. f. Excavation and backfill of insertion pits. g. Any excavations to remove stuck tools, equipment or materials. h. Making connections to existing structures and/or lines as required to complete the sanitary sewer improvements ready for use. Once pipe bursting is complete contractor shall grout around the access hole to provide a water tight seal. i. Leakage testing of each pipe segment. j. Haulage and disposal of excess excavated material at a regulated disposal site. ADDENDUM Nllo. .1 Measurement and Basis for Payment AG 1'ACHI RYEN i No.4 01 29 01- 10 North Beach Area Improvements(Bond 2012) Project E12127/E12129 PAGE 111.0 O,F 1.3 Rev 01-13-2016 3. Any other items required to complete the installation of gravity sewer by pipe bursting in accordance with these contract documents that are not measured and paid for under another bid item. bb. Bid Item M3— Furnish and Install Service for 8" Pipe Bursting: 1. Payment by Each 2. Measurement for installing new service to wastewater line and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. 3. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. cc. Bid Item M4—PRE CCTV—Clean and Televise Wastewater Lines (Lines<_8") and Bid Item M5— POST CCTV—Televise Wastewater Lines (Lines<_8"), complete in place per linear foot: 1. Payment by Linear Foot 2. Cleaning; and Video-Recording of Wastewater Lines before &after rehabilitation:This bid item price includes, but is not limited to the following: a. Location and opening the Manhole. b. Removing all internal deposits, sludge, dirt, broken pipe, grease, rocks, sand, roots, silt, bricks, and any other deposits from sewer lines and manholes.The cleaning shall be accomplished using high velocity jet equipment. In the event that mechanical equipment is authorized, no additional payment will be made. C. Any excavation required to retrieve stuck tools, equipment or materials. d. Collecting and retaining all debris and solids in every downstream manhole along the sewer line. e. Removing and properly disposing of all debris and solids resulting from the cleaning, including all costs for disposal, landfill fees, and any required permits. f. Any root cutting necessary to effect cleaning and lining. g. Recording evaluation reports for cleaning activities. h. Obtaining and/or purchasing potable water necessary for the cleaning purposes. i. Supplying all of the required tapes and evaluation reports (with one week)to the City and the Consulting Engineer. 3. Any other items required to complete the CCTV work in accordance with these contract documents that are not measured and paid for under another bid item. dd. Bid Item M6-4ft Dia.Wastewater Manhole FRP Rehab (0' -6' Depth), complete in place per each: 1. Payment by Each 2. Measurements for 42" diameter fiberglass manhole insert shall be by Each individual manhole installed and by the depth classification shown on the proposal. ADDENDUM No. "1, Measurement and Basis for Payment ATTA IHME'NT'Nay,4 01 29 01- 11 North Beach Area Improvements(Bond 2012) Project E12127/E12129 PAGE 11 OF 11' Rev 01-13-2016 3. This item shall include, but is not limited to all materials labor and equipment to complete the following work: a. Structural excavation including removing all material encountered (including asphalt, concrete and old manholes) and disposing of all suitable and/or excess material. b. Furnish and install 42" diameter fiberglass manhole inset, ring and cover, concrete collar and concrete base. C. Furnish, install and compact backfill and cement stabilized sand (not paid under cement stabilized sand Bid Item). d. Grading and cleaning up of affected areas. e. Exfiltration testing. 4. Any other items required to complete the manhole rehab in accordance with these contract documents that are not measured and paid for under another bid item. ee. Bid Item M7— Excavation Safety for Wastewater Pits and Manholes (0'—6' Depth): 1. Payment by Each 2. Measurements for trench safety for wastewater pits and manholes shall be by the Each trench regardless of depth and shall include, but is not limited to all materials, labor and equipment to provide trench safety as set out in Section 022022 "Trench Safety for Excavations". 3. Any other items required to complete the OSHA trench protection structures and bore pits in accordance with these contract documents that are not measured and paid for under another bid item. ff. Bid Item M8— Reconstruct Manhole Bench and Inverts as per Specification, complete in place per each: 1. Payment by Each 2. Measurement for reconstructing the manhole benching shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents are not measured and paid for under another bid item. gg. Bid Item M9—Adjust Manhole Ring and Cover: 1. Payment by Each 2. Measurement for adjusting existing manhole ring and cover shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents that are not measured and paid for under another bid item. hh. Bid Item M10—Reconnect Existing Waste Water Service: 1. Payment by Each ADDENDUM No. I,. Measurement and Basis for Payment ATTAC14MENT No.4 01 29 01- 12 North Beach Area Improvements(Bond 2012) Project E12127/E12129 PAGE 12'COF 13 Rev 01-13-2016 2. Measurement for reconnect existing service to wastewater line and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. 3. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. ii. Bid Item N1—Utility Allowance (MANDATORY): 1. Payment by Lump Sum 2. The Lump Sum bid item described as "Utility Allowance" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated adjustment of a utility, unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the "Allowance for Unanticipated Utility Work" become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in his bid proposal. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance. jj. Bid Item N2— Bypass Pumping (MANDATORY): 1. Payment by Lump Sum 2. The Lump Sum bid item described as "By Pass Pumping" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated bypassing of the wastewater collection system warrant the use of the allowance funds. Should the use of funds from the "Bypass Pumping become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor.There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in his bid proposal. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance. kk. Bid Item not listed on the Proposal: Items of work not listed on the Proposal necessary to complete the project as shown on the drawings and as specified ate considered as subsidiary to the established bid items and there will be no separate payment. Their costs should be included in the appropriate bid item. Any item required on the plans and contract documents shall be paid under the appropriate bid which covers the item. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION ADDENDiI„fM No,. t Measurement and Basis for Payment ATTA IN°INIMENT No.4 01 29 01- 13 North Beach Area Improvements(Bond 2012) Project E12127/E12129 I P'AE 13 F 1.3 Rev 01-13-2016 C'Iy(_'G\ "I Report Created On:9/12/2018 2:20:02 PM PROJECT: E12127 North Beach Area Road&Area Beautification(RE-BID)Part 1 Bond 2012 and E12129 North Beach Breakwater, Plaza, North Shoreline Repair&Enhancement(RE-BID)Part 2(Bond 2012) BIDDER: Winters Construction TOTAL BID: $1,156,614.33 COMPLETION TIME: Not Required BIDDER INFO: 20444 Cielo Vista #3 San Antonio,TX 78255 P:2105589405 F: 00 30 OO BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1,01 In accordance with the Drawings,Specifications, and Contract Documents,this Bid Proposal is winters Construction,Inc (type or print name of submitted by No(s)E12127 &E12129,North company) on: September 12p,2019 at 2*00 P.M.for Project Beach Area improvements(Bond 2012), (REBID). 1.02 Submit Bids, Bid Security and all attachments to the Bid(See Section 7,01 below)to the City's electronic bidding website at www,, ivC@ ASA.com. if submitting hard copy bids or bid security in the form Of a cashier's or certified check, please send to: The city of Corpus Christi,Texas City Secretary's office 1201 Leopard:Street Corpus Christi,Texas 78401 Attention: City Secretaryrth Beach Area improvements(Bond,2012) (REBID) Bid—Project No(s)E12127&E12129, No All envelopes and packages(including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 101 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on Documents,to perfo,rm all Work specified,or indicated in the form included in the Contract Docurn modified by Contract Contract Documents for the Contract Price indicated in this Bid or as rn the Work within the Contract Times established in Amendment. Bidder a,grees to cont oendment and comply with the all other terms and the Agreement or as modified by Contract Am conditions of the Contract Documents. 2,02 Bidder accepts all of the terms andconditions of SECTION 00 2113 INVITATION AND iNSTRUCTIONSTO BIDDERS, incl,uding those dealing with required Bonds TheBdwillrern remain subject to acceptance for 90 days,after the opening of Bids. 2,03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its forth in the Agreement. with the schedulA,,56f omplete Work in accordance failure to c pr(d 2.04 Bidder acknowledges receipt of the foik)wing Add a: g Addendum No. Addendum Date Si a,tur ginReceipt 1 W71201 8 003000-1 Bid Acknowledgement Form never-13-2016 12127&E12129(REBID) North Beach Area improvements Project No(s)E Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has vi ��the may affect become ost progress,and th and perfor`mance of satisfied he Work.as to hgeneral,local, and Site conditionsY 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost,progress, and performance of the Work; B. The means,methods,techniques,sequences,and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs,Bidder agrees that no further examinations,investigations,expiorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 003000-2 ii. Bid Acknowledgement Form ReY01-13-2016 North Beach Area Improvements—Pro}ed No(s)E12127&112129(REBID) 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5,01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF 003000-3 Bid Acknowledgement Form Rev 01-13-2016 North Beach Area improvements—Project No(s)E12127&E12129(REBID) EXPERIENCE,may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS, E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in 003000-4 Bid Acknowledgement Form ReV01.13-2016 North Beach Area Improvements—Project No(s)E12127&E12129(REBID} this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code§1.002),but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. s �Y 3' 003000-5 Bid Acknowledgement Form Rev 01.13-2016 North Beach Area Improvements—Project No(s)E12127&E12129(REBID) ARTICLE 1.1—BID SUBMITTAL ,w r 11M This Bid is submitted by: Bidder: "inters Conisir ion,Inc. � (ty �r arirrte buil legal name f Bidder) By: (individual's signature) Name: Charles Winters (typed or printed) Title: Presid rt �, (� ed or printed) r Attest: °tr" " individual's signature) State of Residency: Texas Federal Tax Id. No, 74-2599747 Address forgiving notices: 20440 Cieio Vista,Lot 3 San Antonio,TX 7'8255 Phone; 210.224.7920 Email: aliaws@awinterscon..net (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder,or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION 003000-6 Bid Acknowledgement Form Rev 01-13-2016 North Beach Area Improvements—'Project No(s) E12127 E12129(REBO) C'Iy(-,G\ ,"I Report Created On:9/12/2018 2:20:03 PM BID TOTALS BASE BID(PARTS 1 &2) Total Al $59,379.54 A2 $41,706.98 A3 $7,745.58 A4 $9,533.04 A5 $5,958.14 A6 $17,874.42 A7 $9,562.80 B1 $10,417.68 B2 $10,908.72 B3 $59,619.68 B4 $8,394.10 B5 $104,896.90 B6 $393.14 B7 $3,037.90 B8 $25,000.00 C1 $2,986.62 C2 $5,973.28 C3 $3,969.81 C4 $410.90 C5 $4,398.78 D1 $1,726.38 D2 $6,319.20 E1 $4,634.25 E2 $10,195.20 E3 $4,874.10 E4 $168.84 E5 $38,227.44 E6 $22,908.51 E7 $214.44 E8 $1,707.54 E9 $1,233.03 E10 $1,680.72 C'Iy(-,G\f,"I Report Created On:9/12/2018 2:20:03 PM BASE BID(PARTS 1 &2) Total E11 $3,218.95 E12 $249.90 E13 $116.62 E14 $714.98 E15 $1,429.96 E16 $3,277.01 E17 $133.42 E18 $38.12 E19 $893.72 E20 $774.56 E21 $566.02 E22 $566.02 E23 $1,132.06 E24 $2,264.08 E25 $2,681.15 E26 $3,217.38 E27 $12,512.22 E28 $1,763.86 E29 $438.75 E30 $3,528.32 E31 $26,000.00 E32 $7,965.10 E33 $25,000.00 F1 $61,778.97 F2 $124,432.88 F3 $13,299.00 F4 $1,857.00 G 1 $11,874.66 G2 $4,820.96 G3 $590.72 G4 $2,505.82 G5 $2,315.16 G6 $1,691.00 C'Iy(-,G\f,"I Report Created On:9/12/2018 2:20:03 PM BASE BID(PARTS 1 &2) Total G7 $251.64 G8 $8,659.56 G9 $1,709.59 G10 $7,466.61 G11 $10,453.24 G12 $1,632.15 G13 $1,237.35 G14 $790.02 G15 $12,783.68 G16 $12,850.26 G17 $38,043.96 G18 $1,652.30 G19 $682.17 G20 $1,787.43 G21 $22,195.93 G22 $6,173.75 G23 $1,484.10 G24 $8,296.94 G25 $9,920.56 G26 $26,441.64 G27 $387.60 G28 $4,724.15 G29 $33,052.05 G30 $3,934.98 G31 $27,436.59 G32 $8,698.68 G33 $25,000.00 H1 $1,812.60 H2 $844.10 H3 $1,522.74 H4 $217.23 H5 $1,889.66 11 $12,539.84 C'Iy(-,G\f,"I Report Created On:9/12/2018 2:20:03 PM BASE BID(PARTS 1 &2) Total 12 $14,746.50 13 $35,588.70 Empty $0.00 Total $1,156,614.33 ADDITIVE ALTERNATE NO.1 Total 11 $63,752.09 J2 $8,849.72 J3 $63,428.38 Empty $0.00 Total $136,030.19 ADDITIVE ALTERNATE NO.2 Total K1 $5,958.14 K2 $5,265.00 K3 $2,979.07 K4 $1,787.44 K5 $7,268.76 K6 $38,727.91 K7 $55,766.88 L1 $2,903.21 L2 $1,583.00 L3 $176,925.00 L4 $6,902.28 L5 $4,356.09 L6 $2,147.76 L7 $572.70 L8 $775.27 L9 $754.20 L10 $930.18 1-11 $1,914.69 L12 $1,328.56 L13 $42,129.90 C'Iy(-,G\ ,"I Report Created On:9/12/2018 2:20:03 PM ADDITIVE ALTERNATE NO.2 Total L14 $14,716.68 L15 $5,786.05 L16 $26,504.44 L17 $295.85 L18 $6,598.40 L19 $2,572.86 L20 $3,437.52 L21 $15,483.96 L22 $30,128.20 L23 $2,560.00 L24 $1,430.00 L25 $1,203.76 L26 $2,558.24 L27 $4,816.30 L28 $1,240.70 Mi $114,367.50 M2 $50,938.50 M3 $7,800.30 M4 $4,903.92 M5 $3,096.92 M6 $5,362.50 M7 $1,938.05 M8 $944.83 M9 $2,316.28 M10 $2,379.36 N1 $20,000.00 N2 $15,000.00 Empty $0.00 Total $709,357.16 BASE BID (PARTS 1 &2) C'Iy(-'G\f."I Report Created On:9/12/2018 2:20:03 PM Al No. Description Unit Qty Unit Price Ext Price PART 1A MOBILIZATION LS 1 $59,379.54 $59,379.54 GENERAL (ITEMS Al THRU A7) Sub Total: $59,379.54 A2 No. Description Unit Qty Unit Price Ext Price PART 1A BONDS AND INSURANCE LS 1 $41,706.98 $41,706.98 GENERAL (ITEMS Al THRU A7) Sub Total: $41,706.98 A3 No. Description Unit Qty Unit Price Ext Price PART 1A STORM WATER POLLUTION LS 1 $7,745.58 $7,745.58 PREVENTION PLAN GENERAL (ITEMS Al THRU A7) Sub Total: $7,745.58 A4 No. Description Unit Qty Unit Price Ext Price PART 1A TRAFFIC CONTROL ITEMS(SIGNS, MO 4 $2,383.26 $9,533.04 BARRICADES, CHANNELIZING GENERAL DEVICES, ETC.) (ITEMS Al THRU A7) Sub Total: $9,533.04 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM A5 No. Description Unit Qty Unit Price Ext Price PART 1A TRAFFIC CONTROL PLAN AND EA 1 $5,958.14 $5,958.14 PREP GENERAL (ITEMS Al THRU A7) Sub Total: $5,958.14 A6 No. Description Unit Qty Unit Price Ext Price PART 1A TRAFFIC CONTROL LS 1 $17,874.42 $17,874.42 MOBILIZATION/ADJUSTMENTS GENERAL (ITEMS Al THRU A7) Sub Total: $17,874.42 A7 No. Description Unit Qty Unit Price Ext Price PART 1A OZONE ACTION DAY DAYS 5 $1,912.56 $9,562.80 GENERAL (ITEMS Al THRU A7) Sub Total: $9,562.80 11311 No. Description Unit Qty Unit Price Ext Price PART B STREET EXCAVATION SY 477 $21.84 $10,417.68 STREET IMPROVE vIENTS (ITEMS B1 THRU 1 B8) Sub Total: $10,417.68 C'Iy(-'G\f."I Report Created On:9/12/2018 2:20:03 PM B2 No. Description Unit Qty Unit Price Ext Price PART B REMOVE EXISTING HMAC SY 1308 $8.34 $10,908.72 STREET IMPROVE VIENTS (ITEMS B1 THRU 1 B8) Sub Total: $10,908.72 B3 No. Description Unit Qty Unit Price Ext Price PART B 13" PAVEMENT RECLAMATION SY 6256 $9.53 $59,619.68 (WITH 11% HIGH EARLY STREET STRENGTH CEMENT),(INCL. RECLAMATION BASE BENEATH IMPROVE vIGURS TO 1'B.O.C.) (ITEMS B1 THRU 1 B8) Sub Total: $59,619.68 B4 No. Description Unit Qty Unit Price Ext Price PART B PRIME COAT(0.20 GALLONS/SY) GAL 1174 $7.15 $8,394.10 STREET IMPROVE vIENTS (ITEMS B1 THRU 138) Sub Total: $8,394.10 B5 No. Description Unit Qty Unit Price Ext Price PART B 3"TYPE'D' HMAC SY 5870 $17.87 $104,896.90 STREET IMPROVE vIENTS (ITEMS B1 THRU 138) Sub Total: $104,896.90 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM B6 No. Description Unit Qty Unit Price Ext Price PART B REFLECTIVE PAVEMENT LF 22 $17.87 $393.14 MARKINGS TY.1(W)(24")(SLD)(100 STREET MIL)-STOP BAR IMPROVE VIENTS (ITEMS B1 THRU 138) Sub Total: $393.14 B7 No. Description Unit Qty Unit Price Ext Price PART B REFLECTIVE PAVEMENT LF 170 $17.87 $3,037.90 MARKINGS TY.1(W)(24")(SLD)(100 STREET MIL)-CROSSWALK IMPROVE vIENTS (ITEMS B1 THRU 138) Sub Total: $3,037.90 B8 No. Description Unit Qty Unit Price Ext Price PART B STREET ALLOWANCE LS 1 $25,000.00 $25,000.00 (MANDATORY) STREET IMPROVE vIENTS (ITEMS B1 THRU 138) Sub Total: $25,000.00 C1 No. Description Unit Qty Unit Price Ext Price PART C CLEAN OUT EXISTING CURB INLET EA 3 $995.54 $2,986.62 DRAINAGE: IMPROVE vIENTS (ITEMS C1 THRU C5) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM C1 No. Description Unit Qty Unit Price Ext Price Sub Total: $2,986.62 C2 No. Description Unit Qty Unit Price Ext Price PART C CLEAN OUT EXISTING MANHOLE EA 4 $1,493.32 $5,973.28 DRAINAGE: IMPROVE vIENTS (ITEMS C1 THRU C5) Sub Total: $5,973.28 C3 No. Description Unit Qty Unit Price Ext Price PART C CLEAN OUT EXISTING 15" RCP LF 377 $10.53 $3,969.81 DRAINAGE: IMPROVE vIENTS (ITEMS C1 THRU C5) Sub Total: $3,969.81 C4 No. Description Unit Qty Unit Price Ext Price PART C CLEAN OUT EXISTING 18" RCP LF 35 $11.74 $410.90 DRAINAGE: IMPROVE vIENTS (ITEMS C1 THRU C5) Sub Total: $410.90 C'Iy(_,G\f."I Report Created On:911212018 2:20:03 PM C5 No. Description Unit Qty Unit Price Ext Price PART C CLEAN OUT EXISTING 24" RCP LF 334 $13.17 $4,398.78 DRAINAGE: IMPROVE VIENTS (ITEMS C1 THRU C5) Sub Total: $4,398.78 D1 No. Description Unit Qty Unit Price Ext Price PART D CLEAN AND CCTV EXISTING 8" LF 621 $2.78 $1,726.38 -UTILITY WASTEWATER LINE ADJUSTM NTS AND CLEANING (ITEMS D1 THRU D2) Sub Total: $1,726.38 D2 No. Description Unit Qty Unit Price Ext Price PART D CLEAN EXISTING WASTEWATER LF 4 $1,579.80 $6,319.20 -UTILITY MANHOLE ADJUSTM NTS AND CLEANING (ITEMS D1 THRU D2) Sub Total: $6,319.20 E1 No. Description Unit Qty Unit Price Ext Price PART E REMOVE EXISTING HMAC SY 555 $8.35 $4,634.25 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E1 No. Description Unit Qty Unit Price Ext Price Sub Total: $4,634.25 E2 No. Description Unit Qty Unit Price Ext Price PART E REMOVE CONCRETE DRIVEWAY SF 960 $10.62 $10,195.20 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $10,195.20 E3 No. Description Unit Qty Unit Price Ext Price PART E REMOVE PARKING METER POST EA 35 $139.26 $4,874.10 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $4,874.10 E4 No. Description Unit Qty Unit Price Ext Price PART E ADJUST GAS VALVE BOX EA 1 $168.84 $168.84 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $168.84 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E5 No. Description Unit Qty Unit Price Ext Price PART E CONCRETE DRIVEWAY SF 3207 $11.92 $38,227.44 STREET IMPROVE VIENTS (ITEMS E1 THRU E33) Sub Total: $38,227.44 E6 No. Description Unit Qty Unit Price Ext Price PART E STAMPED&STAINED CONCRETE SF 769 $29.79 $22,908.51 CROSSWALK STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $22,908.51 E7 No. Description Unit Qty Unit Price Ext Price PART E REFLECTIVE PAVEMENT LF 12 $17.87 $214.44 MARKINGS TY.1(W)(24")(SLD)(100 STREET MIL)-STOP BAR IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $214.44 E8 No. Description Unit Qty Unit Price Ext Price PART E REFLECTIVE PAVEMENT LF 191 $8.94 $1,707.54 MARKINGS TY.1(W)(12")(SLD)(100 STREET MIL)-CROSSWALK IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $1,707.54 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E9 No. Description Unit Qty Unit Price Ext Price PART E REFLECTIVE PAVEMENT LF 69 $17.87 $1,233.03 MARKINGS TY.1(W)(24")(SLD)(100 STREET MIL)-CROSSWALK IMPROVE VIENTS (ITEMS E1 THRU E33) Sub Total: $1,233.03 E10 No. Description Unit Qty Unit Price Ext Price PART E FIRE LANE STRIPING (RED) LF 1128 $1.49 $1,680.72 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $1,680.72 E11 No. Description Unit Qty Unit Price Ext Price PART E REFLECTIVE PAVEMENT LF 2705 $1.19 $3,218.95 MARKINGS TY.1 (Y)(4")(SLD)(100 STREET MIL) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $3,218.95 E12 No. Description Unit Qty Unit Price Ext Price PART E REFLECTIVE PAVEMENT LF 210 $1.19 $249.90 MARKINGS TY.1 (W)(4")(BKN)(100 STREET MIL) IMPROVE vIENTS (ITEMS E1 THRU E33) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E12 No. Description Unit Qty Unit Price Ext Price Sub Total: $249.90 E13 No. Description Unit Qty Unit Price Ext Price PART E REFLECTIVE PAVEMENT LF 49 $2.38 $116.62 MARKINGS TY.1 (W)(8")(SLD)(100 STREET MIL) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $116.62 E14 No. Description Unit Qty Unit Price Ext Price PART E PREFABRICATED PAVEMENT EA 2 $357.49 $714.98 MARKINGS TY.1 (W)(ARROW)(100 STREET MIL) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $714.98 E15 No. Description Unit Qty Unit Price Ext Price PART E PREFABRICATED PAVEMENT EA 2 $714.98 $1,429.96 MARKINGS TY.1 (W) STREET (COMBO STRAIGHT/LEFT TURN ARROW)(100 MIL) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $1,429.96 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E16 No. Description Unit Qty Unit Price Ext Price PART E ACCESSIBLE SPACE MARKING EA 11 $297.91 $3,277.01 STREET IMPROVE VIENTS (ITEMS E1 THRU E33) Sub Total: $3,277.01 E17 No. Description Unit Qty Unit Price Ext Price PART E RAISED REFLECTIVE PAVEMENT EA 14 $9.53 $133.42 MARKINGS(TY.I-C)WHITE STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $133.42 E18 No. Description Unit Qty Unit Price Ext Price PART E RAISED REFLECTIVE PAVEMENT EA 4 $9.53 $38.12 MARKINGS(TY.II-B-B) BLUE STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $38.12 E19 No. Description Unit Qty Unit Price Ext Price PART E COMBO STOP SIGN(R1-1)/STREET EA 1 $893.72 $893.72 NAME SIGN STREET (INCL. METAL POLE AND FOUNDATION) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $893.72 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E20 No. Description Unit Qty Unit Price Ext Price PART E COMBO DO NOT ENTER(R5- EA 1 $774.56 $774.56 1)/STREET NAME SIGN STREET (INCL. METAL POLE AND FOUNDATION) IMPROVE VIENTS (ITEMS E1 THRU E33) Sub Total: $774.56 E21 No. Description Unit Qty Unit Price Ext Price PART E NO PARKING SIGN(R7-1)(INCL. EA 1 $566.02 $566.02 METAL POLE AND FOUNDATION) STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $566.02 E22 No. Description Unit Qty Unit Price Ext Price PART E ONE WAY(R6-2R)(INCL. METAL EA 1 $566.02 $566.02 POLE AND FOUNDATION) STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $566.02 E23 No. Description Unit Qty Unit Price Ext Price PART E ONE WAY(R6-2L)(INCL. METAL EA 2 $566.03 $1,132.06 POLE AND FOUNDATION) STREET IMPROVE vIENTS (ITEMS E1 THRU E33) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E23 No. Description Unit Qty Unit Price Ext Price Sub Total: $1,132.06 E24 No. Description Unit Qty Unit Price Ext Price PART E PEDESTRIAN CROSSING(W11-2) EA 4 $566.02 $2,264.08 (INCL. METAL POLE AND STREET FOUNDATION) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $2,264.08 E25 No. Description Unit Qty Unit Price Ext Price PART E COMBO RESERVED EA 5 $536.23 $2,681.15 PARKING/VEHICLE PERMIT FINE/ STREET VAN ACCESSIBLE PLACARD(INCL. METAL POLE AND FOUNDATION) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $2,681.15 E26 No. Description Unit Qty Unit Price Ext Price PART E COMBO RESERVED EA 6 $536.23 $3,217.38 PARKING/VEHICLE PERMIT FINE STREET (INCL. METAL POLE AND FOUNDATION) IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $3,217.38 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E27 No. Description Unit Qty Unit Price Ext Price PART E 2"SCH.40 PARKING METER POST EA 42 $297.91 $12,512.22 (36"TALL) STREET IMPROVE VIENTS (ITEMS E1 THRU E33) Sub Total: $12,512.22 E28 No. Description Unit Qty Unit Price Ext Price PART E INLET PROTECTION EA 14 $125.99 $1,763.86 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $1,763.86 E29 No. Description Unit Qty Unit Price Ext Price PART E SILT FENCE LF 65 $6.75 $438.75 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $438.75 E30 No. Description Unit Qty Unit Price Ext Price PART E REVEGETATION(HYDROMULCH) SY 592 $5.96 $3,528.32 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $3,528.32 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM E31 No. Description Unit Qty Unit Price Ext Price PART E PRECAST CONCRETE BENCH EA 20 $1,300.00 $26,000.00 SEATING STREET IMPROVE VIENTS (ITEMS E1 THRU E33) Sub Total: $26,000.00 E32 No. Description Unit Qty Unit Price Ext Price PART E 6"REINFORCED CONCRETE SLAB SF 557 $14.30 $7,965.10 STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $7,965.10 E33 No. Description Unit Qty Unit Price Ext Price PART E STREET ALLOWANCE LS 1 $25,000.00 $25,000.00 (MANDATORY) STREET IMPROVE vIENTS (ITEMS E1 THRU E33) Sub Total: $25,000.00 F1 No. Description Unit Qty Unit Price Ext Price PART F- REMOVE EXISTING CONCRETE SF 6039 $10.23 $61,778.97 ADA SIDEWALK AND RAMPS IMPROVE vIENTS (ITEMS F1 THRU F4) Sub Total: $61,778.97 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM F2 No. Description Unit Qty Unit Price Ext Price PART F- CONCRETE SIDEWALK SF 20878 $5.96 $124,432.88 ADA IMPROVE VIENTS (ITEMS F1 THRU F4) Sub Total: $124,432.88 F3 No. Description Unit Qty Unit Price Ext Price PART F- SIDEWALK RAMP SF 930 $14.30 $13,299.00 ADA IMPROVE vIENTS (ITEMS F1 THRU F4) Sub Total: $13,299.00 F4 No. Description Unit Qty Unit Price Ext Price PART F- 6"CONCRETE BOLLARD EA 4 $464.25 $1,857.00 ADA IMPROVE vIENTS (ITEMS F1 THRU F4) Sub Total: $1,857.00 G1 No. Description Unit Qty Unit Price Ext Price PART G REMOVE CURB AND GUTTER LF 1029 $11.54 $11,874.66 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $11,874.66 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G2 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING 5'CURB INLET EA 4 $1,205.24 $4,820.96 DRAINAGE: IMPROVE VIENTS (ITEMS G1 THRU G33) Sub Total: $4,820.96 G3 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING GRATE INLET EA 1 $590.72 $590.72 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $590.72 G4 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING TYPE'A' EA 2 $1,252.91 $2,505.82 MANHOLE DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $2,505.82 G5 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING JUNCTION BOX EA 2 $1,157.58 $2,315.16 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $2,315.16 C'Iy(_'G\f."I Report Created On:9/12/2018 2:20:03 PM G6 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING CONCRETE LF 20 $84.55 $1,691.00 FLUME DRAINAGE: IMPROVE VIENTS (ITEMS G1 THRU G33) Sub Total: $1,691.00 G7 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING 6"PVC LF 12 $20.97 $251.64 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $251.64 G8 No. Description Unit Qty Unit Price Ext Price PART G REMOVE EXISTING 15" RCP LF 366 $23.66 $8,659.56 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $8,659.56 G9 No. Description Unit Qty Unit Price Ext Price PART G CUT, CAP, GROUT AND ABANDON- LF 23 $74.33 $1,709.59 IN-PLACE EXISTING 15" RCP DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G9 No. Description Unit Qty Unit Price Ext Price Sub Total: $1,709.59 G10 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 5'CURB EA 3 $2,488.87 $7,466.61 INLET DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $7,466.61 G11 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING MANHOLE EA 7 $1,493.32 $10,453.24 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $10,453.24 G12 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 12" RCP LF 155 $10.53 $1,632.15 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $1,632.15 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G13 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 15" RCP LF 113 $10.95 $1,237.35 DRAINAGE: IMPROVE VIENTS (ITEMS G1 THRU G33) Sub Total: $1,237.35 G14 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 24" RCP LF 63 $12.54 $790.02 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $790.02 G15 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 36" RCP LF 728 $17.56 $12,783.68 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $12,783.68 G16 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 42" RCP LF 366 $35.11 $12,850.26 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $12,850.26 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G17 No. Description Unit Qty Unit Price Ext Price PART G CLEAN OUT EXISTING 48" RCP LF 867 $43.88 $38,043.96 DRAINAGE: IMPROVE VIENTS (ITEMS G1 THRU G33) Sub Total: $38,043.96 G18 No. Description Unit Qty Unit Price Ext Price PART G 3"SCHEDULE 40 PVC LF 62 $26.65 $1,652.30 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $1,652.30 G19 No. Description Unit Qty Unit Price Ext Price PART G 3"SCHEDULE 40 PVC CLEAN OUT EA 3 $227.39 $682.17 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $682.17 G20 No. Description Unit Qty Unit Price Ext Price PART G CORE EXISTING 12"CONCRETE EA 3 $595.81 $1,787.43 WALL DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G20 No. Description Unit Qty Unit Price Ext Price Sub Total: $1,787.43 G21 No. Description Unit Qty Unit Price Ext Price PART G 18" RCP,ASTM C-76,WALL B LF 251 $88.43 $22,195.93 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $22,195.93 G22 No. Description Unit Qty Unit Price Ext Price PART G 24" RCP,ASTM C-76,WALL B LF 55 $112.25 $6,173.75 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $6,173.75 G23 No. Description Unit Qty Unit Price Ext Price PART G PIPE TRENCH SAFETY LF 306 $4.85 $1,484.10 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $1,484.10 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G24 No. Description Unit Qty Unit Price Ext Price PART G 5'DIAMETER TYPE W MANHOLE EA 2 $4,148.47 $8,296.94 DRAINAGE: IMPROVE VIENTS (ITEMS G1 THRU G33) Sub Total: $8,296.94 G25 No. Description Unit Qty Unit Price Ext Price PART G 6'DIAMETER TYPE'A' MANHOLE EA 2 $4,960.28 $9,920.56 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $9,920.56 G26 No. Description Unit Qty Unit Price Ext Price PART G TYPE'D' MANHOLE WITH MODIFIED EA 4 $6,610.41 $26,441.64 RING AND COVER DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $26,441.64 G27 No. Description Unit Qty Unit Price Ext Price PART G MANHOLE TRENCH SAFETY EA 8 $48.45 $387.60 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $387.60 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G28 No. Description Unit Qty Unit Price Ext Price PART G ADJUST MANHOLE RING AND EA 5 $944.83 $4,724.15 COVER DRAINAGE: IMPROVE VIENTS (ITEMS G1 THRU G33) Sub Total: $4,724.15 G29 No. Description Unit Qty Unit Price Ext Price PART G 5'CURB INLET WITH MODIFIED EA 5 $6,610.41 $33,052.05 BOTTOM DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $33,052.05 G30 No. Description Unit Qty Unit Price Ext Price PART G GRATE INLET EA 3 $1,311.66 $3,934.98 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $3,934.98 G31 No. Description Unit Qty Unit Price Ext Price PART G STD.6"CURB AND GUTTER LF 921 $29.79 $27,436.59 DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM G31 No. Description Unit Qty Unit Price Ext Price Sub Total: $27,436.59 G32 No. Description Unit Qty Unit Price Ext Price PART G STD.6"REVERSE CURB AND LF 292 $29.79 $8,698.68 GUTTER DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $8,698.68 G33 No. Description Unit Qty Unit Price Ext Price PART G DRAINAGE ALLOWANCE LS 1 $25,000.00 $25,000.00 (MANDATORY) DRAINAGE: IMPROVE vIENTS (ITEMS G1 THRU G33) Sub Total: $25,000.00 H1 No. Description Unit Qty Unit Price Ext Price PART H REMOVE AND SALVAGE EXISTING EA 2 $906.30 $1,812.60 FIRE HYDRANT UTILITY ADJUSTM NTS AND CLEANING (ITEMS H1 THRU H5) Sub Total: $1,812.60 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM H2 No. Description Unit Qty Unit Price Ext Price PART H ADJUST WATER VALVE BOX EA 5 $168.82 $844.10 UTILITY ADJUSTM NTS AND CLEANING (ITEMS H1 THRU H5) Sub Total: $844.10 H3 No. Description Unit Qty Unit Price Ext Price PART H ADJUST EXISTING WATER METER EA 3 $507.58 $1,522.74 UTILITY ADJUSTM NTS AND CLEANING (ITEMS H1 THRU H5) Sub Total: $1,522.74 H4 No. Description Unit Qty Unit Price Ext Price PART H CLEAN AND CCTV EXISTING 8" LF 39 $5.57 $217.23 WASTEWATER LINE UTILITY ADJUSTM NTS AND CLEANING (ITEMS H1 THRU H5) Sub Total: $217.23 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM H5 No. Description Unit Qty Unit Price Ext Price PART H ADJUST WASTEWATER MANHOLE EA 2 $944.83 $1,889.66 RING AND COVER UTILITY ADJUSTM NTS AND CLEANING (ITEMS H1 THRU H5) Sub Total: $1,889.66 11 No. Description Unit Qty Unit Price Ext Price PART I- CONDT(PVC)(SCHD 40)(2") LF 1052 $11.92 $12,539.84 LIGHTING IMPROVE vIENTS (ITEMS 11 THRU 13) Sub Total: $12,539.84 12 No. Description Unit Qty Unit Price Ext Price PART I- CONDT(PVC)(SCHD 40)(2") LF 45 $327.70 $14,746.50 LIGHTING (BORE) IMPROVE vIENTS (ITEMS 11 THRU 13) Sub Total: $14,746.50 13 No. Description Unit Qty Unit Price Ext Price PART I- GROUND BOX TY A(122311)WITH EA 15 $2,372.58 $35,588.70 LIGHTING APRON IMPROVE vIENTS (ITEMS 11 THRU 13) Sub Total: $35,588.70 C'Iy(-,G\ ,"I Report Created On:9/12/2018 2:20:03 PM Empty No. Description Unit Qty Unit Price Ext Price *EACH 0 $0.00 $0.00 ADDITIVE ALTERNA rE MUST BE ON IT'S OWN SEPARAT CIVCAST FORM* Sub Total: $0.00 ADDITIVE ALTERNATE NO. 1 J1 No. Description Unit Qty Unit Price Ext Price PART J- CONCRETE DELIVERY SYSTEM LS 1 $63,752.09 $63,752.09 BREAKWATER CONCRE1 E CAP REPAIR (ITEMS J1 THRU J3) Sub Total: $63,752.09 J2 No. Description Unit Qty Unit Price Ext Price PART J- CONCRETE CRACK REPAIR EA 11 $804.52 $8,849.72 BREAKWATER CONCRE1 E CAP REPAIR (ITEMS J1 THRU J3) Sub Total: $8,849.72 C'Iy(_,G\f."I Report Created On:9/12/2018 2:20:03 PM J3 No. Description Unit Qty Unit Price Ext Price PART J- CONCRETE CAP REPAIR CY 94 $674.77 $63,428.38 BREAKWATER CONCRE1 E CAP REPAIR (ITEMS J1 THRU J3) Sub Total: $63,428.38 Empty No. Description Unit Qty Unit Price Ext Price *EACH 0 $0.00 $0.00 ADDITIVE ALTERNA rE MUST BE ON IT'S OWN SEPARAT CIVCAST FORM* Sub Total: $0.00 ADDITIVE ALTERNATE NO.2 K1 No. Description Unit Qty Unit Price Ext Price PART K- Pre-Construction Exploratory LS 1 $5,958.14 $5,958.14 GENERAL (ITEMS K1 THRU K7) Sub Total: $5,958.14 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM K2 No. Description Unit Qty Unit Price Ext Price PART K- Install and Remove Silt Fence LF 780 $6.75 $5,265.00 GENERAL (ITEMS K1 THRU K7) Sub Total: $5,265.00 K3 No. Description Unit Qty Unit Price Ext Price PART K- Traffic Control LS 1 $2,979.07 $2,979.07 GENERAL (ITEMS K1 THRU K7) Sub Total: $2,979.07 K4 No. Description Unit Qty Unit Price Ext Price PART K- Stormwater Pollution Prevention Plan LS 1 $1,787.44 $1,787.44 GENERAL (ITEMS K1 THRU K7) Sub Total: $1,787.44 K5 No. Description Unit Qty Unit Price Ext Price PART K- Well Pointing for Water Lines LF 61 $119.16 $7,268.76 GENERAL (ITEMS K1 THRU K7) Sub Total: $7,268.76 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM K6 No. Description Unit Qty Unit Price Ext Price PART K- Well Pointing for Pits and Manholes EA 13 $2,979.07 $38,727.91 GENERAL (ITEMS K1 THRU K7) Sub Total: $38,727.91 K7 No. Description Unit Qty Unit Price Ext Price PART K- Cement Stabilized Sand TONS 468 $119.16 $55,766.88 GENERAL (ITEMS K1 THRU K7) Sub Total: $55,766.88 L1 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Diam. C900 LF 41 $70.81 $2,903.21 WATER DR18 PVC Waterline IMPROVE vIENTS (ITEMS L1 THRU L28) Sub Total: $2,903.21 L2 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Diam, Ductile LF 20 $79.15 $1,583.00 WATER Iron Pipe Waterline IMPROVE vIENTS (ITEMS L1 THRU L28) Sub Total: $1,583.00 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L3 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Diam. C900 LF 1011 $175.00 $176,925.00 WATER DR18 FPVC Waterline by Pipe IMPROVEEft--9flng (ITEMS L1 THRU L28) Sub Total: $176,925.00 L4 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"R/W Gate Valve EA 4 $1,725.57 $6,902.28 WATER (MJ with Mega Lug Joint Restraint IMPROVEFjNifi§) (ITEMS L1 THRU L28) Sub Total: $6,902.28 L5 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Tapping Sleeve EA 1 $4,356.09 $4,356.09 WATER with 8"R/W Gate Valve(MJ with Mega IMPROVE vlEftTlbint Restraint Fitting) (ITEMS L1 THRU L28) Sub Total: $4,356.09 L6 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"45 Deg Bend EA 4 $536.94 $2,147.76 WATER (MJ with MEGA LUG Joint Restraint IMPROVE OEHTc� (ITEMS L1 THRU L28) Sub Total: $2,147.76 C'Iy(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L7 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"90 Deg Bend EA 1 $572.70 $572.70 WATER (MJ with Mega Lug Joint Restraint IMPROVEFjNifi§) (ITEMS L1 THRU L28) Sub Total: $572.70 L8 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Tees(MJ with EA 1 $775.27 $775.27 WATER Mega Lug Joint Restraint Fitting) IMPROVE vIENTS (ITEMS L1 THRU L28) Sub Total: $775.27 L9 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"x12" Reducer EA 1 $754.20 $754.20 WATER (MJ with Mega Lug Joint Restraint IMPROVEFjNifi§) (ITEMS L1 THRU L28) Sub Total: $754.20 L10 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Cap(MJ with EA 1 $930.18 $930.18 WATER Mega Lug Joint Restraint Fitting) IMPROVE vIENTS (ITEMS L1 THRU L28) Sub Total: $930.18 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L11 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Bolted Transition EA 3 $638.23 $1,914.69 WATER Coupling(MJ with Mega Lug Joint IMPROVE 111691%int Fitting) (ITEMS L1 THRU L28) Sub Total: $1,914.69 L12 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 12" Bolted EA 1 $1,328.56 $1,328.56 WATER Transition Coupling(MJ with Mega IMPROVE vlEftTlbint Restraint Fitting) (ITEMS L1 THRU L28) Sub Total: $1,328.56 L13 No. Description Unit Qty Unit Price Ext Price PART L- Remove and Replace 1"to 2"Copper EA 18 $2,340.55 $42,129.90 WATER or HDPE Service IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $42,129.90 L14 No. Description Unit Qty Unit Price Ext Price PART L- Connection to Existing 8"Water Main EA 3 $4,905.56 $14,716.68 WATER IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $14,716.68 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L15 No. Description Unit Qty Unit Price Ext Price PART L- Connection to Existing 12"Water Main EA 1 $5,786.05 $5,786.05 WATER IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $5,786.05 L16 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install FH Assembly with EA 4 $6,626.11 $26,504.44 WATER Lead IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $26,504.44 L17 No. Description Unit Qty Unit Price Ext Price PART L- Trench Safety for Remove and Install LF 61 $4.85 $295.85 WATER Waterline IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $295.85 L18 No. Description Unit Qty Unit Price Ext Price PART L- Trench Safety for Pipe Bursting Pits EA 8 $824.80 $6,598.40 WATER IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $6,598.40 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L19 No. Description Unit Qty Unit Price Ext Price PART L- Remove Existing Fire Hydrant EA 2 $1,286.43 $2,572.86 WATER IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $2,572.86 L20 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install Bell Harness EA 8 $429.69 $3,437.52 WATER Assembly for 8"Dia.Water Main IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $3,437.52 L21 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 4"Temporary LF 1062 $14.58 $15,483.96 WATER Water Supply for Pipe Bursting IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $15,483.96 L22 No. Description Unit Qty Unit Price Ext Price PART L- Connect and Disconnect Service to EA 20 $1,506.41 $30,128.20 WATER Temporary Water Supply IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $30,128.20 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L23 No. Description Unit Qty Unit Price Ext Price PART L- Abandon Existing 8"Waterline by LF 80 $32.00 $2,560.00 WATER Filling with Flowable Grout IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $2,560.00 L24 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 2"Diam.Wrapped LF 100 $14.30 $1,430.00 WATER Steel Gasline IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $1,430.00 L25 No. Description Unit Qty Unit Price Ext Price PART L- Reconnect Existing Water Service EA 2 $601.88 $1,203.76 WATER IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $1,203.76 L26 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 6"R/W Gate Valve EA 2 $1,279.12 $2,558.24 WATER (MJ with Mega Lug Joint Restraint IMPROVEFjNifi§) (ITEMS L1 THRU L28) Sub Total: $2,558.24 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM L27 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"Tapping Sleeve EA 2 $2,408.15 $4,816.30 WATER with 6"R/W Gate Valve(MJ with Mega IMPROVE vlEftTlbint Restraint Fitting) (ITEMS L1 THRU L28) Sub Total: $4,816.30 L28 No. Description Unit Qty Unit Price Ext Price PART L- Furnish and Install 8"x6"Tees(MJ EA 2 $620.35 $1,240.70 WATER with Mega Lug Joint Restraint Fitting) IMPROVE 0ENTS (ITEMS L1 THRU L28) Sub Total: $1,240.70 M1 No. Description Unit Qty Unit Price Ext Price PART M- Rehab 8"Wastewater Line(Pipe LF 762.45 $150.00 $114,367.50 Bursting)(0'-6'Depth)SDR 17 HDPE WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $114,367.50 M2 No. Description Unit Qty Unit Price Ext Price PART M- Rehab 8"Wastewater Line(Pipe LF 351.3 $145.00 $50,938.50 Bursting)(0'-6'Depth)SDR 11 HDPE WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $50,938.50 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM M3 No. Description Unit Qty Unit Price Ext Price PART M- Furnish and Install Service for 8"Pipe EA 3 $2,600.10 $7,800.30 Bursting WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $7,800.30 M4 No. Description Unit Qty Unit Price Ext Price PART M- PRE CCTV-Clean&Televise LF 1764 $2.78 $4,903.92 Wastewater Lines(Lines 8") WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $4,903.92 M5 No. Description Unit Qty Unit Price Ext Price PART M- POST CCTV-Televise Wastewater LF 1114 $2.78 $3,096.92 Lines(Lines 8") WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $3,096.92 M6 No. Description Unit Qty Unit Price Ext Price PART M- Furnish and Install 4 ft Dia Wastewater EA 2 $2,681.25 $5,362.50 Manhole FRP Rehab(0'-6'Depth) WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $5,362.50 C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM M7 No. Description Unit Qty Unit Price Ext Price PART M- Excavation Safety for Wastewater Pits EA 5 $387.61 $1,938.05 and Manholes(0'-6'Depth) WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $1,938.05 M8 No. Description Unit Qty Unit Price Ext Price PART M- Reconstruct Manhole Bench & Inverts EA 1 $944.83 $944.83 WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $944.83 M9 No. Description Unit Qty Unit Price Ext Price PART M- Adjust Manhole Ring and Cover EA 4 $579.07 $2,316.28 WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) Sub Total: $2,316.28 M10 No. Description Unit Qty Unit Price Ext Price PART M- Reconnect Existing Waastewater EA 2 $1,189.68 $2,379.36 Service WASTEWATER IMPROVE 0ENTS (ITEMS M1 THRU M10) C'I V(-,G\f."I Report Created On:9/12/2018 2:20:03 PM M10 No. Description Unit Qty Unit Price Ext Price Sub Total: $2,379.36 N1 No. Description Unit Qty Unit Price Ext Price PART N- Unanticipated Additive No.2 LS 1 $20,000.00 $20,000.00 Allowance(MANDATORY) UNANTICI ATED ALLOWANCES (ITEMS N1 THRU N2) Sub Total: $20,000.00 N2 No. Description Unit Qty Unit Price Ext Price PART N- Bypass Pumping(MANDATORY) LS 1 $15,000.00 $15,000.00 UNANTICI ATED ALLOWANCES (ITEMS N1 THRU N2) Sub Total: $15,000.00 Empty No. Description Unit Qty Unit Price Ext Price *EACH 0 $0.00 $0.00 ADDITIVE ALTERNA rE MUST BE ON IT'S OWN SEPARAT CIVCAST FORM* Sub Total: $0.00 00 30 02COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder, U Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ZI Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: r u,CompanyName: V (typedorprinted) By� (sig afore attach evidence of authority to sign') .......... Name: ctiaries Winters (typed at,printed) Title: 5 Business address: 20440 GieWo Vista,Lot 3 San Antonio,TX 78255 Phone: 210,224.7920 Email: ahaws@winterscon.net END OF SECTION 003002-1 Compliance,to State Law on Nonresident Bidders 11-25-2013 roject No(s) E12127&E12129(REWD) North Beach Area Improvements—P 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER URCF SSSNG DIIVISIOON CITY OF CORPUS CHRISTI[ City of DISCLOSURE OF INTEREST C" 2 Chnsti 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: Winters Construction,Inc. P.O.BOX: STREET ADDRESS: 20"0 Cielo vista,Lot 3 CITY: San Antonio,Tx ZIP: 78255 - FIRM IS: 1. Corporation2. Partnership 3. 3. Sole Owner El4. 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) NIA NIA 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 NIA Title NIA 3. State the names of each"board member" of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name NIA 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 NIA NIA City of Corpus Christi 00 30 05-1 Disclosure of Interest ReV of-]3-2015 FILING REQUIREMENTS Ifa,person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest ofthe 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 trueandcorrect as of the date of this statement,that I have not knowingly withheld disclosure of any inf, atuon requested; and that supplemental statements will be promptly submitted to the City of Cc rhristy,Texas as changes occur. Certifying Person: Charles Wint s Title; FresidenI (Type or Print) Signature of Certifying Date: 9/11,/2018 Person: DEFINITION a. "Board member," A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,.Texas, b "Economic benefit"". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm."" Any entity operated for economic gain,whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division.Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest," legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity,. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 3tO 0 -2 Disclosure of Interest Rev 01-13-2016 003006 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER; City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: North Beach,Area Improvements(Bond 2012) (REBID) Project No(s) E12127& E12129 Bidder certifies that the it has not been a, party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with, any official or employee of the Owner as to quantity, quality, or Price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of vaWe for special consideration in the letting of a contract. Wn,Inc. 9� Company Name: Wint lnstr (typed or printed i 20 By: attach evidence of authority to sign) Name: Charles Winters (typed or printed) Title: President Business address: ri San Antonio,TX 78255 Phone: 210.224.792'0 Email: ahaws@winterscon.net END OF SECTION, Non-Collusion Certification 003006- 1 North Beach Area Improvements—Project No(s)E12127& E12129(REMD) 11-25-2013 Q* PENAL. SUM FORM V¢aisn NI$ QhV%Wrr.m. BID BOND Any singu,ler reference to Bidder,Surety,.Owner or other party shall be considered plural where applicable. BIDDER (Name and Address): Winters Construction,Inc, 20440 Cielo Vista,Lot 3 San Antonio,Texas 78255 SURETY(Name, and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford„CT 06183-9062 OWNER: City of Carpus Christi 1201 Leopard Street Corpus Christi,Texas 78401 BID Bid Clue Date: September 12,2018 Description:North Beach Area Road Improvements&Area Beautification Part 1(City Project E1.2127)and North Beach Breakwater,Plaza,North Shoreline Repair&Enhancement Part 2(City Project E12129) BON D Bond Number: 106457931 Cate: September 1.2,2018. Penal Bunn Five Percent of the Greatest Amount Bid including All Alternates 5% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms setforth below, do each cause this Bid Bond to beexec ed by an authorized officer, agent, or representative. BIDDER SURETY winters CanrstruZion, c. (Seal)' Travelers Casualt and Suret Com an of America (Seal) Winters Const uc. Bidder's N e and rp 'Sealy's Nannie and Corporate Seal � Suret p By. By. Sig ature S#atre (Attach Power of Attorney) � r r. �" "" ,.5 Maryanna S.Christensen Print Name Print Name � Jo L, ' Attornev1n Fa Tit "'? Tit Attest: f Attest �� ,. Signature Sig to Title ° �m J r n Title Attorney in Fact Note:Addresses are to be used for giving any required notice'. Provide execution by any additional parties, such asJoint venturers, if necessary. EJCOCO C-430,Bid Band(Penal Surto Form),Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 i I EJCDC FNPENAL SUM FORM GINBRS JOINT CONK Cr MC4MENf5 COMMMU 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any extension thereof agreed to in writing by Bidder and, if applicable,consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner,which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of anytime extension to issue Notice of Award agreed to in writing by Owner and Bidder,provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suitor action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suitor action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal,and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term"Bid"as used herein includes a Bid,offer, or proposal as applicable. EJCW C430,Bld Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 4 ......­—RAMN=NG�THIS PPR—ER 5IMT—TdRNEY IS`INVALID WmITIA"NON5011"F`TME—RED-1555RDER m­— 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,recognizaaces,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 duty attested and seated 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,,my 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 Attomeys-in-Fact for purposes only ofexecuting and attesting bonds and undertakings and other Writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed,and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Cbmpany,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 ates 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 TESTIMONV WHEREOF,I have hereunto set my hand and affixed the seats of said Companies this 12th day of SeDtemb r 20 t8 t Kevin E.Flughes,Assistant See tart' 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-Iii-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARMNG:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER C'Iy(-,G\ ,"I Report Created On:9/12/2018 2:20:04 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Arron Haws 09/11/2018 10:28:51 AM C'Iy(-,G\ ,"I Report Created On:9/12/2018 2:20:04 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E12127 and E12129 Specifications 9/07/2018 3:22:51 PM Plans E12127 and E12129 Plans 8/22/2018 11:03:04 AM Other E12127 and E12129 Bidders Worksheet 8/22/2018 10:42:24 AM Addenda E12127/E12129 Addendum No. 1 9/07/2018 3:16:04 PM Bidders Pre Bid Attendance Roster 8/31/2018 7:36:30 AM 00 52 23 AGREEMENT This Agreement, for the Project awarded on October 23,2018, is between the City of Corpus Christi (Owner) and Winters Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: North Beach Area Improvements(Bond 2012) Project No(s)E12127&E12129 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LJA Engineering, Inc. 820 Buffalo St. Corpus Christi,TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Jeff Edmonds, P.E.—Director of Engineering Services City of Corpus Christi—Engineering Services 4917 Holly Road#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 005223-1 North Beach Area Improvements—Project No(s) E12127& E12129 Rev 06-22-2016 Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Plus Add. Alts.#1 and#2 $ 2,001,890.68 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 North Beach Area Improvements—Project No(s) E12127& E12129 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 North Beach Area Improvements—Project No(s) E12127& E12129 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 North Beach Area Improvements—Project No(s) E12127& E12129 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 North Beach Area Improvements—Project No(s) E12127& E12129 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Dgitally signed by Rebecca Hb— Dlg'ally signed by.teff Edmonds Rebecca Huerta bb,,'y -H—,1o=Dnyor@bg scnnss DN Gn=Jreye@cEdmonds,O.om,Engineering. ou=Ctty Secretary,¢main-r¢b¢ccan@cct¢xas.com,mus email=jeffreye@GcteXaS.GOm,G=US Date.2018.11.09 15.08.10-08'00Date:2018.11.0913:42:56-06'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering M2018-203 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 10/23/18 RH/M L DN,tenYRM;Mdboy--CM1ySev¢fary ou=C,tyS¢cr¢tary maiLmunpual@cctaxaa.com,b=Ds Date.2018.11.09 15.04.06-OG'00' r i Dlgltelly sg-by Kent M¢Ilyer !/ DN:¢n'H¢nt M¢Ilyer o Du¢me'I"k¢ntm¢@¢¢t¢xes.¢Dm w o-US Det¢'.2918.11,0911:88:19­0 Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Christina lodes Digitally signed by Christina Rhodes L R(. Date:2018.11.0712:25:53-06'00' Winters Construction, Inc. Digitally signed by Charles Winters (Seal Below) By: Charles Winters Date:2018.11.0615:28:04-06'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 20440 Cielo Vista, Lot 3 Financial Officer Address San Antonio,TX 78255 City State Zip 210/224-7920 210-224-7924 Phone Fax ahaws@winterscon.net EMail END OF SECTION Agreement 005223-6 North Beach Area Improvements—Project No(s) E12127& E12129 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 106966313 Contractor as Principal Name: Winters Construction, Inc. Mailing address (principal place of business): 20444 Cielo Vista #3 San Antonio, TX 78255 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. E12127/ E12129 North Beach Area Road & Area Beautification (ReBid) Part 1 Bond 2012 and North Beach Breakwater, Plaza, North Shoreline Repair & Enhancement (ReBid) Part 2 Bond 2012 Award Date of the Contract: October 23, 2018 Contract Price: $2,001,890.68 Bond Date of Bond: October 30, 2018 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Travelers Casualty and Surety Company of America Mailing address (principal place of business): One Tower Square Hartford, CT 06183-9062 Physical address (principal place of business): One Tower Square Hartford, CT 06183-9062 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 800-421-3880 Telephone (for notice of claim): 267-675-3057 Local Agent for Surety Name: Keetch and Associates Insurance Address: 1718 Santa Fe St., Corpus Christi, TX 78404 Telephone: 361-883-3803 Email Address: rcptcc@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-8002523439 Performance Bond E12127/E12129 North Beach Area Improvements 006113-1 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 sam - - tent a if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas fo any ! -g• a ' '• ' . Contractor as 'rinci • . • struction, Inc. Signature: Surety - Travelers Casualty and Surety Comps of Ameri j Signature: A1.W °f,.,, Name: ..�i L Name: Paul W. Poettgen Title: P/li-,/) . Title: Attorney -in -Fact Email Address: 04.44, -.7g16 -5C 41.400W614) Email Address: BSICIaims@travelers.com . F) ?T (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E12127/E12129 North Beach Area Improvements 006113-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Paul W. Poettgen of San Antonio Texas , their true and lawful Attomey-in-Fact 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 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. i Robert L. Raney, Sefor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 moJv.:t. Q ' Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect. Dated this 30th day of October • 2018 G✓ f Kevin E. Hughes, Assi tent Secretary To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. TRAVELERS.? IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 Phone: 267-675-3057 Fax: 267-675-3102 Toll Free:800-253-3439 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. 00 6116 PAYMENT BOND BOND NO. 106966313 Contractor as Principal Name: Winters Construction, Inc. Mailing address (principal place of business): 20444 Cielo Vista #3 San Antonio, TX 78255 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. E12127/ E12129 North Beach Area Road & Area Beautification (ReBid) Part 1 Bond 2012 and North Beach Breakwater, Plaza, North Shoreline Repair & Enhancement (ReBid) Part 2 Bond 2012 Award Date of the Contract: October 23, 2018 Contract Price: 52,001,890.68 Bond Date of Bond: October 30, 2018 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Travelers Casualty and Surety Company of America Mailing address (principal place of business): One Tower Square Hartford, CT 06183-9062 Physical address (principal place of business): One Tower Square Hartford, CT 06183-9062 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 800-421-3880 Telephone (for notice of claim): 267-675-3057 Local Agent for Surety Name: Keetch and Associates Insurance Address: 1718 Santa Fe St., Corpus Christi, TX 78404 Telephone: 361-883-3803 Email Address: rcptcc@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Payment Bond Form Proj E12127/E12129 North Beach Area Improvements 006116-1 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. enu sa Ili - -xcl iv- ly in Nueces County, Texas for any legal action. Contractor as - rinci • : - Signature: i - C6ns uction, Inc. Surety - Travelers Casualty and Surety Comparrgt of Americ Signature: 4.44, Name: j4 %.gi3+f4 Name: Paul W. Poettgen Title: /1- /dO-c? Title: Attorney -in -Fact Email Address: ekc,,,,,„ ' Q Cak.for '€71/. Email Address: BSICIaims@travelers.com ,�C,--7- (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form Proj E12127/E12129 North Beach Area Improvements 006116-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Paul W. Poettgen of San Antonio Texas , their true and lawful Attorney -in -Fact 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 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. Robert L. Raney, Seftibr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. m My Commission expires the 30th day of June, 2021 � aA--t- t.I.TAteltlidi- Marie C. Tetreault, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Attomeys-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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect. Dated this 30th day of October 2018 Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 Phone: 267-675-3057 Fax: 267-675-3102 Toll Free:800-253-3439 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. 10/31/2018 Harding-Conley-Drawert Tinch Ins. Agency, Inc. 2161 N.W. Military Hwy., #210 San Antonio TX 78213 Lisa Tafolla (210) 647-0134 (210) 647-0138 lisa@hcdtbond.com Winters Construction, Inc. 20440 Cielo Vista, Lot 3 San Antonio TX 78255 Travelers Indemnity Company Travelers Property Casualty Co of America Travelers Indemnity Company of Connecticut Westchester Surplus Lines Insurance Company 18/19 mASTER W/ POLLUTION A CO 6K223351 03/01/2018 03/01/2019 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B BA 6K111709 03/01/2018 03/01/2019 1,000,000 A CUP 6K248462 03/01/2018 03/01/2019 3,000,000 3,000,000 C N UB 6K219012 03/01/2018 03/01/2019 1,000,000 1,000,000 1,000,000 D Pollution Liability G71126778 001 05/02/2018 05/02/2019 Each pollution condition $2,000,000 General Aggregate $2,000,000 Re: E12127/E12129 North Beach Area Road & Area Beautification Rebid - Part 1 North Beach Breakwater, Plaza, North Shoreline Repair and Enhancement Rebid - Part 2 City of Corpus Christi P.O. Box 9277 Corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Winters Construction, Inc. 00000370 Harding-Conley-Drawert Tinch Ins. Agency, Inc. 30 Certificate of Liability Insurance: Notes The General Liability and Auto policies contain a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder and others only when there is a contract between the named insured and the certificate holder that requires such status. The General Liability policy contains an endorsement with "Primary and Non-Contributory" wording. Blanket notice of cancellation to certificates holders endorsement providing for 30 days advance notice if the policy is canceled by the company other than for non-payment of premium, or 10 days notice after the policy is canceled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company.The endorsement does not provide for notice of cancellation to the certificate holder if the named insured requests cancellation. GL, Auto and Workers Compensation policies contain Waiver of subrogation endorsement to the certificate holder only when there is a contract between the named insured and the certificate holder that requires such status. The contractual liability coverage provided by the policies is standard and may not cover all liabilities assumed by the named insured its contract with the certificate holder. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: