Loading...
HomeMy WebLinkAboutC2019-455 - 7/16/2019 - Approved 00 52 23 AGREEMENT This Agreement,for the Project awarded on July 16, 2019, is between the City of Corpus Christi (Owner) and Reytec Construction Resources, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1-WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Everhart Road-Holly Road to South Padre Island Drive(Type B) Project No. 18014A ARTICLE 2-DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N.Shoreline Blvd.,Suite 1600N Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P,E.-Acting Construction Management Engineer 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 540 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 17.16 of the General Conditions within 570 days after the date when the Contract Times commence to run. cent-Faet-Ti-mes-comfaeoc-e4e-Fkifl C. 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 Agreement 00 52 23-1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF EVERHART ROAD HOLLY ROAD TO SOUTH PADRE ISLAND DRIVE (TYPE B Project No. 18014A FREESE NICH�LS 800 N. Shoreline Blvd. Suite 160ON Corpus Christi, Texas 78401-3717 Phone — (361) 561-6500 Fox — (361) 561-6501 S' �*a° City of ,®NICH .....®®aaaa..... ®NICHOLAS L C 2t1t 97391 Corpus E Christi Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 Record Drawing Number STR-946 March 22, 2019 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents (Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders (Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement (Rev 10-11-2018) 0061 13 Performance Bond (Rev 10-11-2018) 0061 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions (Rev 11-13-2018) 00 73 00 Supplementary Conditions (Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 0123 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment (Rev 10-11-2018) 01 3301 Submittal Register(Rev 10-11-2018) 01 3500 Special Procedures (Rev10-11-2018) 01 5000 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls (Rev 10-11-2018) Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures Table of Contents 000100- 1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 11/2018 Division/ Title Section 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025416 Seal Coat 025418 Surface Treatment 025424 Hot Mix Asphaltic Concrete Pavement 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 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings 025813 Preformed Thermoplastic Striping, Words, and Emblems 025816 Raised Pavement Markers 025818 Reference— Pavement Markers (Reflectorized) (TxDOT D-9-4200) 025828 Reference - Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe—ASTM 026206 Ductile Iron Pipe and Fittings Table of Contents 000100-2 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 11/2018 Division/ Title Section 026210 PVC Pipe -AWWA 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows—Bypass Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste From Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 027614 Cured in Place Pipe (CIPP) for Rehabilitation of Gravity Wastewater Line 028040 Sodding 028300 Fence Relocation 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 09 96 00.01 High-Performance Coatings 09 97 16 Pipeline Coatings and Linings 3123 33.16 Trenching and Backfill for 36"Waterline 33 01 10.03 Linestop/Plugging Large Diameter Water Lines 33 05 01.05 36" Bar-Wrapped Concrete Steel Cylinder Pipe and Fittings 33 1113.13 36" Steel Pipe and Fittings 33 3113.13 Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Gravity Sewer Pipe 34 41 13.00 Traffic Signal Standards and General Requirements Table of Contents 000100-3 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 11/2018 Division/ Title Section 34 41 13.13 Installation of Traffic Equipment 3441 16.23 Traffic Signal Cabinet and Assemblies 3441 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Vehicle Signal Heads 3441 16.63 Pedestrian Signals 34 41 16.93 Poles and Assemblies 3441 19.13 Electrical Services for Traffic Equipment 3441 19.73 Uninterruptible Power Supply 34 41 23.39 Radar Presence Detector 40 05 61 Gate Valves for 36"Waterline 40 05 78 Air Release and Air and Vacuum Valves Appendix Title A Geotechnical Report B City of Corpus Christi—Signalization Standard Product List C TCEQ—Leaking Petroleum Storage Tanks (LPST) END OF SECTION Table of Contents 000100-4 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 11/2018 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 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: Everhart Road—Holly Road to South Padre Island Drive (Type B) Project No. 18014A A. This Project includes full reconstruction of approximately 3,700' of arterial roadway and related improvements such as curb, sidewalk, traffic signals, storm water, water(including a transmission main), and wastewater(including a trunk line). The project also includes related coordination with private utility owners and with the City on existing utilities, as well as traffic control and sequencing. B. There are 2 bid options for this Project, Base Bid 1 (HMAC Pavement) and Base Bid 2 (Concrete Pavement). The Contractor may bid either or both options. Two Additive Alternates are included in each bid option. Additive Alternate 1 includes polyurethane coated steel pipe and fittings in lieu of bar-wrapped concrete cylinder pipe for the 36" water transmission main. Additive Alternate 2 includes fiberglass (glass-fiber-reinforced thermosetting-resin)gravity sewer pipe in lieu of PVC for the 30"wastewater trunk line. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $13,590,000 for the Base Bid. The Project is to be substantially complete and ready for operation within 540 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 any Additive Alternates. 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. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M.on Wednesday.April 24,2019 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. Invitation to Bid and Instructions to Bidders 002113- 1 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, 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 - Everhart Road—Holly Road to South Padre Island Drive (Type B), Project No. 18014A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard 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. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 10:30 A.M. on Tuesday,April 9, 2019 at the following location: City Hall Building, 3rd Floor Engineering SmartBoard 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. Invitation to Bid and Instructions to Bidders 002113-2 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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 6—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,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 Invitation to Bid and Instructions to Bidders 002113-3 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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 the Bid Security as an attachment to their bid. The original Bid Bond, 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 of this Section. 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. 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 2. 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. Invitation to Bid and Instructions to Bidders 002113-4 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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 in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 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 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 Invitation to Bid and Instructions to Bidders 002113-5 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid 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 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 will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. 15.02 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. 15.03 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. 15.04 The Bidder is required to submit bids for Additive Alternates#1 and#2. Any Bid submitted with a "No Bid" on Additive Alternates#1, and#2 will be considered a nonresponsive Bid. Invitation to Bid and Instructions to Bidders 002113-6 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 15.05 The Bids will be evaluated based on the following order of priority, subject to the availability of funds: A. Total Base Bid -OR- B. Total Base Bid plus Additive Alternates#1 -OR-#2 C. Total Base Bid plus Additive Alternates#1 and#2 ARTICLE 16—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 00 GENERAL CONDITIONS. 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 Article 6 of the Supplementary Conditions set 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 Engineering Services 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 executed Contract to the Owner within 10 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. 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. Invitation to Bid and Instructions to Bidders 002113-7 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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 00 GENERAL CONDITIONS. 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 or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award 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 be cause 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. 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. Invitation to Bid and Instructions to Bidders 002113-8 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 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 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 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) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or Invitation to Bid and Instructions to Bidders 002113-9 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 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 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Freese and Nichols, Inc. Tolunay-Wong Engineers, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Utilities (Water, Wastewater, Storm Water, Gas, conduit) b. Pavement for roadway, driveways, sidewalks c. Traffic signalization improvements d. Permanent striping and all lanes open to traffic 2. Only the following items not yet complete in accordance with the Contract Documents: a. Sodding for erosion control b. Permanent signage ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. Supplementary Conditions 007300- 1 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 65 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Geotechnical Engineering Services 18014A Everhart Road—SPID to Holly Road Corpus Christi, Texas. Prepared by Tolunay-Wong Engineers, Inc. March 20, 2019—See Appendix A—Geotechnical Report 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: Everhart Road — Holly Road to SPID TCEQ Sites. See Appendix C — TCEQ — Leaking Petroleum Storage Tanks (LPST) 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None Supplementary Conditions 007300-2 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit 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 ® 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 IN Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ® Not Required Supplementary Conditions 007300-3 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX190021 01/04/2019 TX21 Superseded General Decision Number: TX20180031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Supplementary Conditions 007300-4 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2 .58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7.68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Supplementary Conditions 007300-5 Everhart Road-Holly Road to South Padre Island Drive (Type B)-Project No. 18014A Rev 10/2018 Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Supplementary Conditions 007300-6 Everhart Road-Holly Road to South Padre Island Drive (Type B)-Project No. 18014A Rev 10/2018 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial Supplementary Conditions 007300-7 Everhart Road-Holly Road to South Padre Island Drive (Type B)-Project No. 18014A Rev 10/2018 contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION General Decision Number: TX190029 01/04/2019 TX29 Superseded General Decision Number: TX20180040 State: Texas Construction Type: Highway Supplementary Conditions 007300-8 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12. 64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10 . 69 Structures. . . . . . . . . . . . . . . . . .$ 13. 61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11.67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Supplementary Conditions 007300-9 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16.62 Single Axle. . . . . . . . . . . . . . . . .$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , Supplementary Conditions 007300- 10 Everhart Road-Holly Road to South Padre Island Drive (Type B)-Project No. 18014A Rev 10/2018 a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current Supplementary Conditions 007300- 11 Everhart Road-Holly Road to South Padre Island Drive (Type B)-Project No. 18014A Rev 10/2018 negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor Supplementary Conditions 007300- 12 Everhart Road-Holly Road to South Padre Island Drive (Type B)-Project No. 18014A Rev 10/2018 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Freese and Nichols, Inc. 361-561-6500 Nick Cecava, P.E., CFM 361-561-6517 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Supplementary Conditions 007300- 13 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 Public Agencies/Contacts Phone Number Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description REFER TO SECTION 01 33 01 SUBMITTAL REGISTER FOR THE REQUIRED SHOP DRAWING SUBMITTALS ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description REFER TO SECTION 01 33 01 SUBMITTAL REGISTER FOR THE REQUIRED RECORD DATA SUBMITTALS END OF SECTION Supplementary Conditions 007300- 14 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 009101 ADDENDUM NUMBER.4 Everhart Road-Holly Road to South Padre Island Project: Drive(Type B) Project Number 18014A Owner: City of Corpus Christi city Engineer: J.H.Edmonds,P.E. City of Corpus Christi Designer: Nicholas A.Cecava,P.E. Freese and Nichols,Inc. Addendum No. 4 Specification Section: 00 9101 Issue Date: 10 May,2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions,modifications or deletions to the Contract Documents described in this Addendum. Approved by: Nicholas A.Cecava,P.E. 10 May,2019 Name Date Addendum Items: �p,�E••••••��L�`,i9f/ Article 1:-Bidding Requirements-Attachments 1-3 Article 2:-Modifications to the Specifications °°••••••••°•••••••a"' / NICHOLAS A CECAVA „r or Technical Specifications-Attachment 4 00°°4040000*0000000t / iso 97391 �,� Article 3:-Modifications to the Drawings-Attachment 5 �!j F•' ENS�.10Ile •'��',�'� Article 4:-Clarifications 5-10-2019 Freese and Nichols, Inc- Texas Registered Engineering Firm F-2144 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Addendum No.4 009101-1 18014A—Everhart Road-Holly Road to South Padre Island Drive(Type B) Rev 02-22-2019 1.02 MODIFICATIONS TO TABLE OF CONTENTS A. Section 00 0100,Table of Contents: 1. DELETE: SECTION 00 0100 TABLE OF CONTENTS in its entirety. 2. ADD: SECTION 00 0100 TABLE OF CONTENTS (Attachment No. 1) 1.03 MODIFICATIONS TO THE BID FORM A. Section 00 30 01, Bid Form: 1. DELETE: SECTION 00 30 01 BID FORM (Base Bids 1 & 2) in its entirety. 2. ADD: SECTION 00 30 01 BID FORM (Base Bids 1 & 2) (Attachment No. 2) 1.04 MODIFICATIONS TO MEASUREMENT AND BASIS FOR PAYMENT A. SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT: 1. DELETE: SECTION 0129 01 Measurement and Basis for Payment in its entirety. 2. ADD: SECTION 0129 01 Measurement and Basis for Payment (Attachment No. 3) ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 MODIFICATIONS TO TECHNICAL SPECIFICATIONS A. SECTION 09 97 16—PIPELINE COATINGS AND LININGS 1. Section 2.02—EXTERIOR SHOP-APPLIED COATINGS DELETE PARAGRAPH 113.3.c: Shall be one of the following products, subject to review and acceptance of submitted product performance reports: 1). Protec II, Futura Coatings, Hazelwood, Missouri. 2). Chemtane 2265, Chemline, Inc, St. Louis, Missouri. 3.) Or Engineer approved equal. ADD PARAGRAPH 113.3.c: Coating shall be one of the following products, subject to review and acceptance: 1). Protec II [PW], Futura Coatings, Montgomeryville, PA. 2). Chemthane 2265, Chemline Inc., St. Louis, MO. Addendum No.4 009101-2 18014A—Everhart Road - Holly Road to South Padre Island Drive(Type B) Rev 02-22-2019 3). Polyclad 777, Carboline Global, St. Louis, MO. 4). Durashield 110 or Durashield 210, LifeLast, Pflugerville,TX. 5). No other substitutions allowed. B. SECTION 40 05 43—MISCELLANEOUS VALVES 1. ADD: SECTION 40 05 43—MISCELLANEOUS VALVES (Attachment No. 4) ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 MODIFICATIONS TO THE DRAWINGS A. DELETE the following drawings: Deleted Drawings Sheet 4 of 203—Base Bid 1 H.M.A.C. Pavement Estimated Quantities Summary and Testing Schedule Sheet 5 of 203—Base Bid 2 Concrete Pavement Estimated Quantities Summary and Testing Schedule B. ADD the following drawings: Added Drawings Sheet 4 of 203—Base Bid 1 H.M.A.C. Pavement Estimated Quantities Summary and Testing Schedule(Attachment No. 5) Sheet 5 of 203—Base Bid 2 Concrete Pavement Estimated Quantities Summary and Testing Schedule(Attachment No. 5) ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS AND ANSWERS 1. Question: The traffic control plan doesn't address the installation of the 36" waterline. phase 1A is to install the 36" gate valves at both ends of the 36"waterline. At what stage of the project the installation of the 36" waterline will take place between the two gate valves? Addendum No.4 009101-3 18014A—Everhart Road - Holly Road to South Padre Island Drive(Type B) Rev 02-22-2019 Answer: The 36"valves are required to shut down water and allow wastewater and other utility work throughout the project. Installation of the new 36"gate valves at Holly and SPID will occur in Phase 1A. Contractor will construct temporary pavement to reopen travel lanes after these 36"valves are installed. Installation of the new 36" waterline will occur in Phases 4 and 5. An additional 36"valve was added (Addendum 3) at Curtis Clark which will be installed in Phase 5. 2. Question: Please provide traffic control to install the 36"waterline. are we required to restore the road with temporary paving to open the road to traffic? Answer: See answer to Question#1 3. Question: Low profile concrete barriers shown on sheet 136 of 203 are there incidental to traffic control? Normally this should be a pay item. Will you please add one? Answer: Low Profile Concrete Barriers have been added as a bid item. See revised Section 00 30 01 Bid Form and Section 0129 01 Measurement and Basis for Payment (Addendum 4) 4. Question: On Sheet 2, Wastewater Note 7 states that"all wastewater manholes are to be 5 foot in diameter." The bid summary and the plans show some 5-foot diameter manholes, but most are 4-foot manholes shown. Which is correct? Answer: The wastewater manholes range in size from 4-foot to 8-foot diameters and are indicated in the drawings and Bid Form. 5. Question: Do both item numbers, 1-J7 (abandon in place existing 6" gas pipeline) & 1-J8 (abandon in place existing 8" gas pipeline), need to be grout filled abandonment, or just abandonment in place? Answer: Abandoned in place. Grout filling is not required. 6. Question: 1. For bid award analysis, how many lane miles are within this job? 2. Will the $100k per lane mile difference between asphalt and concrete be used for the basis of award or will/can this become a subject for debate such as on the Rodd Field Road job? Answer: Staff is recommending raising the differential to$125,000 per lane-mile. There are approximately 3.8 lane-miles on this project. Engineering will recommend Base Bid 2 —Concrete Pavement if it is within $475,000 of the total bid amount of Base Bid 1— HMAC. The total bid amount includes the Base Bid and any combination of alternates. Final award decisions are made by City Council. END OF ADDENDUM NO. 4 Addendum No.4 009101-4 18014A—Everhart Road - Holly Road to South Padre Island Drive(Type B) Rev 02-22-2019 ADDENDUM ATTACHMENT SHEET 1 OF 4 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents (Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders (Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement (Rev 10-11-2018) 0061 13 Performance Bond (Rev 10-11-2018) 0061 16 Payment Bond (Rev10-11-2018) 00 72 00 General Conditions (Rev 11-13-2018) 00 73 00 Supplementary Conditions (Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 0123 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment (Rev 10-11-2018) 01 3301 Submittal Register(Rev 10-11-2018) 01 3500 Special Procedures (Rev10-11-2018) 01 5000 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls (Rev10-11-2018) Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures Table of Contents 000100- 1 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 11/2018 ADDENDUM ATTACHMENT SHEET 2 OF 4 Division/ Title Section 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025416 Seal Coat 025418 Surface Treatment 025424 Hot Mix Asphaltic Concrete Pavement 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 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings 025813 Preformed Thermoplastic Striping, Words, and Emblems 025816 Raised Pavement Markers 025818 Reference— Pavement Markers (Reflectorized) (TxDOT D-9-4200) 025828 Reference - Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe—ASTM 026206 Ductile Iron Pipe and Fittings Table of Contents 000100-2 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 11/2018 ADDENDUM ATTACHMENT SHEET 3 OF 4 Division/ Title Section 026210 PVC Pipe -AWWA 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows—Bypass Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste From Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 027614 Cured in Place Pipe (CIPP)for Rehabilitation of Gravity Wastewater Line 028040 Sodding 028300 Fence Relocation 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 09 96 00.01 High-Performance Coatings 09 97 16 Pipeline Coatings and Linings 3123 33.16 Trenching and Backfill for 36"Waterline 33 01 10.03 Linestop/Plugging Large Diameter Water Lines 33 05 01.05 36" Bar-Wrapped Concrete Steel Cylinder Pipe and Fittings 33 1113.13 36" Steel Pipe and Fittings 33 3113.13 Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Gravity Sewer Pipe 34 41 13.00 Traffic Signal Standards and General Requirements Table of Contents 000100-3 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 11/2018 ADDENDUM ATTACHMENT SHEET 4 OF 4 Division/ Title Section 34 41 13.13 Installation of Traffic Equipment 3441 16.23 Traffic Signal Cabinet and Assemblies 3441 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Vehicle Signal Heads 3441 16.63 Pedestrian Signals 34 41 16.93 Poles and Assemblies 3441 19.13 Electrical Services for Traffic Equipment 3441 19.73 Uninterruptible Power Supply 34 41 23.39 Radar Presence Detector 40 05 61 Gate Valves for 36"Waterline 40 05 43 Miscellaneous Valves 40 05 78 Air Release and Air and Vacuum Valves Appendix Title A Geotechnical Report B City of Corpus Christi—Signalization Standard Product List C TCEQ—Leaking Petroleum Storage Tanks (LPST) END OF SECTION Table of Contents 000100-4 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 11/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 1 OF 18 Project Name: Everhart Road—Holly Road to South Padre Island Drive(Type B) Project Number: 18014A Owner: City of Corpus Christi Bidder: OAR: TBID Desil= Freese and Nichols, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid 1 - HMAC Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-A1 Mobilization (Max 5% Part A) LS 1 1-A2 Bonds and Insurance LS 1 1-A3 Clear Right-of-Way AC 6.7 1-A4 Ozone Day DAY 4 1-A5 Survey Monument EA 2 1-A6 Traffic Control Mobilization/Adjustments LS 1 1-A7 Traffic Control Items(Signs,Barricades,Channelizing Devices,etc.) MO 18 1-A8 Arrow Boards for Traffic Control EA 4 1-A9 Message Boards for Traffic Control (Full Matrix) EA 4 1-A10 Temporary Signalization for Traffic Control LS 1 1-A11 Temporary Pavement for Travel Lanes SY 3000 1-Al2 Block Sodding SY 878 1-A13 ISilt Fence for Storm Water Pollution Prevention LF 6100 1-A14 Curb Inlet Protection EA 28 1-A15 Storm Water Pollution Prevention Plan LS 1 1-A16 Low Profile Concrete Barriers LF 500 SUBTOTAL PART A-GENERAL(Items Al thru A16) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-131 Mobilization (Max 5% Part B) LS 1 1-132 Schedule Impacts(Part B-Street Improvements) LS 1 1-133 Street Excavation SY 26802 1-134 12" Compacted Subgrade SY 26802 1-135 14" Crushed Limestone Flexible Base (Type A,Gr. 1-2) SY 26802 1-136 Prime Coat(0.15 GAL/SY) GAL 3538 1-137 3" HMACP (Type D)Surface Course SY 23247 1-138 4.5" HMACP (Type B) Base Course SY 23584 1-139 Geogrid (Tensar TX-5) SY 53604 1-B10 6"Concrete Driveway(Class A) SF 10704 1-B11 6"Concrete Driveway(Class HES) SF 3000 1-1312 11" Concrete Median SF 3031 1-1313 6"Concrete Pavement SF 1 1122 1-1314 6" Header Curb(Type B) LF 100 Bid Form-Base Bid 1 H MAC 00 30 01- Page 1 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 2 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-B15 Concrete Wheel Stops EA 50 1-1316 Unanticipated Concrete Driveway Removal SF 250 1-1317 Asphalt Pavement Repair(Type 1) SY 500 1-1318 Asphalt Pavement Repair(Parking Lots) SF 2269 1-1319 4"Thick Colored Stamped Concrete SF 2383 1-1320 4"Thick Concrete Pavement SF 441 1-1321 Concrete Valley Gutter LF 6 1-1322 Adjust Existing Manhole to Finish Grade EA 10 1-B23 Prefab Pavement Marking Type C(W) (ARROW) EA 29 1-B24 Prefab. Pavement Marking Type C(W) (ONLY) EA 11 1-B25 Refl. Pavement Marking Type 1 (Y) (4") (BROKEN) LF 880 1-B26 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 5176 1-B27 Refl. Pavement Marking Type 1 (Y) (4") (DBL) (SOLID) LF 931 1-B28 Refl. Pavement Marking Type 1 (W) (4") (SOLID) LF 1770 1-B29 Refl. Pavement Marking Type 1 (W) (8") (SOLID) LF 1620 1-B30 Prefab. Pavement Marking Type C(W) (24") (SOLID) LF 235 1-1331 TY II-C Raised Pavement Marker(Reflectorized) EA 170 1-1332 TY II-A-A Raised Pavement Marker(Reflectorized) EA 130 1-1333 Street Sign Assembly w/9" Blades(Green)and Stop Sign EA 5 1-1334 Stop Sign Only EA 2 1-1335 Regulatory Sign EA 23 1-1336 Warning Sign EA 11 1-1337 Other Signs EA 4 Allowance for Unanticipated Street-Related 1-1338 Improvements LS 1 $ 50,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 61 thru B38) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Mobilization (Max 5% Part C) LS 1 1-C2 9"Concrete Bus Stop Pad SF 5005 1-C3 5" Pedestrian Concrete Bus Stop Pad SF 1350 SUBTOTAL PART C-RTA IMPROVEMENTS(Items C1 thru 0) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Mobilization (Max 5% Part D) LS 1 1-D2 4"Thick Concrete Sidewalk SF 25,762 1-D3 Concrete Curb Ramp SF 2,165 1-D4 Sidewalk Retaining Curb LF 1,300 1-D5 prefab. Pvmt Marking Type C(W) (Crosswalk) (10' Wide) LF 150 1-D6 Prefab. Pvmt Marking Type C(W) (Diagonal Crosswalk) LF 270 (10' Wide) 1-D7 Unanticipated Concrete Sidewalk Removal SF 250 1-D8 JAIlowance for Unanticipated ADA Improvements LS 1 $ 15,000.00 SUBTOTAL PART D-ADA IMPROVEMENTS(D1 THRU D8) Bid Form-Base Bid 1 H MAC 00 30 01- Page 2 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 3 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part E-I.T. IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Mobilization (Max 5% Part E) LS 1 1-E2 2" PVC Schedule 40 IT Conduit with Mule Tape LF 3800 1-E3 24"x36"x24" Pullbox(Handhole) EA 7 SUBTOTAL PART E-I.T.IMPROVEMENTS(E1 THRU E3) Part F-SIGNALIZATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 Mobilization (Max 5% Part F) LS 1 1-F2 Drill Shaft(Trf.Sig. Pole) (24") LF 60 1-F3 Drill Shaft(Trf.Sig. Pole) (30") LF 26 1-F4 Drill Shaft(Trf.Sig. Pole) (36") LF 89 1-F5 Conduit(PVC) (Sch.40) (2") LF 230 1-F6 Conduit(PVC) (Sch.40) (2") (Bore) LF 994 1-F7 Conduit(PVC) (Sch.40) (3") LF 221 1-F8 Conduit(PVC) (Sch.40) (4") LF 62 1-F9 Conduit(PVC) (Sch.40) (4") (Bore) LF 994 1-F10 Elec.Condr. (No. 6) Bare LF 121 1-F11 Elec.Condr. (No. 6) Insulated LF 242 1-F12 Elec.Condr. (No.8) Insulated LF 1176 1-F13 Tray Cable(4 Condr.) (12 AWG) LF 125 1-F14 Ground Box Type D (162922)W/Apron EA 14 Remove and Salvage Flashing Beacon Assembly(School 1-F15 EA 2 Zone) 1-F16 Install Highway Traffic Signal (Upgrade) Holly EA 1 1-F17 Install Highway Traffic Signal (Isolated) Bonner&Corona EA 2 1-F18 Back Plate(12") (3 SEC) EA 24 1-F19 Back Plate(12") (4 SEC) EA 10 1-F20 Veh. Sig.Sec. (12") LED (Grn.) EA 24 1-F21 Veh. Sig.Sec. (12") LED (Yel. ) EA 24 1-F22 Veh. Sig.Sec. (12") LED (Red ) EA 24 1-F23 Veh. Sig.Sec. (12") LED (Grn.Arrow) EA 10 1-F24 Veh. Sig.Sec. (12") LED (Yel.Arrow) EA 20 1-F25 Veh. Sig.Sec. (12") LED (Red Arrow) EA 10 1-F26 Trf. Sig.Cbl. (Type A) (12 AWG) (2 Condr.) LF 3365 1-F27 Trf. Sig.Cbl. (Type A) (14 AWG) (4 Condr.) LF 555 1-F28 Trf. Sig.Cbl. (Type A) (14 AWG) (7 Condr.) LF 551 1-F29 Trf. Sig.Cbl. (Type A) (14 AWG) (16 Condr.) LF 1670 1-F30 Ins.Trf.Sig. PL AM (S) 1 Arm (28') EA 2 1-F31 Ins.Trf.Sig. PL AM (S) 1 Arm (36') EA 1 1-F32 Ins.Trf.Sig. PL AM (S) 1 Arm (36') Lum. (Installation Only EA 1 -Corona Intersection) 1-F33 Ins.Trf.Sig. PL AM (S) 1 Arm (40') EA 1 1-F34 Ins.Trf.Sig. PL AM (S) 1 Arm (40') (Installation Only- EA 1 Corona Intersection) 1-F35 Ins.Trf.Sig. PL AM (S) 1 Arm (44') (Installation Only- EA 2 Corona Intersection) 1-F36 Ped. Detect Push Button (APS)w/R10-3E sign EA 24 1-F37 I Ped. Sig.Sec. (LED) (Countdown) EA 24 Bid Form-Base Bid 1 H MAC 00 30 01- Page 3 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 4 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-F38 Ped. Pole Assembly EA 8 1-F39 Radar Presence Detector EA 8 1-F40 Radar Presence Detector(Installation Only-Corona EA 4 Intersection) 1-F41 Radar Presence Detector Comm.Cable LF 1670 1-F42 Mast Arm Damping Plate EA 12 1-F43 Camera PTZ(Petco Spectra Enhanced Series) EA 3 1-F44 Ethernet Cable CAT 6 for PTZ LF 316 1-F45 Electrical Service-Holly Intersection EA 1 1-F46 Electrical Service-Bonner Intersection EA 1 1-F47 Electrical Service-Corona Intersection EA 1 1-F48 Controller Cabinet(TS-2)with Extension EA 3 1-F49 Controller Foundation EA 3 1-F50 Controller Econolite Cobalt EA 3 1-F51 Ethernet 4000 Switch and Power Supply EA 3 1-F52 Uninterruptible Power Supply with Cabinet EA 3 1-F53 Acyclica Road Trend, Power/Comm Cable and 2.4GHz EA 3 Antenna Allowance for Unanticipated Signalization 1-F54 Improvements LS 1 $ 25,000.00 SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(F1 thru F54) Part G-STORM WATER DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 Mobilization (Max 5% Part G) LS 1 Schedule Impacts(Part G-Storm Water Drainage 1-G2 Improvements) LS 1 1-G3 18" Dia. RCP (Class III) LF 700 1-G4 24" Dia. RCP (Class III) LF 2367 1-G5 24" Dia. RCP (Class IV) LF 310 1-G6 27" Dia. RCP (Class III) LF 645 1-G7 30" Dia. RCP (Class III) LF 92 1-G8 33" Dia. RCP (Class III) LF 24 1-G9 42" Dia. RCP (Class III) LF 30 1-G10 Tie-In Existing 18" Dia. RCP EA 2 1-G11 Tie-In Existing 24" Dia. RCP EA 1 1-G12 Tie-In Existing 27" Dia. RCP EA 1 1-G13 Tie-In Existing 30" Dia. RCP EA 1 1-G14 Tie-In Existing 33" Dia. RCP EA 1 1-G15 Tie-In Existing 42" Dia. RCP EA 1 1-G16 Tie-In to Proposed Inlet EA 1 1-G17 Tie-In to Proposed Manhole EA 2 1-G18 Sidewalk Drain EA 5 1-G19 5' Standard Curb Inlet EA 14 1-G20 5' Special Curb Inlet EA 4 1-G21 10' Standard Curb Inlet EA 2 1-G22 4' Dia.Concrete Storm Water Manhole (Type W) EA 1 �1�-G235' Dia.Concrete Storm Water Manhole (Type W) EA 3 1-G24 6' Dia.Concrete Storm Water Manhole (Type W) EA 1 2 Bid Form-Base Bid 1 H MAC 00 30 01- Page 4 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 5 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-G25 Concrete Storm Water Manhole(Type 'B') EA 1 1-G26 Concrete Storm Water Manhole(Type 'C') EA 10 1-G27 Remove and Replace Existing Curb Inlet Top w/New Top EA 1 1-G28 6"Concrete Curb and Gutter LF 7000 1-G29 6"Concrete Curb LF 44 1-G30 Trench Safety for Storm Water Conduits LF 4168 Trench Safety for Storm Water Manhole,Junction Box, 1-G31 EA 37 and Inlets 1-G32 Allowance for Unanticipated Storm Water LS 1 Improvements $ 50,000.00 SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(G1 THRU G32) Part H-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-H1 Mobilization (Max 5% Part H) LS 1 1-H2 Schedule Impacts(Part H -Water Improvements) LS 1 1-H3 6" Dia.C900 PVC Waterline(DR 18) LF 66 1-H4 6" Dia. D.I.Waterline LF 697 1-H5 6"Tie-In Connection EA 8 1-H6 6" Dia.45° D.I. Bend EA 24 1-H7 6"Gate Valve with Box and Cover EA 1 1-H8 8" Dia.C900 PVC Waterline(DR 18) LF 3790 1-H9 8" Dia. D.I.Waterline LF 583 1-H10 8" Dia.45° D.I. Bend EA 53 1-H11 8"Gate Valve with Box and Cover EA 21 1-H12 8"Tie-in Connection EA 6 1-H13 8"x 8" D.I.Tee EA 10 1-H14 8"x 6" D.I.Tee EA 1 1-H15 8"x 6" D.I. Reducer EA 5 1-H16 12" Dia.C900 PVC Waterline (DR 18) LF 21 1-H17 12" Dia.45° D.I. Bend EA 2 1-H18 12" Gate Valve with Box and Cover EA 1 1-H19 12"Tie-in Connection EA 1 1-H2O 16" Dia.C900 PVC Waterline (DR 18) LF 75 1-H21 16" Dia. D.I.Waterline LF 110 1-H22 16" Dia.45° D.I. Bend EA 6 1-H23 16" Dia. D.I.Wye EA 2 1-H24 16" Dia. Plug EA 2 1-H25 16" Gate Valve with Box and Cover EA 5 1-H26 16"X 6" D.I. Reducer EA 2 1-H27 16"X 8" D.I. Reducer EA 3 1-H28 16"X 12" D.I. Reducer EA 1 1-H29 16"X 16"Tee EA 2 1-H30 16"X 8" Cross EA 1 1-H31 36" Dia.AWWA C303 BWCCP Class 150 LF 3652 1-H32 36" Horiz.Gate Valve with 6' Dia. Manhole EA 3 1-H33 18" Dia.Steel Casing Pipe(Open Cut) LF 24 1-H34 48" Dia.Steel Casing Pipe(Open Cut) LF 56 Bid Form-Base Bid 1 H MAC 00 30 01- Page 5 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 6 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-H35 36" Dia.Temporary Test Plug EA 1 1-H36 Remove Existing 36"Valve Assembly and Vault EA 2 1-H37 3"Combination Air Valve and Manhole EA 1 1-H38 36"x 16"Cross EA 1 1-H39 36"x 16"Tee EA 2 1-H40 36"Tie-in Connection EA 2 1-H41 36" Water Line Stop EA 2 1-H42 Fire Hydrant Assembly(Type 1) EA 12 1-H43 Fire Hydrant Assembly(Type 2) EA 13 1-H44 Remove and Replace Existing Fire Hydrant Assembly EA 1 1-H45 Adjust Exist. Water Valve Box to Finish Grade EA 6 1-H46 1"Water Service EA 10 1-H47 JTrench Safety for Waterlines LF 5045 1-H48 JAIlowance for Unanticipated Water Improvements LS 1 $ 50,000.00 SUBTOTAL PART H-WATER IMPROVEMENTS(1-111 THRU H48) Part I-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Mobilization (Max 5% Part 1) LS 1 1-12 Schedule Impacts(Part I -Wastewater Improvements) LS 1 1-13 6" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line LF 77 (12'-14' Depth) 1-14 6" Dia.Tie-in Connection EA 5 1-15 6" Dia.Tie-in to Existing Manhole EA 1 1-16 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (0'- 6' Depth) LF 322 1-17 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (6'- 8' Depth) LF 48 1-18 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (8'- 10' Depth) LF 21 1-19 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (10'-12' Depth) LF 566 1-110 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (12'-14' Depth) LF 792 1-111 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (14'-16' Depth) LF 100 1-112 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (16'-18' Depth) LF 9 1-113 8" Dia.Tie-in Connection EA 10 1-114 8" Dia.Tie-in to Existing Manhole EA 3 10" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 1-115 (14'-16' Depth) LF 271 10" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 1-116 (16'-18' Depth) LF 372 1-117 10" Dia.Tie-in to Existing Manhole EA 1 30" Dia. PVC (PS115,ASTM F679)Wastewater Gravity 1-118 Line (16'-18' Depth) LF 512 Bid Form-Base Bid 1 H MAC 00 30 01- Page 6 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 7 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 30" Dia. PVC (PS115,ASTM F679)Wastewater Gravity 1-119 Line (18'-20' Depth) LF 665 36" Dia. PVC (PS115,ASTM F679)Wastewater Gravity 1-120 Line (18'-20' Depth) LF 34 Rehab Existing 36" Dia.VCP Wastewater Gravity Line 1-121 with C.I.P.P. LF 295 1-122 4' Dia. Fiberglass Manhole (<6' Depth) EA 17 1-123 5' Dia. Fiberglass Manhole (<6' Depth) EA 6 1-124 6' Dia. Fiberglass Manhole (<6' Depth) EA 1 1-125 8' Dia. Fiberglass Manhole (<6' Depth) EA 1 1-126 Rehabilitate Existing Brick Manhole EA 3 1-127 Extra Depth for Manhole (Over 6' Depth) VF 275 1-128 Bypass Pumping of Raw Sewage LS 1 1-129 Remove Existing Wastewater Line LF 3067 1-130 Remove Existing Manhole EA 10 1-131 Remove Existing Manhole Cut and Plug at ROW Line EA 1 1-132 Remove Existing Manhole Top and Cap EA 2 Grout Fill and Abandon Existing 10"VCP Wastewater 1-133 Gravity Line LF 651 Grout Fill and Abandon Existing 18"VCP Wastewater 1-134 Gravity Line LF 1180 1-135 Trench Safety for Wastewater Lines LF 3789 1-136 Trench Safety for Wastewater Manhole EA 28 1-137 Well Point Dewatering LF 1963 1-138 Wastewater Service Connections EA 12 1-139 Allowance for Unanticipated Wastewater Improvements LS 1 1 $ 100,000.00 SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(11 THRU 139) Part J-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-J1 Mobilization (Max 5% Part J) LS 1 1-J2 Schedule Impacts(Part J -Gas Improvements) LS 1 1-J3 Trenching/Backfilling for Gas Lines(2"-6" Dia.) LF 1065 1-J4 Trenching/Backfilling for Gas Lines(8" Dia.) LF 3685 1-J5 Adjust Existing Gas Valve Boxes To Finish Grade EA 10 1-J6 Remove Existing Gas Lines LF 565 1-J7 Abandon in Place Existing 6" Gas Line LF 500 1-J8 Abandon in Place Existing 8" Gas Line LF 3685 SUBTOTAL PART J-GAS LINE IMPROVEMENTS (J1 THRU J8) Part K-ENVIRONMENTAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) JAllowance for Unanticipated Disposal of Contaminated 1-K1 Soil or Groundwater LS 1 $ 25,000.00 SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS(K1) Bid Form-Base Bid 1 H MAC 00 30 01- Page 7 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 8 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part L-ADDITIVE ALTERNATE NO. 1(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-1_1 Mobilization (Max 5% Part L) EA 1 1-1_2 36" Dia.AWWA C200 Polyurethane Coated Steel Pipe LF 3652 Class 150 1-1_3 36"x 16"Tee EA 2 1-1_4 36"x 16"Cross EA 1 1-L5 DEDUCT: 36" Dia.AWWA C303 BWCCP Class 150(Item LF (3652) H31) 1-1_6 DEDUCT: 36"x 16"Cross (Item H38) EA (1) 1-1_7 DEDUCT: 36"x 16"Tee (Item H39) EA (2) SUBTOTAL PART L-ADDITIVE ALTERNATE NO. 1(L1 THRU L7) Part M-ADDITIVE ALTERNATE NO.2 (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-M1 Mobilization (Max 5% Part M) EA 1 30" Dia. FRP Class SN 72 Wastewater Gravity Line(16'- 1-M2 18' Depth) LF 512 30" Dia. FRP Class SN 72 Wastewater Gravity Line (18'- 1-M3 20' Depth) LF 665 DEDUCT: 30" Dia. PVC (PS115,ASTM F679)Wastewater 1-M4 Gravity Line (16-18' Depth) (Item 117) LF (512) DEDUCT: 30" Dia. PVC (PS115,ASTM F679)Wastewater 1-M5 Gravity Line (18'-20' Depth) (Item 118) LF (665) SUBTOTAL PART M-ADDITIVE ALTERNATE NO.2(M1 THRU M5) Part N-DEDUCTIVE ALTERNATE NO.3(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) DEDUCT: Schedule Impacts(Part B-Street 1-N1 Improvements) (Item 32) LS (1) DEDUCT: Schedule Impacts(Part G -Storm Water 1-N2 Drainage Improvements) (Item G2) LS (1) DEDUCT: Schedule Impacts(Part H -Water 1-N3 Improvements) (Item H2) LS (1) DEDUCT: Schedule Impacts(Part I -Wastewater 1-N4 Improvements) (Item 12) LS (1) 1-N5 DEDUCT: Schedule Impacts(Part J -Gas Improvements) LS (1) (Item J2) SUBTOTAL PART N-DEDUCTIVE ALTERNATE NO.3(N1 THRU N5) Bid Form-Base Bid 1 H MAC 00 30 01- Page 8 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 9 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY - BASE BID 1 HMAC SUBTOTAL PART A-GENERAL(Items Al thru A16) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B38) SUBTOTAL PART C-RTA IMPROVEMENTS(Items C1 thru C3) SUBTOTAL PART D-ADA IMPROVEMENTS(Items D1 thru D8) SUBTOTAL PART E-I.T. IMPROVEMENTS(Items E1 thru E3) SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(Item F1 thru F54) SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(Items G1 thru G32) SUBTOTAL PART H -WATER IMPROVEMENTS(Items H1 thru H48) SUBTOTAL PART I -WASTEWATER IMPROVEMENTS(Items 11 thru 139) SUBTOTAL PARTJ -GAS IMPROVEMENTS(Items J1 thru J8) SUBTOTAL PART K- ENVIRONMENTAL IMPROVEMENTS(Item K1) TOTAL PROJECT BASE BID(PARTS A THRU K) SUBTOTAL PART L-ADDITIVE ALTERNATE NO. 1 (Items L1 thru L7) SUBTOTAL PART M -ADDITIVE ALTERNATE NO. 2 (Items M1 thru M5) SUBTOTAL PART N -DEDUCTIVE ALTERNATE NO.3 (Items N1 thru N5) TOTAL PROJECT ALTERNATES NO. 1,2,AND 3(PARTS L THRU N) Bid Form-Base Bid 1 H MAC 00 30 01- Page 9 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 10 OF 18 Project Name: Everhart Road—Holly Road to South Padre Island Drive(Type B) Project Number: 18014A Owner: City of Corpus Christi Bidder: OAR: TBID Designer: Freese and Nichols, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid 2 - Concrete Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 Mobilization (Max 5% Part A) LS 1 2-A2 Bonds and Insurance LS 1 2-A3 Clear Right-of-Way AC 6.7 2-A4 Ozone Day DAY 4 2-A5 Survey Monument EA 2 2-A6 Traffic Control Mobilization/Adjustments LS 1 2-A7 Traffic Control Items(Signs,Barricades,Channelizing MO Devices,etc.) 18 2-A8 Arrow Boards for Traffic Control EA 4 2-A9 I Message Boards for Traffic Control (Full Matrix) EA 4 2-A10 Temporary Signalization for Traffic Control LS 1 2-A11 Temporary Pavement for Travel Lanes SY 3000 2-Al2 Block Sodding SY 878 2-A13 Silt Fence for Storm Water Pollution Prevention LF 6100 2-A14 JCurb Inlet Protection EA 28 2-A15 IStorm Water Pollution Prevention Plan LS 1 2-A16 Low Profile Concrete Barriers LF 500 SUBTOTAL PART A-GENERAL(Items Al thru A16) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-131 Mobilization (Max 5% Part B) LS 1 2-132 Schedule Impacts(Part B-Street Improvements) LS 1 2-133 Street Excavation SY 26229 2-134 12" Compacted Subgrade SY 26229 2-135 7"Crushed Limestone Flexible Base(Type A,Gr. 1-2) SY 26229 2-136 9"Thick Continuously Reinforced Concrete Pavement SY 25736 2-137 3" HMACP (Type D)Surface Course SY 392 2-138 4.5" HMACP (Type B) Base Course SY 392 2-139 Geogrid (Tensar TX-5) SY 850 2-1310 14" Crushed Limestone Flexible Base (Type A,Gr. 1-2) SY 425 2-1311 Prime Coat(0.15 GAL/SY) GAL 60 2-B12 6"Concrete Driveway(Class A) SF 10704 2-1313 6"Concrete Driveway(Class HES) SF 3000 2-1314 8"Concrete Median SF 3031 Bid Form-Base Bid 2 Concrete 00 30 01- Page 1 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 11 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-1315 6"Concrete Pavement SF 1122 2-1316 6" Header Curb(Type B) LF 100 2-B17 Concrete Wheel Stops EA 50 2-618 Unanticipated Concrete Driveway Removal SF 250 2-1319 Asphalt Pavement Repair(Type 1) SY 500 2-1320 Asphalt Pavement Repair(Parking Lots) SF 2269 2-1321 4"Thick Colored Stamped Concrete SF 2383 2-1322 4"Thick Concrete Pavement SF 441 2-1323 Concrete Valley Gutter LF 6 2-1324 Adjust Existing Manhole to Finish Grade EA 10 Prefab Pavement Marking Type C(W) (ARROW)with 2 625 Primer-Sealer EA 29 Prefab. Pavement Marking Type C(W) (ONLY)with 2 626 Primer-Sealer EA 11 Refl. Pavement Marking Type 1 (Y) (4") (BROKEN)with 2 627 Primer-Sealer LF 880 Refl. Pavement Marking Type 1 (Y) (4") (SOLID)with 2 628 Primer-Sealer LF 5176 Refl. Pavement Marking Type 1 (Y) (4") (DBL) (SOLID) 2 629 with Primer-Sealer LF 931 Refl. Pavement Marking Type 1 (W) (4") (SOLID)with 2-1330 primer-Sealer LF 1770 Refl. Pavement Marking Type 1 (W) (8") (SOLID)with 2-1331 primer-Sealer LF 1620 Prefab. Pavement Marking Type C(W) (24") (SOLID)with 2 632 Primer-Sealer LF 235 2-1333 ITY II-C Raised Pavement Marker(Reflectorized) EA 170 2-1334 TY II-A-A Raised Pavement Marker(Reflectorized) EA 130 2-1335 Street Sign Assembly w/9" Blades(Green)and Stop Sign EA 5 2-1336 Stop Sign Only EA 2 2-1337 Regulatory Sign EA 23 2-1338 Warning Sign EA 11 2-1339 Other Signs EA 4 Allowance for Unanticipated Street-Related 2-1340 Improvements LS 1 $ 50,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 61 thru B40) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 I Mobilization (Max 5% Part C) LS 1 2-C2 5" Pedestrian Concrete Bus Stop Pad SF 1350 SUBTOTAL PART C-RTA IMPROVEMENTS(Item C1 THRU C2) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Mobilization (Max 5% Part D) LS 1 2-D2 4"Thick Concrete Sidewalk SF 25,762 2-D3 Concrete Curb Ramp SF 2,165 2-D4 Sidewalk Retaining Curb LF 1,300 Bid Form-Base Bid 2 Concrete 00 30 01- Page 2 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 12 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-D5 Prefab. Pvmt Marking Type C(W) (Crosswalk) (10' Wide) LF 150 with Primer-Sealer 2-D6 Prefab. Pvmt Marking Type C(W) (Diagonal Crosswalk) LF 270 (10' Wide)with Primer-Sealer 2-D7 I Unanticipated Concrete Sidewalk Removal SF 250 2-D8 JAIlowance for Unanticipated ADA Improvements LS 1 $ 15,000.00 SUBTOTAL PART D-ADA IMPROVEMENTS(D1 THRU D8) Part E-I.T. IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Mobilization (Max 5% Part E) LS 1 2-E2 2" PVC Schedule 40 IT Conduit with Mule Tape LF 3800 2-E3 24"x36"x24" Pullbox(Handhole) EA 7 SUBTOTAL PART E-I.T.IMPROVEMENTS(E1 THRU E3) Part F-SIGNALIZATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 Mobilization (Max 5% Part F) LS 1 2-F2 Drill Shaft(Trf.Sig. Pole) (24") LF 60 2-F3 Drill Shaft(Trf.Sig. Pole) (30") LF 26 2-F4 Drill Shaft(Trf.Sig. Pole) (36") LF 89 2-F5 Conduit(PVC) (Sch.40) (2") LF 230 2-F6 Conduit(PVC) (Sch.40) (2") (Bore) LF 994 2-F7 Conduit(PVC) (Sch.40) (3") LF 221 2-F8 Conduit(PVC) (Sch.40) (4") LF 62 2-F9 Conduit(PVC) (Sch.40) (4") (Bore) LF 994 2-F10 Elec.Condr. (No. 6) Bare LF 121 2-F11 Elec.Condr. (No. 6) Insulated LF 242 2-F12 Elec.Condr. (No.8) Insulated LF 1176 2-F13 Tray Cable(4 Condr.) (12 AWG) LF 125 2-F14 Ground Box Type D (162922)W/Apron EA 14 2-F15 Remove and Salvage Flashing Beacon Assembly(School EA 2 Zone) 2-F16 Install Highway Traffic Signal (Upgrade) Holly EA 1 2-F17 Install Highway Traffic Signal (Isolated) Bonner&Corona EA 2 2-F18 Back Plate(12") (3 SEC) EA 24 2-F19 Back Plate(12") (4 SEC) EA 10 2-F20 Veh. Sig.Sec. (12") LED (Grn.) EA 24 2-F21 Veh. Sig.Sec. (12") LED (Yel. ) EA 24 2-F22 Veh. Sig.Sec. (12") LED (Red ) EA 24 2-F23 Veh. Sig.Sec. (12") LED (Grn.Arrow) EA 10 2-F24 Veh. Sig.Sec. (12") LED (Yel.Arrow) EA 20 2-F25 Veh. Sig.Sec. (12") LED (Red Arrow) EA 10 2-F26 Trf. Sig.Cbl. (Type A) (12 AWG) (2 Condr.) LF 3365 2-F27 Trf. Sig.Cbl. (Type A) (14 AWG) (4 Condr.) LF 555 2-F28 Trf. Sig.Cbl. (Type A) (14 AWG) (7 Condr.) LF 551 2-F29 Trf. Sig.Cbl. (Type A) (14 AWG) (16 Condr.) LF 1670 2-F30 Ins.Trf.Sig. PL AM (S) 1 Arm (28') EA 2 Bid Form-Base Bid 2 Concrete 00 30 01- Page 3 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 13 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-F31 Ins.Trf.Sig. PL AM (S) 1 Arm (36') EA 1 2-F32 Ins.Trf.Sig. PL AM (S) 1 Arm (36') Lum. (Installation Only EA 1 -Corona Intersection) 2-F33 Ins.Trf.Sig. PL AM (S) 1 Arm (40') EA 1 2-F34 Ins.Trf.Sig. PL AM (S) 1 Arm (40') (Installation Only- EA 1 Corona Intersection) 2-F35 Ins.Trf.Sig. PL AM (S) 1 Arm (44') (Installation Only- EA 2 Corona Intersection) 2-F36 Ped. Detect Push Button (APS)w/R10-3E sign EA 24 2-F37 Ped. Sig.Sec. (LED) (Countdown) EA 24 2-F38 Ped. Pole Assembly EA 8 2-F39 Radar Presence Detector EA 8 Radar Presence Detector(Installation Only-Corona 2-F40 Intersection) EA 4 2-F41 Radar Presence Detector Comm.Cable LF 1670 2-F42 Mast Arm Damping Plate EA 12 2-F43 Camera PTZ(Petco Spectra Enhanced Series) EA 3 2-F44 Ethernet Cable CAT 6 for PTZ LF 316 1-F45 Electrical Service-Holly Intersection EA 1 1-F46 Electrical Service-Bonner Intersection EA 1 1-F47 Electrical Service-Corona Intersection EA 1 2-F48 Controller Cabinet(TS-2)with Extension EA 3 2-F49 Controller Foundation EA 3 2-F50 Controller Econolite Cobalt EA 3 2-F51 Ethernet 4000 Switch and Power Supply EA 3 2-F52 Uninterruptible Power Supply with Cabinet EA 3 2-F53 Acyclica Road Trend, Power/Comm Cable and 2.4GHz EA 3 Antenna Allowance for Unanticipated Signalization 2-F54 Improvements LS 1 $ 25,000.00 SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(F1 thru F54) Part G-STORM WATER DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 Mobilization (Max 5% Part G) LS 1 Schedule Impacts(Part G-Storm Water Drainage 2 G2 Improvements) LS 1 2-G3 18" Dia. RCP (Class III) LF 700 2-G4 24" Dia. RCP (Class III) LF 2367 2-G5 24" Dia. RCP (Class IV) LF 310 2-G6 27" Dia. RCP (Class III) LF 645 2-G7 30" Dia. RCP (Class III) LF 92 2-G8 33" Dia. RCP (Class III) LF 24 2-G9 42" Dia. RCP (Class III) LF 30 2-G10 Tie-In Existing 18" Dia. RCP EA 2 2-G11 Tie-In Existing 24" Dia. RCP EA 1 2-G12 Tie-In Existing 27" Dia. RCP EA 1 2-G13 Tie-In Existing 30" Dia. RCP EA 1 2-G14 Tie-In Existing 33" Dia. RCP EA 1 2-G15 Tie-In Existing 42" Dia. RCP EA 1 Bid Form-Base Bid 2 Concrete 00 30 01- Page 4 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 14 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-G16 Tie-In to Proposed Inlet EA 1 2-G17 Tie-In to Proposed Manhole EA 2 2-G18 Sidewalk Drain EA 5 2-G19 5' Standard Curb Inlet EA 14 2-G20 5' Special Curb Inlet EA 4 2-G21 10' Standard Curb Inlet EA 2 2-G22 4' Dia.Concrete Storm Water Manhole (Type W) EA 1 2-G23 5' Dia.Concrete Storm Water Manhole (Type W) EA 3 2-G24 6' Dia.Concrete Storm Water Manhole (Type W) EA 2 2-G25 Concrete Storm Water Manhole(Type 'B') EA 1 2-G26 Concrete Storm Water Manhole(Type 'C') EA 10 2-G27 Remove and Replace Existing Curb Inlet Top w/New Top EA 1 2-G28 6"Concrete Curb and Gutter LF 102 2-G29 6"Concrete Curb LF 6975 2-G30 Trench Safety for Storm Water Conduits LF 4168 Trench Safety for Storm Water Manhole,Junction Box, 2-G31 EA 37 and Inlets 2-G32 Allowance for Unanticipated Storm Water LS 1 Improvements $ 50,000.00 SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(G1 THRU G32) Part H-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-H1 Mobilization (Max 5% Part H) LS 1 2-H2 Schedule Impacts(Part H -Water Improvements) LS 1 2-H3 6" Dia.C900 PVC Waterline(DR 18) LF 66 2-H4 6" Dia. D.I.Waterline LF 697 2-H5 6"Tie-In Connection EA 8 2-H6 6" Dia.45° D.I. Bend EA 24 2-H7 6"Gate Valve with Box and Cover EA 1 2-H8 8" Dia.C900 PVC Waterline(DR 18) LF 3790 2-H9 8" Dia. D.I.Waterline LF 583 2-H10 8" Dia.45° D.I. Bend EA 53 2-H11 8"Gate Valve with Box and Cover EA 21 2-H12 8"Tie-in Connection EA 6 2-H13 8"x 8" D.I.Tee EA 10 2-H14 8"x 6" D.I.Tee EA 1 2-H15 8"x 6" D.I. Reducer EA 5 2-H16 12" Dia.C900 PVC Waterline (DR 18) LF 21 2-H17 12" Dia.45° D.I. Bend EA 2 2-H18 12" Gate Valve with Box and Cover EA 1 2-H19 12"Tie-in Connection EA 1 2-H2O 16" Dia.C900 PVC Waterline (DR 18) LF 75 2-H21 16" Dia. D.I.Waterline LF 110 2-H22 16" Dia.45° D.I. Bend EA 6 2-H23 16" Dia. D.I.Wye EA 2 2-H24 16" Dia. Plug EA 2 Bid Form-Base Bid 2 Concrete 00 30 01- Page 5 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 15 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-H25 16" Gate Valve with Box and Cover EA 5 2-H26 16"X 6" D.I. Reducer EA 2 2-H27 16"X 8" D.I. Reducer EA 3 2-H28 16"X 12" D.I. Reducer EA 1 2-H29 16"X 16"Tee EA 2 2-H30 16"X 8" Cross EA 1 2-H31 36" Dia.AWWA C303 BWCCP Class 150 LF 3652 2-H32 36" Horiz.Gate Valve with 6' Dia. Manhole EA 3 2-H33 18" Dia.Steel Casing Pipe(Open Cut) LF 24 2-H34 48" Dia.Steel Casing Pipe(Open Cut) LF 56 2-H35 36" Dia.Temporary Test Plug EA 1 2-H36 Remove Existing 36"Valve Assembly and Vault EA 2 2-H37 3"Combination Air Valve and Manhole EA 1 2-H38 36"x 16"Cross EA 1 2-H39 36"x 16"Tee EA 2 2-H40 36"Tie-in Connection EA 2 2-H41 36" Water Line Stop EA 2 2-H42 Fire Hydrant Assembly(Type 1) EA 12 2-H43 Fire Hydrant Assembly(Type 2) EA 13 2-H44 Remove and Replace Existing Fire Hydrant Assembly EA 1 2-H45 Adjust Exist. Water Valve Box to Finish Grade EA 6 2-H46 1"Water Service EA 10 2-H47 Trench Safety for Waterlines LF 5045 2-H48 Allowance for Unanticipated Water Improvements LS 1 $ 50,000.00 SUBTOTAL PART H-WATER IMPROVEMENTS(1-111 THRU H48) Part I-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Mobilization (Max 5% Part 1) LS 1 2-12 Schedule Impacts(Part I -Wastewater Improvements) LS 1 6" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line -1 77 (12'-14' Depth) LF 2-14 6" Dia.Tie-in Connection EA 5 2-15 6" Dia.Tie-in to Existing Manhole EA 1 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (0'- 2-16 6' Depth) LF 322 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (6'- 2 17 8' Depth) LF 48 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line (8'- 2 18 10' Depth) LF 21 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 2 19 (10'-12' Depth) LF 566 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 2-110 (12'-14' Depth) LF 792 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 2-111 (14'-16' Depth) LF 100 8" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 2-112 (16'-18' Depth) LF 9 2-113 8" Dia.Tie-in Connection EA 10 Bid Form-Base Bid 2 Concrete 00 30 01- Page 6 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 16 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-114 8" Dia.Tie-in to Existing Manhole EA 3 10" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 2-115 (14'-16' Depth) LF 271 10" Dia.SDR 26 ASTM D2241 Wastewater Gravity Line 2-116 (16'-18' Depth) LF 372 2-117 10" Dia.Tie-in to Existing Manhole EA 1 30" Dia. PVC (PS115,ASTM F679)Wastewater Gravity 2-118 Line (16'-18' Depth) LF 512 30" Dia. PVC (PS115,ASTM F679)Wastewater Gravity 2-119 Line (18'-20' Depth) LF 665 36" Dia. PVC (PS115,ASTM F679)Wastewater Gravity 2-120 Line (18'-20' Depth) LF 34 Rehab Existing 36" Dia.VCP Wastewater Gravity Line 2-121 with C.I.P.P. LF 295 2-122 4' Dia. Fiberglass Manhole (<6' Depth) EA 17 2-123 5' Dia. Fiberglass Manhole (<6' Depth) EA 6 2-124 6' Dia. Fiberglass Manhole (<6' Depth) EA 1 2-125 8' Dia. Fiberglass Manhole (<6' Depth) EA 1 2-126 Rehabilitate Existing Brick Manhole EA 3 2-127 Extra Depth for Manhole (Over 6' Depth) VF 275 2-128 Bypass Pumping of Raw Sewage LS 1 2-129 Remove Existing Wastewater Line LF 3067 2-130 Remove Existing Manhole EA 10 2-131 Remove Existing Manhole Cut and Plug at ROW Line EA 1 2-132 Remove Existing Manhole Top and Cap EA 2 Grout Fill and Abandon Existing 10"VCP Wastewater 2-133 Gravity Line LF 651 Grout Fill and Abandon Existing 18"VCP Wastewater 2-134 Gravity Line LF 1180 2-135 Trench Safety for Wastewater Lines LF 3789 2-136 Trench Safety for Wastewater Manhole EA 28 2-137 Well Point Dewatering LF 1963 2-138 Wastewater Service Connections EA 12 2-139 Allowance for Unanticipated Wastewater Improvements LS 1 $ 100,000.00 SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(11 THRU 139) Part J-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-J1 Mobilization (Max 5% Part J) LS 1 2-J2 Schedule Impacts(Part J -Gas Improvements) LS 1 2-J3 Trenching/Backfilling for Gas Lines(2"-6" Dia.) LF 1065 2-J4 Trenching/Backfilling for Gas Lines(8" Dia.) LF 3685 2-J5 Adjust Existing Gas Valve Boxes To Finish Grade EA 10 2-J6 Remove Existing Gas Lines LF 565 2-J7 Abandon in Place Existing 6" Gas Line LF 500 2-J8 Abandon in Place Existing 8" Gas Line LF 3685 SUBTOTAL PART J-GAS LINE IMPROVEMENTS (J1 THRU J8) Bid Form-Base Bid 2 Concrete 00 30 01- Page 7 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 17 OF 18 Item DESCRIPTION UNIT ESTIMATED I UNIT PRICE EXTENDED QUANTITY AMOUNT Part K-ENVIRONMENTAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Allowance for Unanticipated Disposal of Contaminated 2-K1 Soil or Groundwater LS 1 $ 25,000.00 SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS(K1) Part L-ADDITIVE ALTERNATE NO. 1(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-1-1 Mobilization (Max 5% Part L) EA 1 2-1-2 36" Dia.AWWA C200 Polyurethane Coated Steel Pipe LF 3652 Class 150 2-1-3 36"x 16"Tee EA 2 2-1-4 36"x 16"Cross EA 1 2-L5 DEDUCT: 36" Dia.AWWA C303 BWCCP Class 150(Item LF (3652) H31) 2-1-6 DEDUCT: 36"x 16"Cross (Item H38) EA (1) 2-1-7 1 DEDUCT: 36"x 16"Tee (Item H39) EA (2) SUBTOTAL PART L-ADDITIVE ALTERNATE NO. 1(1-1 THRU 1-7) Part M-ADDITIVE ALTERNATE NO.2 (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-M1 Mobilization (Max 5% Part M) EA 1 2-M2 30" Dia. FRP Class SN 72 Wastewater Gravity Line(16'- LF 512 18' Depth) 2-M3 30" Dia. FRP Class SN 72 Wastewater Gravity Line (18'- LF 665 20' Depth) 2-1V4 DEDUCT: 30" Dia. PVC (PS115,ASTM F679)Wastewater LF (512) Gravity Line (16-18' Depth) (Item 117) 2-1V5 DEDUCT: 30" Dia. PVC (PS115,ASTM F679)Wastewater LF (665) Gravity Line (18'-20' Depth) (Item 118) SUBTOTAL PART M-ADDITIVE ALTERNATE NO.2(M1 THRU M5) Part N-DEDUCTIVE ALTERNATE NO.3(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) DEDUCT: Schedule Impacts(Part B-Street 2-N1 Improvements) (Item 32) LS (1) DEDUCT: Schedule Impacts(Part G -Storm Water 2 N2 Drainage Improvements) (Item G2) LS (1) DEDUCT: Schedule Impacts(Part H -Water 2-N3 Improvements) (Item H2) LS (1) DEDUCT: Schedule Impacts(Part I -Wastewater 2-N4 Improvements) (Item 12) LS (1) 2-1,45 DEDUCT: Schedule Impacts(Part J -Gas Improvements) LS (1) (Item J2) SUBTOTAL PART N-DEDUCTIVE ALTERNATE NO.3(N1 THRU N5) Bid Form-Base Bid 2 Concrete 00 30 01- Page 8 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 00 30 01 BID FORM ADDENDUM 4 ATTACHMENT SHEET 18 OF 18 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY - BASE BID 2 CONCRETE SUBTOTAL PART A-GENERAL(Items Al thru A16) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B40) SUBTOTAL PART C-RTA IMPROVEMENTS(Items C1 thru C2) SUBTOTAL PART D-ADA IMPROVEMENTS(Items D1 thru D8) SUBTOTAL PART E-I.T. IMPROVEMENTS(Items E1 thru E3) SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(Item F1 thru F54) SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(Items G1 thru G32) SUBTOTAL PART H -WATER IMPROVEMENTS(Items H1 thru H48) SUBTOTAL PART I -WASTEWATER IMPROVEMENTS(Items 11 thru 139) SUBTOTAL PARTJ -GAS IMPROVEMENTS(Items J1 thru J8) SUBTOTAL PART K- ENVIRONMENTAL IMPROVEMENTS(Item K1) TOTAL PROJECT BASE BID(PARTS A THRU K) SUBTOTAL PART L-ADDITIVE ALTERNATE NO. 1 (Items L1 thru L7) SUBTOTAL PART M -ADDITIVE ALTERNATE NO. 2 (Items M1 thru M5) SUBTOTAL PART N -DEDUCTIVE ALTERNATE NO.3 (Items N1 thru N5) TOTAL PROJECT ALTERNATES NO. 1,2,AND 3(PARTS L THRU N) Bid Form-Base Bid 2 Concrete 00 30 01- Page 9 of 9 Everhart Road-Holly Road to South Padre Island Drive(Type B)-Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 1 OF 6 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 costs for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct costs for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include costs 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 costs for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct costs for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include costs 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 BASE BID ITEMS A. Bid Items 1-A1, 2-A1, 1-131, 2-131, 1-C1, 2-C1, 1-D1, 2-D1, 1-E1, 2-E1, 1-F1, 2-F1, 1-G1, 2-G1, 1-1-11, 2-1-11, 1-11, 2-11, 1-J1, 2-J1, 1-1-1, 2-1-1, 1-M1, 2-M1 Mobilization (Max 5%, Parts A, B, C, D, E, F, G, H, 1,J, L, & M): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and Measurement and Basis for Payment 012901- 1 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 2 OF 6 f. Mobilization may not exceed 5 percent of the total Contract Price. 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item 1-A2, 2-A2— Bonds and Insurance 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Measurement for payment will be made on a lump sum basis. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of bonds, not to exceed the verifiable costs of bonds incurred by the Contractor. C. Bid Item 1-A3, 2-A3—Clear Right-of-Way 1. Consists of clearing, grubbing, and stripping of all objectionable matter in accordance with specification section 021020 and removing old structures in accordance with specification section 021080 within the limits of construction,which may extend beyond the ROW in some areas of the project. A demolition and removal summary has been included in the construction drawings for the contractor's information. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item 1-A4, 2-A4—Ozone Day 1. Priming and hot-mix asphalt paving operations shall not be conducted on days for which an ozone advisory has been issued, except for repairs. Owner will notify Contractor regarding ozone alerts. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. E. Bid Item 1-A5, 2-A5—Survey Monument 1. Measurement and basis for payment shall be as described in SECTION 020100 and SECTION 00 30 01 BID FORM. F. Bid Item 1-A6, 2-A6—Traffic Control Mobilization/Adjustments 1. This item shall include the following: a. Mobilization/demobilization of required traffic control devices, signs, barricades, channelizing devices, and low PFGfiI^^^R^F^*^ baFFieFSprovided in the contract documents b. Maintenance of temporary pavement or base material within the transition area between the existing asphalt roadway and the new asphalt or concrete roadway including access to driveways. Placement and maintenance of temporary pavement or base material within the transition area between the existing and proposed roadway surfaces is required for maintaining the 3:1 Max. safety slope Measurement and Basis for Payment 012901-2 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ADDENDUM 4 ATTACHMENT SHEET 3 OF 6 and access to driveways. The installation, maintenance, removal and all incidental costs associated with construction of this temporary pavement or base material in the transition area is subsidiary to this item. C. Personnel, materials, equipment, and labor required to make necessary adjustments to required traffic control devices, signs, barricades, channelizing devices, and I,,..,_..FG fig„ Feat barriers 2. Measurement and basis for payment shall be as described in SECTION 025802 and SECTION 00 30 01 BID FORM. G. Bid Item 1-A7, 2-A7—Traffic Control Items(Signs, Barricades, Channelizing Devices, etc.) 1. This item shall include the following: a. Placement and maintenance of required traffic control devices including but not limited to signs, barricades, channelizing devices, etc. in accordance with the plans and SECTION 025802 b. Provision of necessary traffic control personnel and certified flaggers 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. H. Bid Item 1-A8, 2-A8—Arrow Boards for Traffic Control 1. This item shall include the following: a. Procurement, delivery, initial setup and maintenance of required arrow boards for the initial arrow board placement b. Personnel, materials, equipment, and labor required to make necessary adjustments and relocation of arrow boards during construction c. Contractor will deliver arrow boards to the City following construction of project or after no longer needed 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. I. Bid Item 1-A9, 2-A9—Message Boards for Traffic Control (Full Matrix) 1. This item shall include the following: a. Procurement, delivery, initial setup and maintenance of required message boards for the initial Portable Changeable Message Signs (PCMS) placement b. Personnel, materials, equipment, and labor required to make necessary adjustments and relocation of PCMS during construction C. Message boards should be full matrix (not 3-line) d. Contractor will deliver message boards to the City following construction of project or after no longer needed 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. J. Bid Item 1-A10, 2-A10—Temporary Signalization for Traffic Control Measurement and Basis for Payment 012901-3 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ADDENDUM 4 ATTACHMENT SHEET 4 OF 6 1. This item shall include the following: a. Mobilization/demobilization of required temporary traffic signalization and temporary pedestrian signalization during all phases of construction as required in accordance with MUTCD requirements. The contractor may utilize the existing signals, provide portable trailer mounted signals or construct span wire signals based on the contractor's means and methods b. Personnel, materials, equipment, and labor required to make necessary adjustments to traffic signals 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. K. Bid Item 1-A11, 2-A11—Temporary Pavement for Travel Lanes 1. This item shall include the following: a. Materials, equipment, personnel, and labor required for installation of temporary pavement in the travel lanes as directed by the OAR. This item will be used for the following: 1) Temporary pavement required for utility construction 2) Temporary pavement required for travel lane shifts shown in the traffic control plan 3) All other temporary pavement in the travel lanes as approved by the OAR 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. L. Bid Item 1-A15, 2-A15—Storm Water Pollution Prevention Plan 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. M. Bid Item 1-A16, 2-A16—Low Profile Concrete Barriers 1. This item shall include the following: a. Mobilization/demobilization of required Type 1 and Type 2 low profile concrete barriers (LPCBs)for the project duration. Anchor pins, connection bolts, hardware, reflectors, etc. are required on all LPCBs per TxDOT and TMUTCD requirements. b. Personnel, materials, equipment, and labor required to move, reset, and make necessary adjustments to LPCBs for the project duration. C. LPCBs are required for all open cuts with a 24"or greater drop in elevation that are adjacent to vehicular traffic or as required by the OAR. Measurement and Basis for Payment 012901-4 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 5 OF 6 2. Measurement and basis for payment will per linear foot of the LPCBs installed. Payment is full compensation for all material, labor, equipment, placement and maintenance including necessary adjustments and relocation to LPCBs for the project duration. Payment will only be authorized for LPCBs required and approved by the OAR. N. Bid Items 1-132, 2-132, 1-G2, 2-G2, 1-H2, 2-H2, 1-12, 2-12, 1-J2, 2-J2 Schedule Impacts (Part B—Street Improvements) Schedule Impacts (Part G—Storm Water Drainage Improvements) Schedule Impacts (Part H—Water Improvements) Schedule Impacts (Part I—Wastewater Improvements) Schedule Impacts (Part J—Gas Improvements) This item shall include the following: a. All schedule duration impact costs associated with the Base Bid construction schedule of 540 Calendar Days for each of the respective Parts B, G, H, I &J. 2. Measurement and basis for payment shall be per lump sum. The lump sum amount of these items will be paid according to the percent of construction completion of each of the respective Parts B, G, H, I &J, minus retainage. O. Bid Item 1-1311, 2-1313—6" Concrete Driveway (Class HES) 1. This item shall include the following: a. Materials, equipment, personnel, and labor required for installation 6" Concrete Driveway(Class HES) b. High Early Strength Concrete will be used at the OAR's discretion for specific driveways that will require opening in 24 hours on a case by case basis 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. P. Bid Item 1-F16, 2-F16—Install Highway Traffic Signal (Upgrade) Holly 1. This item shall include the following: a. Aluminum traffic signs installed on the signals. b. Removal, demolition, and salvage of all required signal equipment C. Upgrade traffic signal at the Holly Road intersection including all labor and equipment necessary to provide for a complete signal installation. Any required labor, material, equipment, testing, startup, coordination, etc. not specifically addressed by another bid item,will be covered under this item. 2. Measurement and basis for payment is per each. Q. Bid Item 1-F17, 2-F17—Install Highway Traffic Signal (Isolated) Bonner& Corona Measurement and Basis for Payment 012901-5 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 6 OF 6 1. This item shall include the following: a. Aluminum traffic signs installed on the signals. b. Removal, demolition, and salvage of all required signal equipment c. Construction of a complete signalized intersection at Bonner and Corona including all labor and equipment necessary to provide for a complete signal installation. Any required labor, material, equipment,testing, startup, coordination, etc. not specifically addressed by another bid item,will be covered under this item. 2. Measurement and basis for payment is per each. R. Bid Items 1-N1, 2-N1, 1-N2, 2-N2, 1-N3, 2-N3, 1-N4, 2-N4, 1-N5, 2-N5 DEDUCT: Schedule Impacts (Part B—Street Improvements) (Item 132) DEDUCT: Schedule Impacts (Part G—Storm Water Drainage Improvements) (Item G2) DEDUCT: Schedule Impacts (Part H —Water Improvements) (Item 1-12) DEDUCT: Schedule Impacts (Part I —Wastewater Improvements) (Item 12) DEDUCT: Schedule Impacts (Part J —Gas Improvements) (Item J2) This item shall include the following: a. All schedule duration impact costs associated with the adjusted schedule of 630 calendar days for each of the respective Parts B, G, H, I &J. 2. Measurement and basis for payment shall be per lump sum. The lump sum amount of these items will be paid according to the percent of construction completion of each of the respective Parts B, G, H, I &J, minus retainage. S. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 012901-6 Everhart Road—Holly Road to South Padre Island Drive (Type B)—Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 1 OF 2 40 05 43 MISCELLANEOUS VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous valves. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 00 72 00 "General Conditions" Article 24 Document Management and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.03 GUARANTEE AND WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship and operational failure for a period of 1 year from the date of Owner acceptance. B. In the event of failure of any part or parts of the equipment during the first year of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish and deliver a replacement for the defective part or parts at the Manufacturer's own expense. Manufacturer is also responsible for equipment freight. 2.00 PRODUCTS 2.01 CORPORATION STOPS A. Corporation stops shall be bronze with tapered plug and flat key operator. B. Unless otherwise indicated, stops shall have iron pipe thread on inlet and outlet, of the size indicated. C. Corporation stops shall be: 1. Mueller H-10046 or 2. Approved equal 2.02 STEEL BOLTED (DRESSER) COUPLINGS FOR PLAIN-END PIPE A. Where dresser couplings are indicated,furnish and install a gasketed sleeve-type coupling meeting AWWA C219, with a pressure rating as indicated on the drawings. B. The pipe couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of one (1) steel middle ring, of two (2) steel followers, two (2) Miscellaneous Valves 400543- 1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A 10/23/13 ADDENDUM ATTACHMENT SHEET 2 OF 2 rubber-compounded wedge section gaskets and sufficient trackhead steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower-ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1% beyond the yield point. C. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength. D. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material which will not deteriorate from age, from heat, or exposure to air under normal storage conditions. It shall also possess the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipeline. E. The couplings shall be assembled on the job in a manner to ensure permanently tight joints under all reasonable conditions of expansions, contraction, shifting and settlement. The coupling shall be Dresser Style 38, Smith Blair Style 411, or Baker Series 200. 2.03 INSULATED (DRESSER) COUPLINGS FOR PLAIN-END PIPE Couplings shall meet the basic requirements of section 2.01. Insulated Dresser couplings shall be Dresser Style 39, or equivalent Smith-Blair or Baker. Insulated coupling shall include boots for both pipe ends and shall insulate each end from current flow. 2.04 FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be restrained. Tie rods shall be able to handle 150%of the working pressure of the adjacent pipe. Acceptable manufacturers: Dresser, Smith-Blair, or Baker. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and install valves in a manner that prevents damage to any part of the valves. Install valves in accordance with the Manufacturer's instructions. END OF SECTION Miscellaneous Valves 400543-2 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A 10/23/13 ns[eioa [onunwr.[s ¢ e txn CONSLLIINT'S Sx[ET Ne. ve axTn Nexcxx. i.. .,rvm: " x TESTING SCREOULE-BRSE Bio t NMP.C.—ENENi RII R'plE<T:CGRi8300 Ll rv�N avn awm e¢1- w . z N t x 's � ws sM wwvss or4Mfn.z .- � Wy a Mere,mrvwx�ere rv�re,xxxM oxv ------------ :. =,re M63 x T> e �re�xk aErvE.x kn� Pyre Zx,oxo e� m��de w reT x rv�.<rore� rv�re rv�re o00„ � rtrvs��` � � x,xExre�m.reExsr w Pw««xre, «, o as �-re dW�.rcs „ . � � max.�. res= rx rexn surex re�,rva _ =,ores xw�xo�re«w ry rvsre,�x re: rvrere�. � o hors w...w....ss. <o . xw 0 ::: -- -- anPa-MEw- s . s m w z >In w > a � T> ADDENDUM > m z �x TTACHMENT � ¢� SHEET 1 OF 2 5 O o a � I A m E� o.. mEET 4 ai 203 u a- BASE BID 1 0l N` MMwRB H.M.A.0 PAVEMENT J STR-946 ��m .—TI T/i80i�P CONSLLIIN!'S SHEET Ne. TESTING SCHEDULE—BASE BID 2—CONCRETE PAWNENT TNI PROIET:COR,ED. E51. -- - .—PTION Rn! OUMII. i un .. a S'�ll .. a � S�nur ! mreo aremore �rewex encur acre w�ereu s-vNrece vremore �y u: u oExsn Es 5 - osres�ss �. — __� ervsre es sere rvo cures wuo ou,rere rzoo ee ss ` z — u w +r sas "npi 1°0 eo a M� reonore xb NO M6Z ................................ rx e �rvere.e. m!�Q >o � rerere�re�e,e PWe�ere,. re !! �, rzorvsre6s ore s rewire, _ o HE Z"T za re., PEre, srere r o PEre,srere r rere re. a �rerz Pere zsrere sr are�.. � � o a , no Fs N�s Nrv.res,e .oN ereeNrees e No. . I, e rz m zw N.Ha M!N a o Nay�P�a �Ads`Nd^ 1 o ............................... ... tire. re�ree�erv.. ere,erv.,ree e,.N<.-El res,e=rs 1 Nl�res�,�.. a p Do F7 -rz �.,uNrere - e p -�vFMe­ u o x o Qwp oN mazovEmerrs re - ,. ..., arz w m a - - - >o > w w� - - Ll III Ll .1 ADDENDUM I ,J .. .. , ,e �s ATTACHMENT 5 0 D, a � a SHEET 2 OF 2 Z Ips p U �m sHEEI 5 x1203 BASE BID 2 IA CONCRETE PAVEMENT i] sTR-946 baa "o tli✓PROXti/,80,CA 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM PROJECT: 18014A Everhart Road - Holly Road to South Padre Island Drive (Type B) BIDDER: Reytec Construction Resources, Inc. TOTAL BID: COMPLETION TIME: Not Required BIDDER INFO: 1901 Hollister Street Houston ,TX 77080 P: 713.957.4003 F: ' I 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Reytec Construction Resources, Inc. (type or print name of company) on: Wednesday, May 15, 2019 at 2:00 PM for Everhart Road — Holly Road to South Padre Island Drive(Type B), Project No. 18014A. 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.CivCastUSA.com. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Everhart Road—Holly Road to South Padre Island Drive (Type B), Project No. 18014A 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 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion,will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.05 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowled g Receipt No. 1 04/12/2019 Bid Acknowledgement Form 003000-1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 2 OF 6 Addendum No. Addendum Date Signature A�cknow ging Receipt 02 04/25/2019 ✓ ' 03 05/07/2019 04 05/10/2019 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 visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. 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. Bid Acknowledgement Form 003000-2 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 ADDENDUM3 ATTACHMENT 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 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. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification, "boycott Israel' means refusing to deal with,terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel,or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ ( �, -��. _l 9--7 2A 69Add/D®d*ct Alternate 1 $ 24'7, 7 0 C> 6,,3--MT1 Deduct Alternate 2 $ c7, '7 ,�lcll�J Deduct Alternate 3 $ — Sri cs,c," A. The Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. 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. Bid Acknowledgement Form 003000-3 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 ADDENDUM 3 77AC'HMEN7 2 SHE:Ei'4 OF 4.02 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 15.03 of SECTION 00 72 00 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, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 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 responsive, 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, correct mathematical errors or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 540 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 17.16 of the General Conditions within 570 days after the date when the Contract Times commence to run. 6.02 If Deductive Alternate 3 is awarded,Bidder will complete the Work required to be substantially completed within 630 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 17.16 of the General Conditions within 660 days after the date when the Contract Times commence to run Bid Acknowledgement Form 003000-4 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 ADDENDUM ATTACHMENT SHEET 5 OF 6 6.03 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated in Paragraphs 6.01 and 6.02 of this section. 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. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE 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—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid,directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract, and if required,shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 003000-5 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 11.03 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. 11.04 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. 11.05 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. ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: Reytec Construction Resources, Inc. (typed or antedfull�leg�al n o By: (individual's signature) Name: Gregg T. Reyes (typed or printed) Title: President (typed or printed) Attest: (individual's signature) State of Residency: Texas Federal Tax Id. No. 17605165137 Address for giving notices: 1901 Hollister Street Houston, TX 77080 Phone: 713.957.4003 Email: GReyes@reytec.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 Bid Acknowledgement Form 003000-6 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM BID TOTALS BASE BID 1 HMAC Total SUBTOTAL PART -GENERAL Not Bidding SUBTOTAL PART B-STREET IMPROVEMENTS Not Bidding SUBTOTAL PART C- RTA IMPROVEMENTS Not Bidding SUBTOTAL PART D-ADA IMPROVEMENTS Not Bidding SUBTOTAL PART E- I.T. IMPROVEMENTS Not Bidding SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS Not Bidding SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS Not Bidding SUBTOTAL PART H -WATER IMPROVEMENT Not Bidding SUBTOTAL PART I -WASTEWATER IMPROVEMENTS Not Bidding SUBTOTAL PARTJ -GAS LINE IMPROVEMENTS Not Bidding Part K- ENVIRONMENTAL IMPROVEMENTS Not Bidding Total Not Bidding ADDITIVE ALTERNATE NO. 1 Total Part L-ADDITIVE ALTERNATE NO. 1 Not Bidding Total Not Bidding ADDITIVE ALTERNATE NO.2 Total Part M -ADDITIVE ALTERNATE NO. 2 Not Bidding Total Not Bidding ADDITIVE ALTERNATE NO.3 Total Part N- DEDUCTIVE ALTERNATE NO. 3 Not Bidding Total Not Bidding BASE BID 2 CONCRETE Total Part A-General $1,482,151.00 Part B-STREET IMPROVEMENTS $4,048,319.45 Part C- RTA IMPROVEMENTS $30,700.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM Part D-ADA IMPROVEMENTS $342,106.00 Part E- I.T. IMPROVEMENTS $96,600.00 SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS $588,646.90 SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS $952,901.00 SUBTOTAL PART H -WATER IMPROVEMENTS $3,979,515.00 SUBTOTAL PART I -WASTEWATER IMPROVEMENTS $2,573,825.00 SUBTOTAL PARTJ -GAS LINE IMPROVEMENTS $208,800.00 SUBTOTAL PART K- ENVIRONMENTAL IMPROVEMENTS $25,000.00 Total $14,328,564.35 ADDITIVE ALTERNATE NO. 1 CONCRETE Total Part L-ADDITIVE ALTERNATE NO. 1 $247,380.00 Total $247,380.00 ADDITIVE ALTERNATE NO.2 CONCRETE Total Part M -ADDITIVE ALTERNATE NO. 2 ($18,372.00) Total ($18,372.00) ADDITIVE ALTERNATE NO.3 CONCRETE Total Part N- DEDUCTIVE ALTERNATE NO. 3 ($56,000.00) Total ($56,000.00) Part A-General No. Description Unit Qty Unit Price Ext Price 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-A1 Mobilization(Max 5% Part A) LS 1 $50,000.00 $50,000.00 2-A2 Bonds and Insurance LS 1 $130,000.00 $130,000.00 2-A3 Clear Right-of-Way AC 6.7 $72,000.00 $482,400.00 2-A4 Ozone Day DAY 4 $200.00 $800.00 2-A5 Survey Monument EA 2 $1,000.00 $2,000.00 2-A6 Traffic Control Mobilization/Adjustments LS 1 $50,000.00 $50,000.00 2-A7 Traffic Control Items(Signs, Barricades, MO 18 $23,000.00 $414,000.00 Channelizing Devices,etc.) 2-A8 Arrow Boards for Traffic Control EA 4 $5,000.00 $20,000.00 2-A9 Message Boards for Traffic Control(Full EA 4 $14,000.00 $56,000.00 Matrix) 2-A10 Temporary Signal ization for Traffic LS 1 $40,000.00 $40,000.00 Control 2-A11 Temporary Pavement for Travel Lanes SY 3000 $50.00 $150,000.00 2-Al2 Block Sodding SY 878 $4.50 $3,951.00 2-A13 Silt Fence for Storm Water Pollution LF 6100 $4.00 $24,400.00 Prevention 2-A14 Curb Inlet Protection EA 28 $200.00 $5,600.00 2-A15 Storm Water Pollution Prevention Plan LS 1 $23,000.00 $23,000.00 2-A16 Low Profile Concrete Barriers LF 500 $60.00 $30,000.00 Sub Total: $1,482,151.00 Part B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-131 Mobilization(Max 5% Part B) LS 1 $150,000.00 $150,000.00 2-132 Schedule Impacts(Part B-Street LS 1 $5,000.00 $5,000.00 Improvements) 2-133 Street Excavation SY 26229 $10.00 $262,290.00 2-134 12"Compacted Subgrade SY 26229 $5.00 $131,145.00 2-135 7"Crushed Limestone Flexible Base SY 26229 $18.00 $472,122.00 (Type A,Gr. 1-2) 2-136 9"Thick Continuously Reinforced SY 25736 $97.00 $2,496,392.00 Concrete Pavement 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-137 3" HMACP(Type D)Surface Course SY 392 $32.00 $12,544.00 2-138 4.5" HMACP(Type B) Base Course SY 392 $35.00 $13,720.00 2-139 Geogrid(Tensar TX-5) SY 850 $3.00 $2,550.00 2-1310 14"Crushed Limestone Flexible Base SY 425 $50.00 $21,250.00 (Type A,Gr. 1-2) 2-1311 Prime Coat(0.15 GAL/SY) GAL 60 $8.00 $480.00 2-1312 6"Concrete Driveway(Class A) SF 10704 $12.00 $128,448.00 2-1313 6"Concrete Driveway(Class HES) SF 3000 $13.00 $39,000.00 2-1314 8"Concrete Median SF 3031 $10.00 $30,310.00 2-1315 6"Concrete Pavement SF 1122 $22.00 $24,684.00 2-1316 6" Header Curb(Type B) LF 100 $30.00 $3,000.00 2-1317 Concrete Wheel Stops EA 50 $100.00 $5,000.00 2-1318 Unanticipated Concrete Driveway SF 250 $3.00 $750.00 Removal 2-1319 Asphalt Pavement Repair(Type 1) SY 500 $95.00 $47,500.00 2-1320 Asphalt Pavement Repair(Parking Lots) SF 2269 $8.00 $18,152.00 2-1321 4"Thick Colored Stamped Concrete SF 2383 $25.00 $59,575.00 2-1322 4"Thick Concrete Pavement SF 441 $18.00 $7,938.00 2-1323 Concrete Valley Gutter LF 6 $160.00 $960.00 2-1324 Adjust Existing Manhole to Finish Grade EA 10 $900.00 $9,000.00 2-1325 Prefab Pavement Marking Type C(W) EA 29 $270.00 $7,830.00 (ARROW)with Primer-Sealer 2-1326 Prefab. Pavement Marking Type C(W) EA 11 $390.00 $4,290.00 (ONLY)with Primer-Sealer 2-1327 Refl. Pavement Marking Type 1 (Y)(4") LF 880 $0.85 $748.00 (BROKEN)with Primer-Sealer 2-1328 Refl. Pavement Marking Type 1 (Y)(4") LF 5176 $0.85 $4,399.60 (SOLID)with Primer-Sealer 2-1329 Refl. Pavement Marking Type 1 (Y)(4") LF 931 $0.85 $791.35 (DBL)(SOLID)with Primer-Sealer 2-1330 Refl. Pavement Marking Type 1 (W)(4") LF 1770 $0.85 $1,504.50 (SOLID)with Primer-Sealer 2-1331 Refl. Pavement Marking Type 1 (W)(8") LF 1620 $1.80 $2,916.00 (SOLID)with Primer-Sealer 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-1332 Prefab. Pavement Marking Type C(W) LF 235 $18.00 $4,230.00 (24")(SOLID)with Primer-Sealer 2-1333 TY II-C Raised Pavement Marker EA 170 $5.00 $850.00 (Reflectorized) 2-1334 TY II-A-A Raised Pavement Marker EA 130 $5.00 $650.00 (Reflectorized) 2-1335 Street Sign Assembly w/9" Blades EA 5 $1,000.00 $5,000.00 (Green)and Stop Sign 2-1336 Stop Sign Only EA 2 $625.00 $1,250.00 2-1337 Regulatory Sign EA 23 $550.00 $12,650.00 2-1338 Warning Sign EA 11 $600.00 $6,600.00 2-1339 Other Signs EA 4 $700.00 $2,800.00 2-1340 Allowance for Unanticipated Street- LS 1 $50,000.00 $50,000.00 Related Improvements Sub Total: $4,048,319.45 Part C-RTA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-C1 Mobilization(Max 5% Part C) LS 1 $1,000.00 $1,000.00 2-C2 5" Pedestrian Concrete Bus Stop Pad SF 1350 $22.00 $29,700.00 Sub Total: $30,700.00 Part D-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-D1 Mobilization(Max 5% Part D) LS 1 $15,000.00 $15,000.00 2-D2 4"Thick Concrete Sidewalk SF 25762 $8.00 $206,096.00 2-D3 Concrete Curb Ramp SF 2165 $24.00 $51,960.00 2-D4 Sidewalk Retaining Curb LF 1300 $30.00 $39,000.00 2-D5 Prefab. Pvmt Marking Type C(W) LF 150 $25.00 $3,750.00 (Crosswalk)(10'Wide)with Primer- Sealer 2-D6 Prefab. Pvmt Marking Type C(W) LF 270 $40.00 $10,800.00 (Diagonal Crosswalk)(10'Wide)with Primer-Sealer 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-D7 Unanticipated Concrete Sidewalk SF 250 $2.00 $500.00 Removal 2-D8 Allowance for Unanticipated ADA LS 1 $15,000.00 $15,000.00 Improvements Sub Total: $342,106.00 Part E-I.T. IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-E1 Mobilization(Max 5% Part E) LS 1 $4,500.00 $4,500.00 2-E2 2" PVC Schedule 40 IT Conduit with Mule LF 3800 $20.00 $76,000.00 Tape 2-E3 24"x36"x24" Pullbox(Handhole) EA 7 $2,300.00 $16,100.00 Sub Total: $96,600.00 SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-F1 Mobilization(Max 5% Part F) LS 1 $30,000.00 $30,000.00 2-F2 Drill Shaft(Trf. Sig. Pole)(24") LF 60 $205.00 $12,300.00 2-F3 Drill Shaft(Trf. Sig. Pole)(30") LF 26 $310.00 $8,060.00 2-F4 Drill Shaft(Trf. Sig. Pole)(36") LF 89 $380.00 $33,820.00 2-F5 Conduit(PVC)(Sch.40)(2") LF 230 $9.00 $2,070.00 2-F6 Conduit(PVC)(Sch.40)(2")(Bore) LF 994 $19.00 $18,886.00 2-F7 Conduit(PVC)(Sch.40)(3") LF 221 $22.00 $4,862.00 2-F8 Conduit(PVC)(Sch.40)(4") LF 62 $27.00 $1,674.00 2-F9 Conduit(PVC)(Sch.40)(4")(Bore) LF 994 $34.00 $33,796.00 2-F10 Elec. Condr.(No. 6) Bare LF 121 $2.10 $254.10 2-F11 Elec. Condr.(No. 6) Insulated LF 242 $2.20 $532.40 2-F12 Elec. Condr.(No. 8) Insulated LF 1176 $1.90 $2,234.40 2-F13 Tray Cable(4 Condr.)(12 AWG) LF 125 $2.30 $287.50 2-F14 Ground Box Type D(162922)W/Apron EA 14 $1,200.00 $16,800.00 2-F15 Remove and Salvage Flashing Beacon EA 2 $550.00 $1,100.00 Assembly(School Zone) 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-F16 Install Highway Traffic Signal(Upgrade) EA 1 $4,000.00 $4,000.00 Holly 2-F17 Install Highway Traffic Signal(Isolated) EA 2 $4,000.00 $8,000.00 Bonner&Corona 2-F18 Back Plate(12")(3 SEC) EA 24 $75.00 $1,800.00 2-F19 Back Plate(12")(4 SEC) EA 10 $90.00 $900.00 2-F20 Veh. Sig. Sec.(12") LED(Grn.) EA 24 $240.00 $5,760.00 2-F21 Veh. Sig. Sec.(12") LED(Yel.) EA 24 $240.00 $5,760.00 2-F22 Veh. Sig. Sec.(12") LED(Red) EA 24 $240.00 $5,760.00 2-F23 Veh. Sig. Sec.(12") LED(Grn.Arrow) EA 10 $240.00 $2,400.00 2-F24 Veh. Sig. Sec.(12") LED(Yel.Arrow) EA 20 $240.00 $4,800.00 2-F25 Veh. Sig. Sec.(12") LED(Red Arrow) EA 10 $240.00 $2,400.00 2-F26 Trf.Sig.Cbl.(Type A)(12 AWG)(2 Condr.) LF 3365 $1.60 $5,384.00 2-F27 Trf.Sig.Cbl.(Type A)(14 AWG)(4 Condr.) LF 555 $1.80 $999.00 2-F28 Trf.Sig.Cbl.(Type A)(14 AWG)(7 Condr.) LF 551 $2.10 $1,157.10 2-F29 Trf.Sig.Cbl.(Type A)(14 AWG)(16 LF 1670 $3.50 $5,845.00 Condr.) 2-F30 Ins.Trf.Sig. PL AM(S) 1 Arm(28') EA 2 $7,000.00 $14,000.00 2-F31 Ins.Trf.Sig. PL AM(S) 1 Arm(36') EA 1 $8,800.00 $8,800.00 2-F32 Ins.Trf.Sig. PL AM(S) 1 Arm(36')Lum. EA 1 $3,000.00 $3,000.00 (Installation Only-Corona Intersection) 2-F33 Ins.Trf.Sig. PL AM(S) 1 Arm(40') EA 1 $11,000.00 $11,000.00 2-F34 Ins.Trf.Sig. PL AM(S) 1 Arm(40') EA 1 $3,100.00 $3,100.00 (Installation Only-Corona Intersection) 2-F35 Ins.Trf.Sig. PL AM(S) 1 Arm(44') EA 2 $3,200.00 $6,400.00 (Installation Only-Corona Intersection) 2-F36 Ped. Detect Push Button(APS)w/R10-3E EA 24 $1,300.00 $31,200.00 sign 2-F37 Ped. Sig.Sec.(LED)(Countdown) EA 24 $480.00 $11,520.00 2-F38 Ped. Pole Assembly EA 8 $1,000.00 $8,000.00 2-F39 Radar Presence Detector EA 8 $8,400.00 $67,200.00 2-F40 Radar Presence Detector(Installation EA 4 $1,300.00 $5,200.00 Only-Corona Intersection) 2-F41 Radar Presence Detector Comm.Cable LF 1670 $3.70 $6,179.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-F42 Mast Arm Damping Plate EA 12 $800.00 $9,600.00 2-F43 Camera PTZ(Petco Spectra Enhanced EA 3 $4,800.00 $14,400.00 Series) 2-F44 Ethernet Cable CAT 6 for PTZ LF 316 $5.40 $1,706.40 1-F45 Electrical Service- Holly Intersection EA 1 $4,900.00 $4,900.00 1-F46 Electrical Service- Bonner Intersection EA 1 $2,700.00 $2,700.00 1-F47 Electrical Service-Corona Intersection EA 1 $2,300.00 $2,300.00 2-F48 Controller Cabinet(TS-2)with Extension EA 3 $15,000.00 $45,000.00 2-F49 Controller Foundation EA 3 $2,300.00 $6,900.00 2-F50 Controller Econolite Cobalt EA 3 $4,500.00 $13,500.00 2-F51 Ethernet 4000 Switch and Power Supply EA 3 $8,000.00 $24,000.00 2-F52 Uninterruptible Power Supply with EA 3 $7,200.00 $21,600.00 Cabinet 2-F53 Acyclica Road Trend, Power/Comm EA 3 $6,600.00 $19,800.00 Cable and 2.4GHz Antenna 2-F54 Allowance for Unanticipated LS 1 $25,000.00 $25,000.00 Signalization Improvements Sub Total: $588,646.90 SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-G1 Mobilization(Max 5% Part G) LS 1 $30,000.00 $30,000.00 2-G2 Schedule Impacts(Part G-Storm Water LS 1 $10,000.00 $10,000.00 Drainage Improvements) 2-G3 18" Dia. RCP(Class III) LF 700 $110.00 $77,000.00 2-G4 24" Dia. RCP(Class III) LF 2367 $121.00 $286,407.00 2-G5 24" Dia. RCP(Class IV) LF 310 $125.00 $38,750.00 2-G6 27" Dia. RCP(Class III) LF 645 $150.00 $96,750.00 2-G7 30" Dia. RCP(Class III) LF 92 $170.00 $15,640.00 2-G8 33" Dia. RCP(Class III) LF 24 $232.00 $5,568.00 2-G9 42" Dia. RCP(Class III) LF 30 $385.00 $11,550.00 2-G10 Tie-In Existing 18" Dia. RCP EA 2 $900.00 $1,800.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-G11 Tie-In Existing 24" Dia. RCP EA 1 $950.00 $950.00 2-G12 Tie-In Existing 27" Dia. RCP EA 1 $1,200.00 $1,200.00 2-G13 Tie-In Existing 30" Dia. RCP EA 1 $1,700.00 $1,700.00 2-G14 Tie-In Existing 33" Dia. RCP EA 1 $1,800.00 $1,800.00 2-G15 Tie-In Existing 42" Dia. RCP EA 1 $3,300.00 $3,300.00 2-G16 Tie-In to Proposed Inlet EA 1 $800.00 $800.00 2-G17 Tie-In to Proposed Manhole EA 2 $850.00 $1,700.00 2-G18 Sidewalk Drain EA 5 $3,800.00 $19,000.00 2-G19 5'Standard Curb Inlet EA 14 $4,600.00 $64,400.00 2-G20 5'Special Curb Inlet EA 4 $5,600.00 $22,400.00 2-G21 10'Standard Curb Inlet EA 2 $7,600.00 $15,200.00 2-G22 4' Dia. Concrete Storm Water Manhole EA 1 $5,100.00 $5,100.00 (Type'A') 2-G23 5' Dia. Concrete Storm Water Manhole EA 3 $7,600.00 $22,800.00 (Type'A') 2-G24 6' Dia. Concrete Storm Water Manhole EA 2 $10,000.00 $20,000.00 (Type'A') 2-G25 Concrete Storm Water Manhole(Type EA 1 $8,700.00 $8,700.00 'B') 2-G26 Concrete Storm Water Manhole(Type EA 10 $10,000.00 $100,000.00 'C') 2-G27 Remove and Replace Existing Curb Inlet EA 1 $3,000.00 $3,000.00 Top w/New Top 2-G28 6"Concrete Curb and Gutter LF 102 $34.00 $3,468.00 2-G29 6"Concrete Curb LF 6975 $4.00 $27,900.00 2-G30 Trench Safety for Storm Water Conduits LF 4168 $1.00 $4,168.00 2-G31 Trench Safety for Storm Water Manhole, EA 37 $50.00 $1,850.00 Junction Box,and Inlets 2-G32 Allowance for Unanticipated Storm LS 1 $50,000.00 $50,000.00 Water Improvements Sub Total: $952,901.00 SUBTOTAL PART H-WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-H1 Mobilization(Max 5% Part H) LS 1 $100,000.00 $100,000.00 2-H2 Schedule Impacts(Part H -Water LS 1 $20,000.00 $20,000.00 Improvements) 2-H3 6" Dia.C900 PVC Waterline(DR 18) LF 66 $75.00 $4,950.00 2-H4 6" Dia. D.I.Waterline LF 697 $110.00 $76,670.00 2-H5 6"Tie-In Connection EA 8 $1,600.00 $12,800.00 2-H6 6" Dia.450 D.I. Bend EA 24 $350.00 $8,400.00 2-H7 6"Gate Valve with Box and Cover EA 1 $1,300.00 $1,300.00 2-H8 8" Dia.C900 PVC Waterline(DR 18) LF 3790 $82.00 $310,780.00 2-H9 8" Dia. D.I.Waterline LF 583 $123.00 $71,709.00 2-H10 8" Dia.450 D.I. Bend EA 53 $482.00 $25,546.00 2-H11 8"Gate Valve with Box and Cover EA 21 $1,750.00 $36,750.00 2-H12 8"Tie-in Connection EA 6 $2,200.00 $13,200.00 2-H13 8"x 8" D.I.Tee EA 10 $640.00 $6,400.00 2-H14 8"x 6" D.I.Tee EA 1 $575.00 $575.00 2-H15 8"x 6" D.I. Reducer EA 5 $350.00 $1,750.00 2-H16 12" Dia. C900 PVC Waterline(DR 18) LF 21 $160.00 $3,360.00 2-H17 12" Dia.450 D.I. Bend EA 2 $700.00 $1,400.00 2-H18 12"Gate Valve with Box and Cover EA 1 $2,770.00 $2,770.00 2-H19 12"Tie-in Connection EA 1 $3,200.00 $3,200.00 2-H2O 16" Dia. C900 PVC Waterline(DR 18) LF 75 $174.00 $13,050.00 2-H21 16" Dia. D.I.Waterline LF 110 $220.00 $24,200.00 2-H22 16" Dia.450 D.I. Bend EA 6 $1,190.00 $7,140.00 2-H23 16" Dia. D.I.Wye EA 2 $2,240.00 $4,480.00 2-H24 16" Dia. Plug EA 2 $740.00 $1,480.00 2-H25 16"Gate Valve with Box and Cover EA 5 $8,560.00 $42,800.00 2-H26 16"X 6" D.I. Reducer EA 2 $1,000.00 $2,000.00 2-H27 16"X 8" D.I. Reducer EA 3 $980.00 $2,940.00 2-H28 16"X 12" D.I. Reducer EA 1 $980.00 $980.00 2-H29 16"X 16"Tee EA 2 $2,000.00 $4,000.00 2-H30 16"X 8"Cross EA 1 $1,750.00 $1,750.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-H31 36" Dia.AWWA C303 BWCCP Class 150 LF 3652 $535.00 $1,953,820.00 2-H32 36" Horiz. Gate Valve with 6' Dia. EA 3 $170,000.00 $510,000.00 Manhole 2-H33 18" Dia. Steel Casing Pipe(Open Cut) LF 24 $270.00 $6,480.00 2-H34 48" Dia. Steel Casing Pipe(Open Cut) LF 56 $550.00 $30,800.00 2-H35 36" Dia.Temporary Test Plug EA 1 $40,000.00 $40,000.00 2-H36 Remove Existing 36"Valve Assembly and EA 2 $10,000.00 $20,000.00 Vault 2-H37 3"Combination Air Valve and Manhole EA 1 $22,000.00 $22,000.00 2-H38 36"x 16"Cross EA 1 $18,000.00 $18,000.00 2-H39 36"x 16"Tee EA 2 $18,000.00 $36,000.00 2-H40 36"Tie-in Connection EA 2 $17,000.00 $34,000.00 2-H41 36"Water Line Stop EA 2 $130,000.00 $260,000.00 2-H42 Fire Hydrant Assembly(Type 1) EA 12 $5,700.00 $68,400.00 2-H43 Fire Hydrant Assembly(Type 2) EA 13 $6,600.00 $85,800.00 2-H44 Remove and Replace Existing Fire EA 1 $5,500.00 $5,500.00 Hydrant Assembly 2-H45 Adjust Exist.Water Valve Box to Finish EA 6 $700.00 $4,200.00 Grade 2-H46 1"Water Service EA 10 $1,300.00 $13,000.00 2-H47 Trench Safety for Waterlines LF 5045 $3.00 $15,135.00 2-H48 Allowance for Unanticipated Water LS 1 $50,000.00 $50,000.00 Improvements Sub Total: $3,979,515.00 SUBTOTAL PART I -WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-11 Mobilization(Max 5% Part 1) LS 1 $100,000.00 $100,000.00 2-12 Schedule Impacts(Part I -Wastewater LS 1 $20,000.00 $20,000.00 Improvements) 2-13 6" Dia.SDR 26 ASTM D2241 Wastewater LF 77 $95.00 $7,315.00 Gravity Line(12'-14' Depth) 2-14 6" Dia.Tie-in Connection EA 5 $1,500.00 $7,500.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-15 6" Dia.Tie-in to Existing Manhole EA 1 $1,600.00 $1,600.00 2-16 8" Dia.SDR 26 ASTM D2241 Wastewater LF 322 $75.00 $24,150.00 Gravity Line(0'-6' Depth) 2-17 8" Dia.SDR 26 ASTM D2241 Wastewater LF 48 $126.00 $6,048.00 Gravity Line(6'-8' Depth) 2-18 8" Dia.SDR 26 ASTM D2241 Wastewater LF 21 $141.00 $2,961.00 Gravity Line(8'-10' Depth) 2-19 8" Dia.SDR 26 ASTM D2241 Wastewater LF 566 $154.00 $87,164.00 Gravity Line(10'-12' Depth) 2-110 8" Dia.SDR 26 ASTM D2241 Wastewater LF 792 $198.00 $156,816.00 Gravity Line(12'-14' Depth) 2-111 8" Dia.SDR 26 ASTM D2241 Wastewater LF 100 $304.00 $30,400.00 Gravity Line(14'-16' Depth) 2-112 8" Dia.SDR 26 ASTM D2241 Wastewater LF 9 $307.00 $2,763.00 Gravity Line(16'-18' Depth) 2-113 8" Dia.Tie-in Connection EA 10 $920.00 $9,200.00 2-114 8" Dia.Tie-in to Existing Manhole EA 3 $980.00 $2,940.00 2-115 10" Dia. SDR 26 ASTM D2241 LF 271 $261.00 $70,731.00 Wastewater Gravity Line(14'-16' Depth) 2-116 10" Dia. SDR 26 ASTM D2241 LF 372 $270.00 $100,440.00 Wastewater Gravity Line(16'-18' Depth) 2-117 10" Dia.Tie-in to Existing Manhole EA 1 $1,100.00 $1,100.00 2-118 30" Dia. PVC (PS115,ASTM F679) LF 512 $617.00 $315,904.00 Wastewater Gravity Line(16'-18' Depth) 2-119 30" Dia. PVC (PS115,ASTM F679) LF 665 $593.00 $394,345.00 Wastewater Gravity Line(18'-20' Depth) 2-120 36" Dia. PVC (PS115,ASTM F679) LF 34 $800.00 $27,200.00 Wastewater Gravity Line(18'-20' Depth) 2-121 Rehab Existing 36" Dia.VCP Wastewater LF 295 $460.00 $135,700.00 Gravity Line with C.I.P.P. 2-122 4' Dia. Fiberglass Manhole(<6' Depth) EA 17 $16,000.00 $272,000.00 2-123 5' Dia. Fiberglass Manhole(<6' Depth) EA 6 $32,000.00 $192,000.00 2-124 6' Dia. Fiberglass Manhole(<6' Depth) EA 1 $36,000.00 $36,000.00 2-125 8' Dia. Fiberglass Manhole(<6' Depth) EA 1 $50,000.00 $50,000.00 2-126 Rehabilitate Existing Brick Manhole EA 3 $19,000.00 $57,000.00 2-127 Extra Depth for Manhole(Over 6' Depth) VF 275 $230.00 $63,250.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM 2-128 Bypass Pumping of Raw Sewage LS 1 $80,000.00 $80,000.00 2-129 Remove Existing Wastewater Line LF 3067 $12.00 $36,804.00 2-130 Remove Existing Manhole EA 10 $400.00 $4,000.00 2-131 Remove Existing Manhole Cut and Plug EA 1 $1,000.00 $1,000.00 at ROW Line 2-132 Remove Existing Manhole Top and Cap EA 2 $4,000.00 $8,000.00 2-133 Grout Fill and Abandon Existing 10"VCP LF 651 $30.00 $19,530.00 Wastewater Gravity Line 2-134 Grout Fill and Abandon Existing 18"VCP LF 1180 $40.00 $47,200.00 Wastewater Gravity Line 2-135 Trench Safety for Wastewater Lines LF 3789 $6.00 $22,734.00 2-136 Trench Safety for Wastewater Manhole EA 28 $100.00 $2,800.00 2-137 Well Point Dewatering LF 1963 $10.00 $19,630.00 2-138 Wastewater Service Connections EA 12 $4,800.00 $57,600.00 2-139 Allowance for Unanticipated LS 1 $100,000.00 $100,000.00 Wastewater Improvements Sub Total: $2,573,825.00 SUBTOTAL PART J -GAS LINE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-J1 Mobilization(Max 5% Part J) LS 1 $9,000.00 $9,000.00 2-J2 Schedule Impacts(Part J -Gas LS 1 $1,000.00 $1,000.00 Improvements) 2-J3 Trenching/Backfilling for Gas Lines(2"- LF 1065 $32.00 $34,080.00 6" Dia.) 2-J4 Trenching/Backfilling for Gas Lines(8" LF 3685 $37.00 $136,345.00 Dia.) 2-J5 Adjust Existing Gas Valve Boxes To EA 10 $950.00 $9,500.00 Finish Grade 2-J6 Remove Existing Gas Lines LF 565 $26.00 $14,690.00 2-J7 Abandon in Place Existing 6"Gas Line LF 500 $1.00 $500.00 2-J8 Abandon in Place Existing 8"Gas Line LF 3685 $1.00 $3,685.00 Sub Total: $208,800.00 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-K1 Allowance for Unanticipated Disposal of LS 1 $25,000.00 $25,000.00 Contaminated Soil or Groundwater Sub Total: $25,000.00 Part L-ADDITIVE ALTERNATE NO.1 No. Description Unit Qty Unit Price Ext Price 2-1-1 Mobilization(Max 5% Part L) EA 1 $10,000.00 $10,000.00 2-1-2 36" Dia.AWWA C200 Polyurethane LF 3652 $600.00 $2,191,200.00 Coated Steel Pipe Class 150 2-1-3 36"x 16"Tee EA 2 $18,000.00 $36,000.00 2-1-4 36"x 16"Cross EA 1 $18,000.00 $18,000.00 2-1-5 DEDUCT: 36" Dia.AWWA C303 BWCCP LF -3652 $535.00 ($1,953,820.00) Class 150(Item H31) 2-1-6 DEDUCT: 36"x 16"Cross(Item H38) EA -1 $18,000.00 ($18,000.00) 2-1-7 DEDUCT: 36"x 16"Tee(Item H39) EA -2 $18,000.00 ($36,000.00) Sub Total: $247,380.00 Part M-ADDITIVE ALTERNATE NO.2 No. Description Unit Qty Unit Price Ext Price 2-M1 Mobilization(Max 5% Part M) EA 1 $1.00 $1.00 2-M2 30" Dia. FRP Class SN 72 Wastewater LF 512 $598.00 $306,176.00 Gravity Line(16'-18' Depth) 2-M3 30" Dia. FRP Class SN 72 Wastewater LF 665 $580.00 $385,700.00 Gravity Line(18'-20' Depth) 2-M4 DEDUCT: 30" Dia. PVC (PS115,ASTM LF -512 $617.00 ($315,904.00) F679)Wastewater Gravity Line(16'-18' Depth)(Item 117) 2-M5 DEDUCT: 30" Dia. PVC (PS115,ASTM LF -665 $593.00 ($394,345.00) F679)Wastewater Gravity Line(18'-20' Depth)(Item 118) 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM Sub Total: ($18,372.00) Part N-DEDUCTIVE ALTERNATE NO.3 No. Description Unit Qty Unit Price Ext Price 2-N1 DEDUCT: Schedule Impacts(Part B- LS -1 $5,000.00 ($5,000.00) Street Improvements)(Item B2) 2-N2 DEDUCT: Schedule Impacts(Part G- LS -1 $10,000.00 ($10,000.00) Storm Water Drainage Improvements) (Item G2) 2-N3 DEDUCT: Schedule Impacts(Part H - LS -1 $20,000.00 ($20,000.00) Water Improvements)(Item 1-12) 2-N4 DEDUCT: Schedule Impacts(Part I - LS -1 $20,000.00 ($20,000.00) Wastewater Improvements)(Item 12) 2-N5 DEDUCT: Schedule Impacts(Part J -Gas LS -1 $1,000.00 ($1,000.00) Improvements)(Item J2) Sub Total: ($56,000.00) 00 30 02 COMPLIANCE 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. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ® 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: Company Name: Reytec Construction Resources, Inc. ( e or printed) By: (signature--attach evidence of authority to sign) Name: Gregg T. Reyes (typed or printed) Title: President Business address: 1901 Hollister Street Houston, TX 77080 Phone: 713.957.4003 Email: GReyes(a)_reytec.net END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A 10/2018 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Cilv of,Corpus Christi Ordinancc 17112, LIN anicn&LI, requires all persons or €irms seeking to do business with the Citi to providc the 1-011owinig information. Every gLleSlton muSt be a11S\Vc1'ed. €I the question is not applicable, answer with "NA". See reverse side frn-riling I�equirements,C.'crliiications and definitions. COMPANY NAME: Reytec Construction Resources, Inc. STREET P. O. BOX: ADDRESS 1901 Hollister St. CITY: Houston STATE: TX ZIP: 77080- FIRM IS: 1. Corporation B2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is ncccssar}. J)ICUSC use the reverse side of this page or attach separate sheet. 1. State the names o1 cach "Cmplovec tilt the Cit` of Corpus Christi having an "ownership interest" constituting 3%or more o the ownership in the above named Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or marc of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names ofcacti 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 irncrest" constituting 3% or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi 00 30 05—1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 01/2016 FILING REQUIREMENTS [I a Berson %1 ho reg tiests of'1 ficial action on a matter knows that the requested action will confer an eco noinic benefit ott any City ot`tici1t1 or CrrtpIo\cc that is distin�tiishahIc fi,nm the effect that the action will have on members of the 11tihlic. in �cnCral ora Suhstantial sL�iticitt [heicof. roti Shall disclose that fact in a Si"ned writim! to the City official, emplo�cc(11' boiiW that has [)Cell reyucstcd to act ill'. ii the in:ttter. tntless the interest of the City official or cittployee in the matter is apparent. -I lic disc€osurc shall also IAC ma& in a si,.fied %kritin—­ Bled with the Citi Sec.rciar . [Ethics Ordinance Sel`.iion 2-149 (d)I CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowin�;Iv withheld disclosure of ain, information requested; and that supplemental statements will be promptly submitted to the City of['orpus Christi,"Texas as changes occur. Certifying Person: Gregg T. Reyes Title: President (Type or Print) Signature of Certifying Person: --7-,4 Date: 05/14/2019 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi, Texas. f "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05—1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 01/2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Everhart Road—Holly Road to South Padre Island Drive (Ty e B Pro'ect No. 18014A Bidder certifies that 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 value for special consideration in the letting of a contract. Company Name: Reytec Construction Resources, Inc. ; ed)ed or By: (signature--attach evidence of authority to sign) Name: Gregg T. Reyes (typed or printed) Title: President Business address: 1901 Hollister Street Houston, TX 77080 Phone: 713.957.4003 Email: GReyes@reytec.net END OF SECTION Non-Collusion Certification 003006-1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A 10/2018 i i TABLE 1—ORGANIZATION INFORMATION Organization doing business as: Reytec Construction Resources, Inc. Business Address of Principal Office 1901 Hollister Street Houston, TX 77080 Telephone No. Website Form of Business (check one) x❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of IncorporationTexas Date of Incorporation 02/15/1996 Chief Executive Officer's Name Gregg T. Reyes President's Name Gregg T. Reyes Vice President's Name(s) Steven Aranda Secretary's Name I Rebecca Reyes Treasurer's Name Rebecca Reyes If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies, Firms,or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date i Indicators of Organization Size Average number of current full-time employees 160 Average estimate of revenue for the current year Statement of Experience 004516-4 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 1—Organization Information Organization doing business as: Reytec Construction Resources, Inc. Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 Kostoryz Road— Brawner Parkway to Staples Street 2018 2 Williams Dr Imorovements Phase 3- Staples St to Airline Rd 2017 3 McArdle Road Imorovements— Ennis Joslin Road to Whitake Drive 2016 4 Downtown Imorovements, Chapparral Street 2015 5 Staoies Street Phase 1 2014 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year 2019 EMR 0.87 Year 2018 EMR 0.95 Year 2017 EMR 1.34 Previous Bidding and Construction Experience—Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO x YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO x YES Statement of Experience 004516-5 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 2—Project Information Organization doing business as: I Reytec Construction Resources, Inc. Proposed Project ................. Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Alisandro Jaramillo Superintendent Mario Vela Safety Manager Steven Aranda a Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year LEMR I I Year 7EMR I YearT EMR Subcontractor Year EMR Year EMR i Year EMR Statement of Experience 004516-6 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Reytec Construction Resources, Inc. Project Information Project Staples Street Phase 1—Brawner Parkway to Name Barracuda Place Bond 2008,Project No.6468 Description Street and Drainage Improvements Reference Contact Information Project Owner City of Corpus Christi Name/Title Riaz Ahmed,P.E. Telephone 361.826.3777 Email Project Designer Project Budget and Performance Original Final Contract 6530741 00, #Contract #Days , Contract Price Price Days 330 Late Issues/Claims/ Litigation: Project Information Project Williams Drive, Phase No 1 &2, Bond Name 2008—Project No.6466&6467 Description Reference Contact Information Project Owner City of Corpus Christi Name/Title Riaz Ahmed,P E. Telephone 361.826.3777 Email Project Designer Project Budget and Performance Original Final ContractI #Contract 33 #Days Contract Price Price Days 1 17,714,384 00 months Late Issues/Claims/ Litigation: Proiect Information Project Downtown Street Improvements Chaparral Name Street Bond 2008 Rebid-Project No.6410 Descriptio Redesign of roadway and pedestrian right of way Reference Contact Information Project Owner City of Corpus Christi Name/Title Riaz Ahmed,P. E. Telephone 361.826-3777 Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price 4,81s,o7o00 Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects __....._ Organization doing business as: Reytec Construction Resources, Inc Proiect Information Project 8"Concrete paving wt 6"curb,storm sewer various Name Westheimer Road Reconstruction Description sizes,4540'of waterline Reference Contact Information._ Project Owner Gunda Corporation,LLC Name/Title Raj Tanwani,P.E. Telephone 713.541.3530 Email Project Designer Project Budget and Performance Original Final Contract 00 747 390 7, , . #Contract #Days Contract Price Price Days 1 Late Issues/Claims/ Litigation: Project Information Project Reconstruction of Brittmoore Rd approx 6700'of Zea.24'lanes,curbs,sidewalks and from Hammerl Cla Rd Description Name y Blvd to y street lighting,storm water system Reference Contact Information Project Owner Sudarshan Gouni,P.E. Name/Title City of Houston Telephone 832.395.2231 1 Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price 10,426,981 80 Days Late Issues/Claims/ Litigation: Project information .._........_ Project Neighb orhood Street Description Construction of reinforced concrete paving,drainage Name Reconstruction,Project 465 wastewater system,potable water system Reference Contact Information Project Owner Mohd Warrad,P.E. Name/Title City of Houston Telephone 8_32.395.2219 Email Project Designer Project Budget and Performance f #Contract # Dayss Price 15,297,832.98 Days LateContract Price Final Contract Issues/Claims/ Litigation: Statement of Experience 004516-8 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: [ Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price PriceDays Late .... _ Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business Bidder's Safety Record and Ex crience j Has the Bidder received any Citations for violations of OSHA within the past five (5) years? List Citations below (date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. NO YES x Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any,and the penalty assessed. NO x YES Has the Bidder,within the past ten(10)years,been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. NO x YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder. The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ®Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ®Yes ❑ No 3 Does the Bidder have an active construction safety training program? x Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ® N/A B. Excavation ® Yes ❑ No ❑ N/A C. Cranes & Hoists ❑ Yes ❑ No to N/A D. Electrical ® Yes ❑ No ❑ N/A Statement of Experience 004516-10 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ® Yes ❑ No ❑ N/A F. Confined Spaces ® Yes ❑ No ❑ N/A G. Material Handling ® Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection . ❑ Yes ❑ No ® N/A J. Underground Construction ® Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than 5 or equal to the national average for North American Industrial Classification System tKi Yes ii No ("NAICS")Category 23 for each of the past five(5)years?Provide the Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a ®Yes ❑ No separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection, the findings, and the magnitude ❑Yes ® No of the issues in a separate attachment if yes. Statement of Experience 004516-11 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Table 5-Demonstrated Minority, MBE, DBE Participation Organization doing business as Reytec Construction Resources, Inc. Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/MBE/DBE Participation Policy Name Work to be Provided Estimated %of Contract Price Highway Barricades&Services Traffic Control Traffic Control Striping and signs 1.0% Austin Traffic Signal Construction Compan ,Inc. Traffic Control 4.5% Statement of Experience 004516-12 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: Reytec Construction Resources, Inc. typed or printed) By: (individual's signature) Name: Gregg T. Reyes (typed or printed) Title: President (typed or printed) Designated Representative: Name: Steven Aranda Title: Vice President Address: 1901 Hollister St. Houston, TX 77080 Telephone No.: 281.830.9191 Email: SAranda@reytec.net END OF SECTION Statement of Experience 004516-13 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 to I. r DAMS INSURANCE,,-SERVICE � I[,t ` -�YE1°iRS _." YO❑ edN _ _._ r��.r.r March 19, 2019 RE: Reytec Construction Resources, Inc. EMR To Whom It May Concern: The Workers Compensation Experience Modification as published by the National Council on Compensation Insurance, Inc. are as follows: Year Mod 10/16/2018 to 10/16/2019 0.87 10/16/2017 to 10/16/2018 0.95 10/16/2016 to 10/16/2017 1.34 Sincerely, Adams Insurance Service, Inc. Janet Williams, CIC, CISR, ACSR Commercial Account Manager 427 W 201h Street■Houston,Texas 77008•P.O.Box 7011•Houston,Texas 77248-7011 Phone 713.869-8346•800.438.8346•Fax 713.869.9144• www.adamsins,_coni WORKERS COMPENSATION EXPERIENCE RATING &C-1? Risk Name:REYTEC CONSTRUCTION RESOURCES INC Risk ID: 420936907 Rating Effective Date: 10/16/2018 Production Date: 05/23/2018 State: TEXAS State 41It Exp Excess Expected Exp Prim Act Exc Losses] Ballast Act Inc Losses Act Prim Losses Losses Losses Losses TX-A 1 22 204,53: 319,2281 114,693j.__45,8971 55,2751 150,959 105,0621 (A)I(B) (C)Exp Excess (D)Expected (E)Exp Prim (I)Act Exc (a)Ballast (H)Act Inc (Q Act Prim - s Losses Lassas(ii-1) Losses Losses Wt Losses(D-El , Losse _- --_ 1 221 1 204,5351 319,22£i? 114,693 IS,::::1" 55,275 147,2561 101,3591 Primary Losses Stabilizing Value Ratable Excess Totals (I) C'(1 -A)+G (A)'(F) (J) Actual 101,359 214,812 10,097 326,268 (E) C*(1 -A)+G (A)`(C) (K) Expecled 114,693 214,812 44,998 374,503 ARAP FLARAP SARAP MAARAP Exp Mod Factors 1 G 87 f RATING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS li DOLLARS WHERE ERA IS APPLIED. l Carrier: 29939-000 Policy: 0001295501 Eff-Date: 10-16-2017 Exp-Date: 10-16-2018 , .r.. .. ,dr:Ix si.or.:..l'. i... ... .. . i - , ...i. . i i :1 'r �•'.:Il,gl Page 1 of 3 I WORKERS COMPENSATION EXPERIENCE RATING NCCi,I Risk Name:REYTEC CONSTRUCTION RESOURCES INC Risk ID: 420936907 Rating Effective Date:10/16/2018 Production Date: 05/23/2018 State: TEXAS 42-TEXAS Firm ID:A Firm Name: REYTEC CONSTRUCTION RESOURCES INC Carrier: 15172 Policy No. WCO28328220 Eff Date: 10/16/2014 Exp Date: 10/16/2015 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prue Ratio Losses Losses Losses Losses _5200_1 1.49 .38J 1,44&0681 21,577 8,199 710948224 04 F 10,9431 10,943 5506 -203F,361 1,220,302! 24,772 8,918 710951144 04 F 10,999 10,999 5606 .29 .38J 1,358,0661 3,938 1,496 710946263 104 F 11,559 11,559 6306 2.10 .331 773,601' 16,246 5,361 710961044 04 F 25,267 16,500 6319 1.39E33� 465,3511 6,468 2,134 710966363 05 F 12,537 12,537 8227 -96� .37 934,6011 8.972 3,320 N0.7 06 L' 3,628 3,628 1 8809 .05 .311 187,200. 94{ 29 8810 .04 401 705,263 282 113 Subject Total Act Inc Policy Total: 7,092,472'premium: 432,596 Losses: - 74,833 42-TEXAS Firm ID:A Firm Name: REYTEC CONSTRUCTION RESOURCES INC Carrier: 29939 Policy No. 0001295501 Eff Date: 10/16/2015 Exp Date: 10/16/2016 1 - i- Code L 0- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 36 284,633 3358 1,205 0001025073 05 I F 3.624 3,624 40001 1.18 I_.._ 3!_.. _ - _51 90_.� L 5200 1.49 .38 2,319,028 34,5541 13,131 7001011265 05 F 9,902 9.902 5506 2.03 .361 1,607,453 32,631 11,747 4001011082 06 F 1,661 1,661 5606 .29 .38 2,195,430 6,367 2,419 6306 2.101 .33 1,227,4691 25,777 8,506 6319 1.39 .33 487,346 6,774 2,235 B227 .96 .37 932,807 8,955 3,313 8742 -07 .35 71,580 50 18 8809 .05 .31 187,200 94 29 8810 .04 .40 1,038,560 415 166 Subject Total Act Inc Policy Total: 10,351,50 Premium: 368,233 Losses: 15,187 rnm,;n1••1a•x,.,r ti• ,Cnl•1 rr,r r• r•: r+,u;y.1•. ^r•;r1.,, .rr,rn.v r n. la•,•;, w .,o,-'.�nc9.1 r.l,i ..I ..,.,•ca ,,.•.1 ,. .. . t i I.• , s I.:/ 'I ^1,01, , •': .. I: 1 : '. I:it",.,1. .�1 1 ,I!'I:.. c.r.tknt , I .. •I .. •e Ve141 r,J4W lure r,r ,. •,.#s _. I... „ I2031)orless ... ,•_d'unl[;<,v r'.,I- UUSL&HW C Calaslroph,c Loss E Employers DAN1 1 Loss 9 Mnitml Loss Page 2 of 3 WORKERS COMPENSATION EXPERIENCE RATING &I'r? Risk Name: REYTEC CONSTRUCTION RESOURCES INC Risk ID: 420936907 Rating Effective Date:10/16/2018 Production Date: 05/23/2018 State: TEXAS 42-TEXAS Firm ID:A Firm Name: REYTEC CONSTRUCTION RESOURCES INC Carrier: 29939 Policy No. 0001295501 Eff Date: 10/16/2016 Exp Date: 10/16/2017 Ratlol Ld"96 Losses Losse Act Prim s __ � _ 1. sea Looses Cods ELR i D- II Expected Ex Prim Claim Date 1J tyF Act 4000 1.18 .36 250,726 2,959 1.065 5001039415 04 0 53,630 16,500 5200 1.49 .38 2,094,615 31,210 11,860 ,7001041091 105 F 1 7.209 7,209 5506 2.03 .361 1,806,244 36,6671 13,200 5606 _291 _38 _ 2,193,8521 6,362 2,418 6306 ! 2,101 .331 1,098,116 23,060 7,610 i 6319 1 1.391 .331 607,9551 8,451 2,789 8227 1�.996! .371 _ 904,551' 6,684 3,213 18809 1 .051 311 187,200, 94 29 8810 .04� 4U1 1,040,757 4161 166 !Subject lTotal Act Inc Policy Total: 10,184,016!Premium: 342,010! Losses: 60,839._ 1 -011 1 9 9 3-20 1 9,All rights reservDd This pr rhid is compised of compilations and InfOlmnlioc which aro the propliutary and exclusive propOrly of the Nahona Do lnc I �s%.on Inswanco r :tll't'I r c dlsse ii llC 1,sale.lalcf2 assg— i 4,«S'non of Ibis G,r11,1,ori salt may bs I Nr.: I' r'shnd AO ,. ...,. l' .. ,.�.. 4u., I.,e ;I.,. ., '•.1' i,. k1,.,t•l.ti": .. ,',[,ra¢J.�c.1,',. ,..,.ii ,. 't .. ..J ,•i1 '•1 .1.a1.li ry. ,.. l,ii r rl 1'f r. +I ]� a 1..r 4.,11 �Y .r .,. ..fr I.,,-i .. 11 A' Il"_ .r 1.. ul 1�..r,1 ,t Cr,[.r .,i� X, ;1 -It 1.r..LL11 'ill 1 . .1la,.1, '.t-r,lf.r , ti.:-.I.•.. ., At „� ,. I,• nr, l: r.G , i.... Y. I ..,,.. .f': :tr.r�i I r.i,,,. I•r1:1,c1UG ono jscn,;n W raut.lsnap notnavc a4v.�a4ry Ihumo 'Total by l Year of all cases$2000 of loss D Disease Loss X C.-Mod.01 Coverage .SSL&HW G Calaslrophlc Loss L Llnployors Llabillty Lass 0 Orbited Lass Page 3 of 3 E III:: - Construction Resources, Inc , C== Ce■rtrnollen aorarreew.Ino. Mario Vela Civil Superintendent ROLE AND RESPONSIBILITY Mr_ Vela is a results-oriented professional with over 25 years of diversified experience and strong delivery skills in all aspects concerning the management and oversight of underground utilities, site work, and paving infrastructure projects. He has excellent knowledge of field superintendent activities on major capital projects exceeding$20M. He has consistently demonstrated the ability to lead diverse infrastructure teams to execute expansion and improvement projects while achieving safety,quality,cost and schedule objectives.Works well with owners, inspection teams, QA/QC personnel,and engineers,having a strong commitment to working in a team environment. Outstanding negotiation and interpersonal skill at all levels both in English and Spanish. CORE STRENGTHS & EXPERTISE Managing and Directing Field Activities, Scheduling, &Quality and Cost Control— Microsoft Office Suite-OSHA 10& 30 Hr Safety Certs.-Fluent in Spanish EMPLOYMENT HISTORY 2006 to Present. Reytec Construction Resources; Project Sup .rintendent Joined Reytec in November of 2006 to manage and execute several projects at various locations in Houston Texas. Work consisted of all infrastructure, underground utilities, roadways, parking areas, landscaping and irrigation. Coordinated daily activities with City inspectors during the construction of several Neighborhood Reconstruction projects. Duties included all aspects of Project Superintendent, including procurement of materials, selecting, contracting and coordinating subcontractors and safety management program. PROJECT EXPERIENCE City Of Corpus Christi;..KostorVz_Road MT rovements Work includes construction of new underground storm, wastewater and water systems, inlets, manholes, replacement of existing HMAC roadway, new roadway base material, concrete paving, sidewalks, ramps, driveways and traffic signals from Brawner Parkway to Staples Street. Superintendent Contract Amount: $8,796,224.60 2016-2017 City Of Houston Museum Djstrict/Main Street Improvement Project Work includes construction of sidewalks, ramps, medians, pedestrian lighting, pedestrian amenities and landscape improvements along Main Street and Binz Corridors. This includes reconstruction of Main and University intersection,and pedestrian signal upgrades at Main&University,and Main&Binz intersections. Superintendent Contract Amount: $2,483,336.51 2015-2016 1 Upper_K rby_Redeveloprncent Authof ity.:.Richrporid AveFILW Diaonacle Improve n-le:nts Construction and rehabilitation to Richmond Ave. between Kirby and Buffalo Speedway. Work consisted of underground utilities including Storm, water, sanitary and road pavement. Storm included various sizes of RCB primarily 9'x 7'with large junction boxes at tie-ins to existing storm systems. Cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. Superintendent Contract Amount: $4,720,779.00 2014-2015 City of 1-foogton Ne ght)orhood Street Neconstruction No, 435A The construction of paving, drainage, water and wastewater improvements along segments of various neighborhood streets throughout the Springwood Oaks, Timber Oaks, Wrenwood Oaks and Royal Oaks Subdivisions in the Spring Branch area. Work consisted of 18" RCP up to 8'x 5' RCB. Various water line sizes from 4"to 16",waste water from 6"to 15"dia. Superintendent Contract Amount: $10,067,669.37 2013-2014 C;rty_gf H(Alston Astoria Blvd Paving and Drainage Improvements The project consists of approximately 38,823 square yards of 8" reinforced concrete pavement with 6" curb, approximately 10,880 linear feet of Storm Sewer of various sizes, approximately 4,540 linear feet of 4",6",8"and 12"water line,including all appurtenances.Construction methods for utilities include open cut and auguring methods The project limits are located within the City of Houston, and within the right-of-way of the cross streets within those limits. This project is considered to be a neighborhood reconstruction project for the City of Houston. Superintendent Contract Amount: $3,986,983.20 2012-2013 L,I�Y,af Houston S01,11h Braes wood Reconstruction from Kirby_to Stella Link The project consists of approximately 47,750 square yards of 10" inch reinforced concrete pavement with 6" curb, approximately 4,840 linear feet of Storm Sewer of various sizes, approximately 2200 linear feet of 4", 5", 8" and 12" water line, including all appurtenances. Construction methods for utilities include open cut. The project limits are located within the City of Houston, and within the rights-of-way of the cross streets within those limits. Superintendent Contract Amount: $5,555,067.10 2011-2012 City of_Houston Storm Drainac1e Improvements in the Fonn Villas Subdivision This project consists of approximately 5,915 linear feet of reinforced box storm sewer; 12,457 linear feet of 60", 54", 48", 42", 36", 30", and 24" storm sewers; 2,275 linear feet of 10" and 6" sludge force main; 1,690 linear feet of 15", 12", 10", 8", and 6"sanitary sewer; 5,820 linear feet of 54", 15", 12", 10", 8" and 6" sanitary sewer rehabilitation; 27,315 linear feet of 12", 8" and 6" waterline; roadway reconstruction and sidewalk. Superintendent Contract Amount: $16,274,537.10 2010-2011 tarty of Houston C uok Road Paving Iryipro_v-ements;Bissonnet Road to Bellaire Boulevard Reconstruction of approximately 9,600 linear feet to consist of two 24' concrete roadway section with curb and gutter median,two H.C.F.C,D. bridge crossings and necessary underground utilities Superintendent Contract Amount: $9,997,653.85 2009-2010 2 City QfHouston_Ella Ppv_inq from Pi.nernont to West Little York Prime Contractor to the City of Houston and responsible for the complete project. Construction of—55001f of divided four(4) lane roadway, 57,000 sq. yards of 9"concrete street paving, curbs, esplanades, 30,000 cubic yards' road excavation, traffic signal systems, 13,5001f of 9x5, 3x4, 6x5 concrete box culvert, RCP storm, sanitary sewer and domestic water supply. Underground: 3,912 If-24"RCP Storm Sewer, Open Cut 308 If- 30" RCP Storm Sewer, Open Cut 346 If- 36" RCP Storm Sewer, Open Cut 219 If- 3'x3' Box Storm Sewer, Open Cut 1,019 If- 5'x3' Box Storm Sewer, Open Cut 110 If- 5'x4' Box Storm Sewer, Open Cut 1,322 If-6x3 Box Storm Sewer, Open Cut 973 If-6x5 Box Storm Sewer, Open Cut 4,618 If-8x4 Box Storm Sewer, Open Cut 5,286 If- 9x5 Box Storm Sewer, Open Cut 2,994 if-8"Sanitary Sewer,Open Cut 6,351 If-8"Sanitary Sewer Remove&Replace 345 If-6"water main, Open Cut 1,120 If-8" PVC water main, Open Cut 8,130 If- 12" PVC water main, Open Cut 253 If- 16° PVC water main, Open Cut Superintendent Contract Amount: $8,068,527.00 2008-2009 Qiiyof Houston Central I']rk Sul)ciivisiofi Storm Sewer F acilfties Phase 11 Reytec is the Prime Contractor to the City of Houston. The project will consist of 15,000 cubic yards of roadway excavation, removing 15,500 sq, yards of existing concrete drives, sidewalks, and roadways, 51,450 sq. yards of existing asphalt paving, 39,545 sq. yards of 6" reinforced concrete pavement, 14,535 sq. yards of 7" reinforced concrete pavement, 13,450 sq yards of 6" concrete driveways, 6,700 sq. yards of 4 %" concrete sidewalk, 60,975 sq. yards of 6" lime stabilized base, and 23,000 sq. yards of Hydro-Mulch seeding. Underground Utilities: 8,896 If- 24" RCP Storm Sewer, Open Cut 2,3931f- 30" to 60"RCP Storm Sewer, Open Cut 926 If- 19"x30" HE Class IV Storm Sewer,Open Cut 219 If-29"x45" HE Class IV Storm Sewer, Open Cut 560 If- 34"x53" HE Class IV Storm Sewer,Open Cut 112 ea-Type BB Inlets 56 ea- Standard Storm Sewer 42"to 72" Manholes 9,200 If- Remove& Replace 8" PVC Sanitary Sewer, Open Cut 32 ea-Sanitary Sewer Manholes 6,000 If-8" PVC Water main, Open Cut 6 ea- Fire Hydrants 174 ea - 2"Water Meters 174 ea- New Copper Service Lines &Connection to Meter Long & Short Superintendent Contract Amount: $7,968,152 2007-2008 1Ai_dtown_RedeveloprmentAuthoritv McGowen St. Reconstruction (Inij th to Hamilton) Reytec is the Prime Contractor to the Midtown Redevelopment Authority and is responsible for the traffic control, street lighting, pavement markings, pollution prevention, site workllandscaping, demolition of existing concrete/asphalt paving (curbs, sidewalks, storm sewer), install concrete paving stamped concrete sidewalks, curbs, install sanitary sewer, waterline, storm sewer, 18,000 square yards of 10"concrete paving, and installation of new traffic signals. The sidewalks for this project also required decorative brick pavers to be installed throughout the length of the project. The traffic signaling was of a different standard design to complement the existing signal in the Midtown area. Superintendent Contract Amount: $5,423,241.00 2006-2007 3 REFERENCES Warren Graph, Upper Kirby Redevelopment Authority, (832)473-7927 Julius Lovelady, City of Houston, (713)854-4775 Steve Roberts, City of Beaumont, (409)656-4128 Walter Hutchins, City of Houston, (281) 780-9617 Allen Vaugh,Omega Consulting (City of Houston), (281)768-9182 4 Construction Resources, Inc. Alisandro M. Jaramillo, Jr. Advanced Safety Consulting Mobile:(832)384-2647 Email:ajasafptyconsulliny,.com CERTIFICATIONS • Safety Management Specialist(SMS)-Board of Certified Safety Professionals • Construction Health and Safety Technician(CHST)-Board of Certified Safety Professionals • Certified Safety and Health Official(CSHO)-CONSTRUCTION • Certified Safety and Health Official(CSHO)-GENERAL INDUSTRY • Safety,Health,and Environmental Professional(SHEP) • OSHA Authorized Outreach Trainer-CONSTRUCTION • OSHA Authorized Outreach Trainer-GENERAL INDUSTRY • OSHA Public Sector Safety&Health Fundamentals-CONSTRUCTION • OSHA Public Sector Safety&Health Fundamentals-GENERAL INDUSTRY • Medic First Aid'Drainer: First Aid/CPR/AED/Bloodborne Pathogens-Training Center ID:CURRENT • Defensive Flagger Trainer-Work Zone Traffic Control Safety(Train-the-Trainer) • Qualified Rigger Drainer,Level (Train-the-Trainer) • Scaffold Trainer(Train-the-Trainer) • Fall protection-Competent Person • Excavation Safety-Competent Person CORE PERFORMANCES Safety Manager- -Experienced lead coordinator possessing outstanding interpersonal skills—cost Construction and effectively supporting clients'efforts to provide a safe,healthy, work environment. General Industry: -Excellent organizing,prioritizing,and motivating abilities establish and maintain high levels of safety awareness within various specialties.Job sites work as a team to identify, eliminate,and control work hazards through work assessments,following company guidelines,and implementation of OSHA standards which includes meeting.safety training requirements set by OSHA or other recognized safety agency. -Partner, guide, and provide recommendations during OSHA Site visits—positively influencing, through experienced negotiations, outcomes at job site closing conferences and,if cited,at OSHA Area Offices' Informal Conferences. Safely Trainer- -Experienced safety trainer; thorough, concise, and effective. Some topics are: fall Construction and protection, scaffolds, excavation/trenching, confined spaces, basic electrical, hand & General Industry: power tools, ladders, Personal Protective Equipment, Hazardous Communication, Defensive Flagger, Rigger, First Aid/CPR/AED/Bloodborne Pathogens, and OSHA Construction and General Industry 10&30 Hr Courses[all offered in English/Spanish]. EXPERIENCE ADVANCED SAFETY CONSULTING (Dallas,"IX) Safety Consultant,Owner 04/2012 to Present Mentor clients; through participatory and ownership styles,improving hazard recognition skills,job performances, quality, and overall site safety compliances as required by OSHA,state, local,or other recognized safety agencies. Provide review and recommendations of company safety programs and policies through internal audits. Conduct construction site, shop, and office safety evaluations and periodic safety meetings, Lead Incident Investigator: conduct various facility, equipment, and incident investigations and report incidents' root cause and immediate/long-term corrective measure recommendations, Facilitate client Weekly Safety Meetings-- discussing current site construction activity, recent safety evaluations, and respective corrective measures. Create strategic training plans and coordinate clients' Safety Training Programs, ensuring workers are current with all applicable training requirements. Consult clients' key staff during OSHA site visits and, as needed, provide negotiating support during OSHA Informal Conferences. Conduct safety training per subject/topics noted above under, "Safety Trainer-Construction and General Industry". EDUCATION MA,Human Resources Development Webster University St. Louis, MO HS/BA,Management University of Southern Colorado Pueblo,CO AAS,Construction Technology Community College of the Air Force Maxwell At-B,AL ASSOCIATIONS Board of Certified Safety Professionals[BCSP] ASP Candidate ID:768/928036 American Society of Safety Engineers[ASSE]-SW Chapter Member number:010051419 World Safety Organization[WSO] Member number: 021770 Association for Talent Development[ATD] Member number: 11125900 i �r Construction Resources, Ince Steven K. Aranda Vn Operations Summary= Steven has been in the construction industry in Houston since 2000. His experience includes, hospital, neighborl10nd, parking grudges, .Intl city roadways. As Construction Manager, Steven was responsible for completion of design development documents, on-site caordilyation of staff, owner, and subcontractor meetings. NCview and approve subcor3tactors pay requests, vendor invoices, site work progress and prepare the Owner's billing. Ileview all submittal package will requests for information before submission to Architect. Perform material buyout and schedule material deliver for the project. Compile operating arid maintenance manuals, close out documents and work-scope lists. Education: f Texas State University B.S. Agricultural Business and Management Years with Firm: 15 years City of Residence: Houston,TX Project Experience= Job Order Conlrscl Universityof Houston Open Steven Aranda Kirby Drive Storm Swerc Relief Pro3oct Segment] City ofllouslon S 14,177,09700 Slaver Aranda Central Park Subdivision Storm Sewer Facilities,Phase 11 City crHouston S 7.968.152 00 Stevett Aranda C B King Parkway from Tidwell Road to Ocuumonl Highway Harris County S 5,294,13900 Steven Aranda Eielliaie Millennium Renewal Phase.Six Contract One Reconstruction ('ity a Ba Ati rte S )782,401 50 IStevoa Aranda Raldwin Park\eighberhoad Sheets Midtown Rcdavelopmcnt Authority S 3,465.295 00 Steven Aranda Sun Felipe Paving Improvements-Chimney Rock in Yurkmwn City or Houston g 3,388,375 00 Steven Aranda Fariwood Ruud and Bauthior Road Improvontants Galvesinn County S 1,781,567 50 Steven Aranda Reytec Conamction Resources,Inc. 1901 Hollhrter Hauetan Tx 770HO 713-957-4003 www.reytec.n et r.�nar.netrnra n,..n..e,t. tam aw � Construction Resources, Inc. CJ N D CD _ = a� o• s �o m � n Ae � A `wC no w ¢ U v K ve; 3 aQ' "gym c ¢" y y 04 zi a. Er 0 m 11gd a ■ p N ] l lu � a ate' a g Feu 0 5s- a mi m •� ti 3 m m � m N m 7 n ° � o s w � o - � m 0 0 0 6�s O77 2 c `' a R a ] w ro ti. c d 5 3 3 n C n pd N r o S �"� Iy d I z f o o v: v ` r ° ' aN y o d tr v31� s� S a w �tl 3 O r y ^ 5 1 l F 1 I J 1cT V• Ili L� N �^ O � D � �R % %:, `' � OVJ 4 c m '1 ,� � I 1 ll IO `• I � t V PO CL c �. _ p w32 Ei fA y m _ _ � w o' y o n:c = fpr " n » Vv I•-n. ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ � s s ; ' 7_ r � a o I" ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ L LLLJ 0.; W3 � a 7 L 'o 7 ❑ ❑ ❑ ❑ ❑ ❑ oo ❑ ❑ ❑ ❑ ❑S � a co` N CD 0 tD t V, ; W d I- ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ O ❑ ❑� -- X I- Is —T. 0 3 m '; sip � f "0 C n � uitor r"'i t r 1 1,4 :r }x. �+ f; �I 4.�n�..ry ;g � all-. ! 3 N sw"�.••,•.�a i I J r, 7 J ��� r� i � i i �� � n...�..�.� �� � � 4 4� O �' N.•..IJ,. I -_' i ) U d_; i. "1 i A' ,.1 i„ d..., .1 2, �T 100 e iLL «m�..„.I _. _. f- LI � I J 41 i ! 1 .-! - u, rru..,,.- .)� c y •I` w m 1il.n.•ILA BVI I r p s 7 au.w. o_— _ o 0 D o o:73 9z CD m CD co ar O^ m 7 o n e ; n � rn ».�� NOcrQ 3 0 o v D v 0 3 3 o w ° a° m `m ` n c a al N O n c m 3 m a _ 19 CU C m ' � m O an 3 =C) F c swim m? m— �c TI Q Q m s D �= Q a m N n a m o s o C x N O p N O N N 0 3 V A N CD 3 3 O N 7 i z d S d 3 3 m S n c m g co co CD m T 0 3 N w N a 4 U HN ^cw m o c iL a m ' o m a. O N 7 O N m T g `^ `• CD C n-T, o a n Vmi CD a Q �a c o Q CL m r` 7 _ h k w o In ( 0 7J §FO CD E (D .Ji = m O O 3 ID m m 0 3 o a 7 o c m � F � to '8 N � w � m 1 N N ^ CD N o N W m c m �N m Q 0 O O d _ 1 o V rh N D _- c c - o - D m 3 � 3 _ Cd c iv n ,o p6 a I w o 3 c rr I 0 it /� O c N a m o A a v s 3 s a oO Jl d V D N (v N O 7i C j 0 0 0 0 0 0 a' O O a - o N N o N c a m O z 3 a 0 03 O L7 O C F N N N d x [l N m C ❑ O F m In _ _ D N `• a m n /fie I{ N ' 3 o a ,° v o ,c c�i n v m CL ^ a ' a a a N m cn N ° tF m n n o v m o a I - _ o c n x o N a U (D °v CD o 7 3 d m � N d J n = £ o = � m3 m ° m 3 T m cor O C) O S y 3 J 7 5 c D m D m -4 n � N m o to m 3 u o ET N - d v O N C t _ N N N _ CD o C T L` Q _ = C (I" m w C Injury o x x x x x x x x x x Injury !_= Skin Disorder Skin��isorder 5 N 3 an d N N > > O Respiratory (A o c Respiratory " n n -' Ccndo— .. Condition O m (3p V ° m ?olsoning o Poisoning n _ o 3 o N W All other Wnesses o All other dlnasses Q o 0 V• Its g ! D cv kill low i Qi 2o 3c 3 a Viz , �R O _•b r C v `�' n �.'', x 5 k' is 3Y fz �s a Li _ H SE =g g zr y � a ca U) cD w < m v �5 9 (a 03 a - e m o s z 3 8 a v R m c) 77" 77 CL C�® 2.7 CL I.T CD a_ CD N W —�— c a �2 [p N 12 mm v a � � ;3!x x x x xJx x x x x x x W m COD fD m o ; 0 m m $� ro I v m a W x x x x x x x x x x x x x I rlwy T fI7 fD < F CD c m � N ro x _ N J en O �1I' p R95U1'dt°i� N - r r �- O VO 'A Jq 14 m E CL Nu Iw EL 1< n _ a E Q v 3 i- zr Ij� ID - O Lr v n �4 o o m a h a v 80 a i. 2 217 zl a Q cn.D L t, in - 3 A E5 m a N N 6, lP CLm 1 O a w Is IZ 12 57 a % O a Ol 14 c N 0J � KKK _ -`L On= ➢.2 O1 5 w 5 � o = - 7 - - o a I - m - � v w 3 c S d o N � m px >M x x'x '0 W a ° ° gy m N N y N _ to L7 w 7 7 m nK O cp CD �j�j5 O r0 �C C1 tJ v 6� l7 - O an =Q vi c � N a x7 O q AN 10 I- T m C�r�.l�,�r•! � � (i7 � 0 m _ iD C 3 C w Skin Uisoae� e Srin Oisordr.� —� 'o c v 6 IV NN � � O Resoiraiory 42espiralur � L' n n � Gcntlitiun ' ! - n � � (I1 . Poisoning oI ; �. �ussniny � n 1' O n c w h�, nns t m P � �� a�; v 0 -a i 7 o a -4 z n1 z 9 c n //� p,�� O ] N 0 C� m O da N. 3 V n O El a oa 91 3 Et Rolla a N� 3 y �D y m � " " 3 0 v ^ i o °s a � � s rya 0 m C. O k BCA ' I n m n � c� a a ^ 3 N a �y yry f1 `I �N L, � p O � R 0 3 q A � 3 � sm � aS . p � > ■ n { . o ' CD \ . . � m (D_ � , . . CL �. . - m CL m ID . � m ( � ^ � . In } > Li K .§ < < \ \\ \ R ■ . . , > : s } 3 \\ \ � ( \ \ \«_ . . ' I � � � -- � � • : \ ( / 2 \ } ka Reyte Construction Resources, Hey-tec Construction Resources,Inc. PROJECTS IN PROGRESS UPTOWN DEVELOPMENT AUTHORITY Reytec Job#2181 Post Oak Blvd Middle Package—Westheimer Road to San Felipe Street Reconstruction of Post Oak Blvd from Westheimer Road to San Felipe.Work to include: Installing 3000 LF of 42-inch Sanitary Sewer, 1000 LF of 6 feet by 6 feet RCB, 1000 LF of 24-inch Water Main,6000 LF 12-inch Waterline, 40,000 SY of 11-inch Pavement. Installation of hardscape to include 11-foot-wide sidewalks, bus platforms, pavers, landscaping, traffic signals, and communications Schedule is 660 days. Contract Amount: $31,396,192.30 Project Start Date: 04/03/2017 Estimated Completion Date 01/23/2019 Robert Taube Uptown Development Authority 1980 Post Oak Boulevard, Suite 1700 Houston,TX 77056 713.621.2011 UPPER KIRBY REDEVELOPMENT AUTHORITY Reytec Job#2185 Bissonnet Street Reconstruction from Buffalo Speedway to Kirby Drive Street Reconstruction of Bissonnet Street from Buffalo Speedway to Kirby Drive. Work to include: Installing storm sewer RCP and RCB, sanitary sewer, waterline, 10-inch paving. Installation of hardscape to include sidewalks, pavers, landscaping, and traffic signals. Schedule is 300 days. Contract Amount $7,705,515.50 Project Start Date: 07/24/2017 Estimated Completion Date 04/30/2018 Raj Tanwani Gunda Corporation 6161 Savoy Houston, Texas 77036 713-541-3530 Reylt e6! Construction Resources, Inc. PROJECTS COMPLETED CITY OF BELLAIRE Reytec Job#2176 Rebuild Bellaire Phase 5B Reconstruction Replacement of Existing Asphalt pavement with a reinforced concrete curb and gutter street, installation of storm sewer and associated sanitary sewer and water line work. The project also included replacing driveways and sidewalks to residents in Bellaire. The Project also included various landscaping items throughout the neighborhoods we impacted. Contract Amount: $8,393,297.00 Project Start Date: 2/2016 Estimated Completion Date: 05/2016 Terry Maher, Project Manager City of Bellaire C/O HDR Engineering 4635 Southwest Freeway, Suite 1000 Houston, TX 77027 713.622.9264 CITY OF HOUSTON Reytec Job 42172 Wirt Road Drainage and Paving Improvements Sub-Project II Work consists of reinforced concrete paving,drainage, potable water system,wastewater system, street lighting, and tree protection. Work also included signalized intersection work and sidewalk and concrete driveway installation along with electrical conduit work and pavement markings. The Project also included various landscaping items Contract Amount: $15,233.348.00 Project Start Date: 1/15/2016 Estimated Completion Date: 08/2017 Marcus Stuckett, P.E., CFM City of Houston PO Box 1562 Houston, TX 77251 832.395.2500 Reytee Construction Resources,Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2170 Pinemont Drive Paving &Drainage Improvements from Ella Blvd to N.Shepherd Dr. Work consists of Pavement, storm sewer, sidewalks,ditch, concrete driveway, waterline work, sanitary sewer and traffic signal work. Also, installing electrical lighting conduit and pavement markings along Pinemont and side streets. The Project also included various landscaping items. Contract Amount: $12,576,925.00 Project Start Date: 12/5/2015 Estimated Completion Date: 11/2017 Michelle Randon P.E. City of Houston PO Box 1562 Houston,TX 77251 832.395.2500 CITY OF CORPUS CHRISTI Reytec Job#2174 Williams Dr Improvements Phase 3-Staples St to Airline Rd Street and drainage improvements on Williams Drive.This project is in continuation of our Project 2141 Scope of work is very similar to Williams 1 &2 Scope of Work includes: Installing large storm sewer boxes,with a new outfall, and all new concrete paving on the south side of the existing Williams drive. Once the south side is complete, Reytec will switch all traffic to the new, south side paving and begin removing inlets, manholes, and storm pipe on the north side. Then place new storm sewer box, pipes, inlets and manholes in accordance with the details. Reytec will also be removing existing asphalt street and replacing with lime stabilized base, 7"concrete paving and curb, and concrete driveways and sidewalks. Contract Amount: $8,698,783.00 Project Start Date: 0312016 Estimated Completion Date: 08/2017 Dana M Espinal, MBA City of Corpus Christi Engineering Services 4917 Holly Road, Bldg 5 Corpus Christi,TX 78411 Reytec 1 Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2169 Neighborhood Street Reconstruction (NSR) Project 464 Construction of reinforced concrete paving, drainage, wastewater system, potable water system, street lighting, and tree protection. Contract Amount: $8,723,899.00 Project Start Date: 10/15/2015 Estimated Completion Date: 12/2016 Reza R. Arti, P.E., CFM City of Houston PO Box 1562 Houston,TX 77251 832.395.2500 CITY OF HOUSTON Reytec Job#2168 Buffalo Speedway Paving& Drainage—West Airport to Holmes Rd. Reconstruction of concrete roadway improvement of street curbs, underground drainage system, new inlets, sidewalks, streetlights, signal, and necessary underground utilities. Project includes construction of 23,300 CY of Greenfield roadway excavation, 50,800 SY of 9"concrete paving, on top of 57,500 SY of 8" lime stabilized subgrade. 80,000 SF of 4 '/Z inch sidewalk. Reinforced concrete box storm sewer: 2,866 LF (varying box size: 4' x 2' up to 10' x 5'). Reinforced concrete pipe storm sewer: 3,822 LF (24", 36" & 42"). Installation of 8,600 LF of 24" D.I.P. water line. Excavation of 81,000 CY of earth for construction of drainage ponds. Milling 3,216 SY of existing asphalt pavement to accommodate 3,000 tons of HMAC base and overlay on Holmes Rd. Contract Amount: $12,392,198.00 Project Start Date: 05/2015 Steven Wright P.E. City of Houston Department of Public Works&Engineering 611 Walker Houston,TX 77002 Reytec ' Construction PROJECTS COMPLETED UPPER KIRBY REDEVELOPMENT AUTHORITY Reytec Job#2164 Westhetmer Road Reconstruction - Kirby Dr,to Shepherd Dr. The project consist of approximately 8 inch reinforced concrete pavement with 6" curb, Storm Sewer of various sizes, approximately 4,540 linear feet of 4, 6, 8 and 12' water line, including all appurtenances Construction methods for utilities include open cut and pipe bursting methods. The project limits are located within the City of Houston, and within Upper Kirby Redevelopment Authority area and the right-of- way of the cross streets within those limits This project is considered to be a neighborhood reconstruction project for the City of Houston. Contract Amount: $7,390.747.00 Project Start Date: 08/01/2014 Raj Tanwani Gunda Corporation 6161 Savoy Houston, Texas 77036 713-541-3530 CITY OF HOUSTON Reytec Job#2162 Neighborhood Street Reconstruction 465 Construction of reinforced concrete paving, drainage, wastewater system, potable water system, street lighting, and tree protection. Contract Amount: $15,297,832.98 Project Start Date: 09/2014 Mohd Warrad, P.E. City of Houston P.O. Box 1562 Houston, TX 77251 832.395.2219 CITY OF HOUSTON Reytec Job#2161 Wallisville Reconstruction from Lockwood to North Wayside Reconstruction of concrete roadway improvement of street curbs, underground drainage system, new inlets, sidewalks, streetlights, signal, and necessary underground utilities. Contract Amount: $12,111,691.00 Project Start Date: 09/2014 Azar Ahmadian, P.E City of Houston P.O Box 1562 Houston, TX 77251 832.395.2221 Reytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2159 Pressure Reducing Valve Station Improvements Package No. 5 Work includes rehabilitation, removal, installation of 11 pressure reducing valve stations at various locations within the City of Houston's water distribution system. Contract Amount: $2,170,693.50 Project Start Date: 08/2014 Arthur Morris, P.E. City of Houston P.O. Box 1562 Houston, TX 77251 832.395.2317 CITY OF CORPUS CHRISTI Reytec Job #2158 McArdle Road Improvements—Ennis Joslin Road to Whitake Drive Project consists of the full reconstruction of McArdle Road from Ennis Joslin Road to Nile Drive, approximately 4,600 LF, including removal of an existing 2 lane HMAC roadway and all water, wastewater and storm infrastructure and replacement with a new 3 lane HMAC roadway(plus bike lanes) with curb and gutter and 5' concrete sidewalks, new 12" waterline, new 18" wastewater line and new storm sewer infrastructure; and full depth pavement reclamation of McArdle Road from Nile Drive to Whitaker Drive, approximately 5,200 LF, including 3" mill, 9.5" cement-stabilized pavement reclamation topped with new 3"Type'D' HMAC restriped for a 3 lane roadway plus bike lanes and partial replacement of existing water, wastewater and storm sewer infrastructure in accordance with the plans, specifications and contract documents. Contract Amount: $10,653,999.40 Project Start Date: 05/2014 Estimated Completion Date: 12/2016 Albert Pardo City of Corpus Christi 1201 Leopard St. Corpus Christi,TX 78401 361.826.3500 Heytecl Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2156 Fire Hydrant Replacement Replacement of fire hydrants and valves (as needed), the height correction of fire hydrants, and the relocation of fire hydrants. It also includes ancillary work such as milling, asphalt overlay and concrete removal/replacement associated with the above described work.This project also provides for point repair of water mains, up to 16 inches in diameter, resulting from fire hydrant relocation, emergency breaks, leaks and customer complaints. Contract Amount: $1,854,604.35 Project Start Date: 03/2014 Syed Moinuddin City of Houston P.O. Box 1562 Houston,TX 77251 832.395.3896 CITY OF HOUSTON Reytec Job#2155 Large Diameter Waterline Valve Replacement Project(DWO) Replacement of large diameter water valves that are deteriorated beyond repair, the installation of new large diameter valves, the replacement of some large diameter water lines that are associated with the installation of the new valves, and any associated work of the work orders ("repairs"). Work locations are anywhere within the City of Houston and will vary from work order to work order. The size of the valves range from 16 inches to 36 inches in diameter. Contract Amount: $2,113,287.00 Project Start Date: 03/2014 Jadav Heena City of Houston P.O. Box 1562 Houston, TX 77251 832.395.4616 ]Reytec, Construction Resources, Inc. PROJECTS COMPLETED CITY OF CORPUS CHRISTI Reytec Job#2153 Oso Bay Area Park Development Phase 2, Bond 2008 Oso Bay Area Park Development Phase 2 improvements is the second construction phase of Oso Bay Park, including development of Lot 1 into an Environmental Learning Center; and, the continuation of the trails in Lot 2 Lot 2 is covered by a Conservation Easement. Infrastructure improvements involve a 300' extension of Oso Parkway's 80' R.O.W. (40' back to back curb and gutter)from Wooldridge Street north including concrete sidewalks. Utility trunk lines will extend, including a 36" RCP storm line, 12"water main, and 12"wastewater main.The storm and wastewater mains terminate with the roadway extension.The 12"water main extends an additional 400'from the end of the roadway and terminates at a fire line detector check backflow preventer.Two 10'curb inlets are included. Public 12" C900PVC water and 8" SDR26 PVC wastewater mains extend into the site in utility easements. Structures include an Interpretive Center and Labs Building, containing an exhibit hall, offices, restrooms and storage areas. Buildings utilize concrete, site cast concrete panels, masonry, and cementatious siding. Window frames are fiberglass with most entrance doors of anodized aluminum.A recycled material deck includes a canopy.Additional buildings include an Amphitheater and shade structure with cantilevered canopies and small shade structures within the conservations easement. Photovoltaic cells and Wind Turbines produce partial power to the site A Pond,west of the Labs building utilizes onsite material as a liner.A drilled well and windmill provide water and aeration as well as supplemental water to the irrigation cisterns. A Discovery Garden behind the buildings includes an 8'hill, concrete trails, plant beds, gathering space, slides, a pre-designed play structure, and a stand-alone wall with openings. Pavements include 10'wide concrete trail, integral color, plaza, and decomposed granite trails in the Conservation Easement. Vehicular access is a 24'wide concrete drive with ribbon curbs.An extension of the driveway leads to an area with maintenance building on slab and a dumpster enclosure.An HMAC parking lot of 46 spaces,with ribbon curb, includes four accessible spaces,two bus spaces and three dual bus drop off/parking spaces.The drop off area also includes a concrete, varying width trail with undulating seat walls. Furnishings and signage include selections made to withstand the corrosive environment. Stainless steel, pipe, and recycled plastic are dominate materials. The plant palette consists of mainly native plants. Bermuda grass will be used in lawn areas as well as over an area of Pavegro. Irrigation is a hybrid drip/spray system utilizing rain water,well water, and potable water where applicable. Contract Amount: $4,215,816.00 Project Start Date: 12/2013 Daniel Biles, P.E. City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 361.826.3500 Reytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2151 Waterline Wrap Repairs 11 Work of the contract includes replacement, improvement and/or new installations on existing service lines and City water mains up to 16 inches in diameter with the use of repair wraps, resulting from emergency breaks, leaks, and customer complaints. Contract Amount: $855,148.90 Project Start Date: 03/2013 Orin Smith, P E. City of Houston Department of Public Works&Engineering 2700 Dalton Houston, TX 77017 832.395.2500 CITY OF HOUSTON Reytec Job#2148 Reconstruction of Brittmoore Road from Hammerly Blvd to Clay Rd Construction of approximately 6,700 feet of two 24 foot lanes in each direction and a continuous left turn lane with curbs, sidewalks, street lighting, storm water system, 24 inch waterline replacement and necessary underground utilities. Contract Amount: $10,426,981.80 Project Start Date: 03/2013 Sudarshan Gouni, P.E. City of Houston Department of Public Works& Engineering 611 Walker Houston,TX 77002 832.395.2231 CITY OF HOUSTON Reytec Job#2147 Hedrick Force Main Crossing Work includes demolition and replacing the existing aerial force main with underground 42-inch force main crossing Buffalo Bayou at Wayside Drive and 69th Street, Contract Amount: $2,858,587.00 Project Start Date: 03/2013 Akhter Hussain, P.E. City of Houston Department of Public Works&Engineering 611 Walker Houston,TX 77002 832.395.2294 Reyptletc Construction Resources,Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2146 Water Distribution System Rehabilitation and Renewal II (UMB) Work of the contract shall include replacement, improvement and/or new installations on existing service lines and City water mains up to 16 inches in diameter, resulting from emergency breaks, leaks, and customer complaints. Contract Amount: $2,146,985.20 Project Start Date: 03/2013 Syed Moinuddin, P.E. City of Houston Department of Public Works&Engineering 2700 Dalton Houston,TX 77017 832.394.9150 CITY OF HOUSTON Reytec Job#2145 Museum District/Main Street Improvement Project Work includes construction of sidewalks, ramps, medians, pedestrian lighting, pedestrian amenities and landscape improvements along Main Street and Binz Corridors. This includes reconstruction of Main and University intersection, and pedestrian signal upgrades at Main & University, and Main & Binz intersections. Contract Amount: $2,483,336.51 Project Start Date: 03/2013 Markos Mengesha, P.E. 1002 Washington Ave., 2nd Floor Houston,TX 77002 832.394.9150 CITY OF CORPUS CHRISTI Reytec Job#2144 Downtown Street Improvements,Chaparral Street,William Street to Schatzel Street Project consists of the redesign of the roadway and pedestrian right of way of Chaparral St. between William St. and Schatzel St. The right of way will consist of designed pavers, planters, and catenary lighting to enhance the overall atmosphere of the street. Contract Amount: $4,819,070.00 Project Start Date: 12/2012 Riaz Ahmed City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 361.626.3777 neyts C, Construction Resources, PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2142 Large Diameter Waterline Valve Replacement Project(UMB) Work includes the replacement of large diameter water valves that are deteriorated beyond repair, the installation of new large diameter valves, and the replacement of some large diameter water lines that are associated with the installation of the new valves. The contract duration for this project is 548 calendar days. Contract Amount: $3,078,282.00 Project Start Date: 12/2012 Tanika Chukwumerije P.O. Box 1562 Houston,TX 77251 713.641.9573 CITY OF CORPUS CHRISTI Reytec Job#2141 Williams Dr. Phase I&II from Rodd Field Rd to Airline Street and drainage improvements on Williams Drive (new drive will become a main artery in Corpus Christi's new medical district).Work to include: Installing large storm sewer boxes, with a new outfall, and all new concrete paving on the south side of the existing Williams drive. Once the south side is complete, Reytec will switch all traffic to the new, south side paving and begin removing inlets, manholes, and storm pipe on the north side. Then place new storm sewer box, pipes, inlets and manholes in accordance with the details. Reytec will also be removing existing asphalt street and replacing with lime stabilized base, 7" concrete paving and curb, and concrete driveways and sidewalks. Schedule is 33 months. Contract Amount: $17,714,384.00 Project Start Date: 08/2012 Riaz Ahmed City of Corpus Christi 1201 Leopard St. Corpus Christi,TX 361.826.3777 CITY OF CORPUS CHRISTI Reytec Job#2140 Staples St Phase II from Brawner to Barracuda Street and drainage improvements on Staples Street (a main artery in Corpus Christi). Work to include: removing inlets, manholes, and storm pipe and place new storm sewer box, pipes, inlets and manholes in accordance with the details. Reytec will also be removing asphalt street and replacing with flexible base, 9" concrete paving and curb, and concrete driveways and 8'sidewalks. Schedule is 330 days. Contract Amount: $6,530,742.00 Project Start Date: 07/2012 Riaz Ahmed City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 361.826.3777 R.'eytec Construction PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2139 Fire Hydrant Replacement Replacement of fire hydrants and valves, the height correction of fire hydrants, and the relocation of fire hydrants located in the City of Houston. It also includes ancillary work such as milling, asphalt overlay and concrete removal/replacement associated with the above described work; some work for repairs, and improvements on existing service lines and City water mains up to 16 inches in diameter, resulting from fire hydrant relocation, emergency breaks, leaks and customer complaints. Contract Amount: $3,295,345.75 Project Start Date: 06/2012 Project End Date: 03/2013 Orin Smith, P.E. City of Houston Department of Public Works& Engineering 2700 Dalton Houston,TX 77017 832 395.2500 UPPER KIRBY REDEVELOPMENT AUTHORITY Reytec Job#2137 Richmond Avenue Drainage Improvements Construction or rehabilitation to primarily large diameter water lines, valves and appurtenances(24 inches in diameter and greater), including mobilizing and cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. City will issue Work Orders over a one year period. Amount of work to be performed may vary from no construction activity to times when multiple crews are necessary to meet requirements. Contract Amount: $4,720,779.00 Project Start Date: Raj Tanwani, P.E. Gunda Corporation, LLC 7322 Southwest Freeway, Suite 1802 Houston,TX 77074 713.541.3530 713.541.0032 Fax -77777777777 Heytec: Construction Resources,Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2136 Rehabilitation to Large Diameter WL,Valves&Appurtenances, Pkg 10 Construction or rehabilitation to primarily large diameter water lines, valves and appurtenances(24 inches in diameter and greater), including mobilizing and cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. City will issue Work Orders over a one year period. Amount of work to be performed may vary from no construction activity to times when multiple crews are necessary to meet requirements. Contract Amount: $2,000,000.00 Project Start Date: 03/2012 Jonathan Prevot City of Houston P.O. Box 1562 Houston, TX 77251 832.395.2319 CITY OF HOUSTON Reytec Job#2135 Emergency Repair of Water Line Breaks-10 Repair and replace broken water lines of various sizes up to 16" in diameter throughout the City of Houston. Contract Amount: $1,244,990.18 Project Start Date: 09/2011 Syed Moinuddin, P.E City of Houston P.O. Box 1562 Houston, TX 77251 713.641.7806 CITY OF HOUSTON Reytec Job#2134 Texas Avenue Lift Station Upgrade&Force Main Replacement Replacement of lift station discharge piping, and construction of approximately 2700 feet of sanitary force main. Contract Amount: $2,632,549.00 Project Start Date: 01/2012 Iraj Ranjbar, P.E. City of Houston P.O. Box 1562 Houston, TX 77251 832.395.2303 Heytec Construction PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2133 Emergency Repair of Water Line Breaks-3 The project consisted of repair and replace broken water lines of various sizes up to 16" in diameter throughout the City of Houston Contract Amount: $688,977.00 Project Start Date: 07/2011 Syed Moinuddin, P.E City of Houston P.O. Box 1562 Houston,TX 77251 713.641.7806 CITY OF HOUSTON Reytec Job#2132 Neighborhood Street Reconstruction No.435A The construction of paving, drainage, water and wastewater improvements along segments of various neighborhood streets throughout the Springwood Oaks, Timber Oaks, Wrenwood Oaks and Royal Oaks Subdivisions in the Spring Branch area, Contract Amount: $10,067,669.37 Project Start Date: 09/2011 Mohd Warrad, P.E. City of Houston P.O. Box 1562 Houston,TX 77251 832.395.2219 Reytec Construction Resources, Inc. PROJECTS COMPLETED UPTOWN DEVELOPMENT AUTHORITY Reytec Job#2130 2011 Uptown Construction Program -Guilford Court from Post Oak Blvd to McCue Street Construction includes removal of existing asphalt paving and curb for a length of approximately 1000 linear feet and placement of 10"thick, 5 lane concrete boulevard section with 9" crushed subgrade. Work includes installation of a concrete storm sewer ranging in size from 24" to 30", installation of a 12" waterline and installation of a 12" sanitary sewer line. Work also includes installation of traffic signals at Guilford Court and Post Oak Blvd, and pedestrian improvements which includes the installation of Uptown sidewalks, Uptown Corner Plazas, pedestrian lights, installation of granite bollards, landscaping, and irrigation. Post Oak Blvd from Richmond Ave to IH 610 Construction includes concrete paving and subgrade repair as directed by the Resident Engineer and Uptown, removal and replacement of existing curb, inlet modifications, removal and replacement of existing driveways, modifications to existing medians, installation of left turn lanes, additional traffic signal modifications, paint striping, landscaping and irrigation. Additional Pedestrian Improvements Construction includes removal of existing concrete sidewalk and wheelchair ramps, installation of Uptown Concrete sidewalks, Uptown Corner Plazas, pedestrian lighting, installation of Granite Bollard, landscaping and irrigation Contract Amount: $9,599.946.00 Project Start Date: 04/2011 Bobby Nagel, P.E. Cobb Fendley 13430 Northwest Freeway, Suite 1100 Houston, TX 77040 713.462.3242 713.462.3262 Fax CITY OF HOUSTON Reytec Job#2129 FY11 Fire Hydrant Replacement Reytec will act as the Prime Service Contractor to the City of Houston providing 3 crews available 7 days a week for 365 days a year to provide services described. This project involves replacement of fire hydrant and valves, the height correction of fire hydrants the relocation of fire hydrants, and or some point repair on City water mains up to 16" inches in diameter. It also includes ancillary work such as milling, asphalt overlay, and concrete removal/replacement associated with the above described work. This work will be incurred throughout various locations within the City of Houston. Contract Amount: $2,411,466.40 Project Start Date: 10/2010 Joanne Kamman City of Houston P.O, Box 1562 Houston,TX 77251 713.837.0037 R- eytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2128 On-Call Rehabilitation to Large Diameter WL,Valves&Appurtenances, Pkg#9 Construction or rehabilitation to primarily large diameter water lines, valves and appurtenances(24 inches in diameter and greater), including mobilizing and cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. City will issue Work Orders over a one year period. Amount of work to be performed may vary from no construction activity to times when multiple crews are necessary to meet requirements. Contract Amount: $2,000,000.00 Project Start Date: 07/2011 Arthur Morris City of Houston P.O. Box 1562 Houston,TX 77251 832.395.2317 CITY OF HOUSTON Reytec Job#2127 Astoria Blvd. Paving and Drainage Improvements The project consist of approximately 38,823 square yards of 8 inch reinforced concrete pavement with 6" curb, approximately 10,880 linear feet of Storm Sewer of various sizes, approximately 4,540 linear feet of 4, 6, 8 and 12" water line, including all appurtenances. Construction methods for utilities include open cut and augering methods. The project limits are located within the City of Houston, and within the right-of- way of the cross streets within those limits. This project is considered to be a neighborhood reconstruction project for the City of Houston. Contract Amount: $3,986,983.20 Project Start Date: 05/2011 Joanne Kamman City of Houston P.O Box 1562 Houston, TX 77251 713.837.0037 Reytec Construction • PROJECTS COMPLETED CITY OF CORPUS CHRISTI Reytec Job#2126 Project 1: Mansheim & Helen (Bond 2008) Gabriel to Kostoryz & Sunnybrook to Gollihar consisting of Rehabilitation of Mansheim Boulevard from Gabriel Street to Kostroyz Road Includes the removal and replacement of approximately 3,000 linear feet of 38'wide street and all existing storm sewer, wastewater and water infrastructure. Rehabilitation of Nesbitt Drive from McArdle Road to Gollihar Road including the removal and replacement of approximately 2,600 linear feet of 28'wide street and all existing storm sewer,wastewater and water infrastructure. Project 2: Mansheim Area Improvements, Project No.7397 Rehabilitation of approximately 14, 850 linear feet of existing vitrified clay pipe (VCP) wastewater main by pipe bursting; install approximately 1,200 linear feet of new gravity wastewater main; Rehabilitation and installation of manholes and replacement/extension of existing wastewater services. Contract Amount: $6,890,515.50 Project Start Date: 10/2010 City of Corpus Christi Pete Anaya 1201 Leopard St Corpus Christi,Texas 361-826-3081 CITY OF BEAUMONT Reytec Job#2125 Calder Phase III Street and drainage improvements on Calder Street from Pheland Blvd to IH-10 East Bound frontage road. Work to include; removing landscaping, planters, asphalt overlay, concrete pavement and curb, flexible base, surfacing, driveways and sidewalks. Remove inlets, manholes, culverts and storm pipe and place new storm sewer box, pipes, inlets and manholes in accordance with the details. Install new storm sewer, inlets, construct base and concrete pavement wit curb and gutter. Install traffic signals, place new fiberglass lamp poles, install sidewalk, brick pavers, landscaping, and trees with tree grates in accordance with the details. Contract Amount: $9,687,522.00 Project Start Date: 09/10 City of Beaumont Mr. Zheng Tan, P.E. P O. Box 3827 Beaumont TX 77704 nteytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2124 S. Braeswood Reconstruction From Kirby to Stella Link; The project consist of approximately 47,750 square yards of 10—inch reinforced concrete pavement with 6" curb, approximately 4,840 linear feet of Storm Sewer of various sizes, approximately 4,540 linear feet of 4, 6, 8 and 12" water line, including all appurtenances. Construction methods for utilities include open cut and augering methods. The project limits are located within the City of Houston, and within the rights- of-way of the cross streets within those limits. Contract Amount: $5,555,067.10 Project Start Date: 10/2010 Joanne Kamman City of Houston P.O. Box 1562 Houston,TX 77251 713 837.0037 METRO-HOUSTON RAPID TRANSIT JV Reytec Job#2122 East End Utility Relocation Segment 1 B Public utility relocations over a portion of the east corridor along Harrisburg Boulevard between Stiles Street and Altic Boulevard, Contract Amount: $1,826,971.00 Houston Rapid Transit JV Mr. Gary Brown 1900 Main Street Houston, TX 77002 713.652-8005 METRO-HOUSTON RAPID TRANSIT JV Reytec Job#2121 East End Paving Construction of initial Roadway construction for the East End Corridor between Everton Street and Stiles Street along Harrisburg. Contract Amount: $3,129,930.00 Project Start Date: 03/2010 Houston Rapid Transit JV Mr. Gary Brown 1900 Main Street Houston, TX 77002 713.652-8005 Reytele Construction Resources, Inc. PROJECTS COMPLETED METRO-HOUSTON RAPID TRANSIT JV Reytec Job#2119 North Corridor Bike Lanes Construct new North Corridor Bike Lane beginning at the intersection of Fulton Street and Irvington Boulevard and traveling north along Irvington approximately 2.5 mile to East Crosstimbers. Contract Amount: $1,934,347.00 Project Start Date: 02/2010 Houston Rapid Transit JV Mr. Joe Dooley 1900 Main Street Houston,TX 77002 713-739-4932 CITY OF BEAUMONT Reytec Job#2116 Fannin Street Drainage Improvements Reytec is the Prime Contractor to the City of Beaumont and is responsible for the removal of all existing roadway, inlets, manholes, and storm pipe and install new from 11'h Street to 41h Street work includes new landscaping, traffic signal poles, new lamp poles and drainage canal to 1-10. Contract Amount: $5,249,915.25 Project Start Date: 02/2010 City of Beaumont Rafael Miranda P.O. Box 3827 Beaumont TX 77704 CITY OF ROSENBERG Reytec Job#2115 Seabourne Creek Park Reclaimed Water System& Force Main Construct Seabourne Creek Park reclaimed water system and forced main. Includes construction of a transmission pump station, construction of a 10" PVC forced main for reclaimed water, installation of cloth media filter unit, excavation &construction of a reclaimed water storage pond. Contract Amount: $937,813.00 City of Rosenberg Jones& Carter, Inc. Mr John Maresh 6415 Reading Road 2110 Fourth Street Rosenberg, Texas 77471 Rosenberg, TX 77471 281.342.2033 832-595-3517 Reytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF KATY Reytec Job#2114 Avenue D Reconstruction Reconstruction of Avenue D from Highway 90 to Morton Road includes 59,902 SY of 7" concrete pavement, sidewalks and adjustments to existing utilities Contract Amount: $2,354,845.00 City of Katy David Leyendecker 910 Avenue C Katy,TX 774093 HENSEL PHELPS Reytec Job#2111 UTHSC Dental Branch Site infrastructure for UT Health Science Center Research Park Complex, Dental Branch_ Install underground utilities, clear and grubbing, fine grading, lime stabilization and building earthwork. Contract Amount: $830,000.00 Project Start Date: 11/2009 Hensel Phelps Mr. Paul Stirling 8322 Cross Park Drive Austin,TX 78754 713-395-1891 CITY OF RICHMOND Reytec Job#2110 Lamar Drive Phase 2 Reconstruction of Lamer Drive to include installation of new underground public utilities; water, storm sewer, and sanitary sewer. The existing roadway will be removed" and widened to facilitate new utilities and we will replace 12,700SY of T'concrete pavement. Contract Amount: $3,350,999.00 City of Richmond Tim Griffith 402 Morton Street Richmond, TX 77469 281-341-0808 Reytec Construction Resources, Inc. PROJECTS COMPLETED METRO-HOUSTON RAPID TRANSIT JV Reytec Job#2108 East End Corridor Public Utility relocations Segment 2A Reytec is subcontracting through Houston Rapid Transit (HRT) to relocate and replace underground utilities along the proposed Metro Light Rail East Corridor Contract Amount: $3,162,000.00 Project Start Date: 09/2009 Houston Rapid Transit JV Mr Gary Brown P.O. Box 2928 Houston,TX 77252 713.652.8004 CITY OF HOUSTON Reytec Job#2107 Panagard and Bissonnet No. 1 Lift Station Replacement Reytec is the Prime Contractor to the City of Houston and consists of construction of two new lift stations, installation of SCADA Systems, and demolition of two existing lift stations. Contract Amount: $2,277,850.00 Project Start Date: 06/2009 City of Houston P.O. Box 1562 Houston,TX 77251 713.837.0037 CITY OF HOUSTON Reytec Job#2106 On-Call Rehabilitation to Large Diameter Water Lines,Valves& Appurtenances Pkg No.7 Reytec is the Prime Contractor to the City of Houston and is responsible for the construction and rehabilitation to primarily large diameter water lines, valves and appurtenances (24 inches in diameter and greater), including mobilizing and cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. City will issue Work Orders over a two-year period. Amount of work to be performed may vary from no construction activity to times when multiple crews are necessary to meet requirements. Contract Amount: 1.050 Adjustment Factor($1,400,000.00) Project Start Date: 06/2009 City of Houston P.O. Box 1562 Houston, TX 77251 713.837.0037 Rewritec Construction Resources, Inc. PROJECTS COMPLETED MIDTOWN REDEVELOPMENT AUTHORITY Reytec Job#2100 McGowen St. Reconstruction(Smith to Hamilton) Reytec is the Prime Contractor to the Midtown Redevelopment Authority and is responsible for the traffic control, street lighting, pavement markings, pollution prevention, site work/landscaping, demolition of existing concrete/asphalt paving (curbs, sidewalks, storm sewer), install concrete paving stamped concrete sidewalks, curbs, install sanitary sewer, waterline, storm sewer, 18,000 square yards of 10" concrete paving, and installation of new traffic signals. The sidewalks for this project also required decorative brick pavers to be installed throughout the length of the project. The traffic signaling was of a different standard design to complement the existing signal in the Midtown area. Contract Amount: $5,423,241.00 Project Start Date: 10/2008 Project Completion: 04/2010 Midtown Redevelopment Authority 410 Pierce, Suite 355 Houston, TX 77002 713.526.7577 CITY OF BEAUMONT Reytec Job#2096 Calder Avenue Drainage Diversion and Pavement Improvement Project Reytec is the Prime Contractor to the City of Beaumont and is responsible for performing all street and drainage improvements on Calder Street from MLK Pkwy to Main Street and on Elizabeth Street from Walnut Street to the riverside. The project consists of removal of all landscape, pilings, asphalt overlay, concrete pavement and curb, driveways, sidewalks, inlets, manholes, culverts, and storm sewer pipe. In addition, Reytec will install new storm sewer boxes, inlets, asphalt stabilized base, concrete pavement, curb and gutter, brick paver sidewalks, driveways, and wheel chair ramps, traffic signals, new fiberglass lamp poles; construct base and concrete pavement with curb and gutter; return all Right of Way elevations . Contract Amount: $24,208,569.35 Project Start Date: 07/2008 Project Completion: 03/10/10 City of Beaumont Mr. Zheng Tan, P.E. P.O. Box 3827 Beaumont TX 77704 Heytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2093 Storm Drainage Improvements in the Fonn Villas Subdivision This project consists of approximately 5,915 linear Feet of reinforced box storm sewer; 12,457 linear feet of 60-inch, 54-inch, 48-inch,42-inch, 36-inch, 30-inch, and 24-inch storm sewers; 2,275 linear feet of 10- inch and 6-inch sludge force main; 1,690 linear feet of 15-inch, 12-inch, 10-inch, 8-inch, and 6-inch sanitary sewer; 5,820 linear feet of 54-inch, 15-inch, 12-inch, 10-inch, 8-inch and 6-inch sanitary sewer rehabilitation; 27,315 linear feet of 12-inch, 8-inch and 6-inch waterline; roadway reconstruction and sidewalk. Contract Amount: $16,274,537.10 Project Start Date: 05/2008 Project Completion: 03/2010 City of Houston P.O. Box 1562 Houston,TX 77521 713.837.0037 CITY OF HOUSTON Reytec Job#2091 On-Call Rehabilitation to Large Diameter Water Lines,Valves&Appurtenances Package#6 Reytec is the Prime Contractor to the City of Houston. The project consists of construction or rehabilitation to primarily large diameter water lines, valves and appurtenances (24 inches in diameter and greater), including mobilizing and cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. City will issue work orders over a two-year period. Contract Amount: $1,500,000.00 Project completion: 2008 City of Houston Public Works&Engineering Brian Long, P.E. P.O. Box 1562 Houston, Texas 77251 713.837.7680 PORT OF HOUSTON AUTHORITY Reytec Job#2090 Bayport Marine Gate Expansion,Stage 2-Civil and Electrical Project to consist: Traffic control regulation, site preparation, excavation and grading, utilities water and storm drainage, concrete pavement, curbs, pavement markings, permanent signage, operating gate systems, electrical systems, voice and data cabling systems, fire alarm and fire sprinkler systems, and security systems and devices. Contract Amount: $2,173,750.00 Project Start Date: 09/2007 Project Completion: 05/2008 Port of Houston Authority P.O. Box 2562 Houston, TX 77252-2562 713.670.2400 Reyltec Construction Resources,Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2085 Kirby Drive Storm Sewer Relief Project Segment 3 Reytec is the Prime Contractor to the City of Houston and is responsible for the traffic control, street lighting, pavement markings, pollution prevention, site work/landscaping, demolition of existing concrete/asphalt paving (curbs, sidewalks, storm sewer), This project consists of approximately 2,945 linear feet of 14-ft x 12-ft reinforced concrete box storm sewer, 1,544 linear feet of 24-inch, 30-inch, 36- inch, and 48-inch storm sewers, 395 linear feet of 8-in through 24-in water line and concrete roadway reconstruction with curb 752,000 square yards of 10" concrete paving, 6" curb and gutter, and stamped concrete sidewalks. The location of this project, which centered around the Kirby and University Blvd, intersection, which is one of the most congested areas in the City. We worked with over 42 different organizations, including Neighborhood HOA's and business groups on a daily bases. Communication with these groups was critical to our overall work plan.We had to coordinate with numerous local businesses on access and egress to their establishments, including working nights and weekends if required. Contract Amount: $14,377,097.00 Project Start Date: 12/2007 Project Completion: 03/10/10 City of Houston P.O. Box 1562 Houston,Texas 77251 713.837.0037 CITY OF HOUSTON Reytec Job#2084 Cook Road Paving Improvements from Bissonnet Road to Bellaire Boulevard Reconstruction of approximately 9,800 linear feet to consist of two 24 foot concrete roadway section with curb and gutter median, two H.C.F.C.D. bridge crossings and necessary underground utilities Contract Amount: $9,997,653.85 Project Start Date: 06/2007 Project Completion: 11/2008 City of Houston P.O. Box 1562 Houston,Texas 77251 Reyitelc Construction Resources, Inc. PROJECTS COMPLETED HOUSTON AIRPORT SYSTEM Reytec Job#2083 William P. Hobby Airport-Terminal Improvement Program East Concourse and Ticketing Building - Phase I This project consists of demolishing the existing pavement and replacement of 35,000 sy of 16"concrete pavement at the Apron area. It also consists of constructing temporary access ways, installing the trench drain, foundation for the blast wall, stripping at the gates Contract Amount: $7,565,000.00 Project Start Date: 03/2007 Project Completion: 02/2009 Clark Construction Group-Texas, LP 7880 Airport Blvd Houston,Texas 77061 713.636.3700 CITY OF HOUSTON Reytec Job#2078 Central Park Subdivision Storm Sewer Facilities, Phase II Reytec is the Prime Contractor to the City of Houston. The project will consist of 15,000 cubic yards of roadway excavation, removing 15,500 sq yards of existing concrete drives, sidewalks, and roadways, 51,450 sq. yards of existing asphalt paving, 39,545 sq. yards of 6" reinforced concrete pavement, 14,535 sq. yards of 7" reinforced concrete pavement, 13,450 sq. yards of 6" concrete driveways, 6,700 sq. yards of 4 '/" concrete sidewalk, 60,975 sq. yards of 6" lime stabilized base, and 23,000 sq. yards of Hydro- Mulch seeding. Underground Utilities: 8,896 If-24" RCP Storm Sewer, Open Cut 2,3931f-30"to 60"RCP Storm Sewer, Open Cut 926 If- 19"x30"HE Class IV Storm Sewer, Open Cut 219 If-29"x45"HE Class IV Storm Sewer, Open Cut 560 If-34"x53"HE Class IV Storm Sewer, Open Cut 112 ea-Type BB Inlets 56 ea-Standard Storm Sewer 42"to 72" Manholes 9,200 If-Remove&Replace 8" PVC Sanitary Sewer, Open Cut 32 ea-Sanitary Sewer Manholes 6,000 If-8" PVC Water main, Open Cut 6 ea-Fire Hydrants 174 ea-2"Water Meters 174 ea-New Copper Service Lines&Connection to Meter Long&Short Contract Amount: $7,968,152 Project Start Date: 10/2006 Project completion: 01/2008 City of Houston Public Works& Engineering Brian Long, P.E. P.O. Box 1562 Houston, Texas 77251 713.837.7680 Heytec Construction Resources,Inc. PROJECTS COMPLETED BEI ENGINEERING-PORT OF HOUSTON AUTHORITY Reytec Job#2077 Port of Houston Main Gate Entrance Reytec is the Prime Subcontractor to BEI Engineering for this design build project. Reytec will perform approximately 90%of the construction for this project. The project consists of the removal of 3,000 sq. yards of 10"concrete along with the existing base, 1,300 sq. yards 6" depth of existing soil, and 3,900 sq. yards of 8" sub base lime stabilization, placement of 6" concrete cement treated crushed limestone base materials, various concrete retaining walls, and building slabs. Storm sewer consists of approximately 1,2001f of 18" -24" RCP with various types of inlets. Contract Amount: $954,214.00 Project completion: 01/2007 Port of Houston Authority BEI Engineers Jack Banowsky, P.E. Richard Montes, Project Manager P.O. Box 2562 3741 Red Bluff Rd,#200 Houston,Texas 77252 Pasadena, Texas 77503 713.670.2467 713.475.2424 ext.149 BAYTOWN AREA WATER AUTHORITY, BAYTOWN,TEXAS Reytec Job#2076 30"/16" Water Transmission Main Reytec is the Prime Contractor to the Baytown Area Water Authority. The project consists of the installation of approximately 26,0001f of 30" AWWA C-905 PVC pipe including valve, fittings, and approximately 5,3001f of 16" AWWA C-905 PVC pipe including valves and fittings Both the 30" and 16" are being installed by open cut method. 1,0001f of 30"AWWA C-905 PVC pipe to be installed using the Slurry Auger Method. 1,4241f of 30" AWWA C-905 PVC pipe in 48" OD steel casing installed by Auger Method. Contract Amount: $9,068,660.00 Project completion: 08/2007 Baytown Area Water Authority Pate Engineers Baytown Public Works Paul Wallick, P.E. Joe Lysengen, Project Manager 13333 Northwest Freeway, Suite 300 7425 Thompson Rd Houston,Texas 77040 Baytown,Texas 77521 713.462.3178 281.426.3517 Heytec Construction Resources,Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2075 On-Call Rehabilitation to Large Diameter Water Lines,Valves&Appurtenances Package#5 Reytec is the Prime Contractor to the City of Houston The project consists of construction or rehabilitation to primarily large diameter water lines, valves and appurtenances (24 inches in diameter and greater), including mobilizing and cooperating with City's Engineer to develop appropriate rehabilitation solutions, installing remedies, bedding and backfilling utilities, and restoring surface around area of work. City will issue work orders over a two-year period. Contract Amount: $3,000,000.00 Project completion: 2008 City of Houston Public Works&Engineering Brian Long, P.E. P.O. Box 1562 Houston, Texas 77251 713.837.7680 SOUTHWEST REDEVELOPMENT AUTHORITY Reytec Job#2073 Bellaire Blvd at Fondren Road Intersection Improvements Reytec is the Prime Contractor to the Southwest Redevelopment Authority and is responsible for the complete project. The project consist of the complete reconstruction of the Bellaire and Fondren intersection to provide left turn lane at all fou corners as well as to beautify the intersection with concrete decor pavers, architectural concrete, state of the art Metro bus shelters, trees and new landscaping and irrigation. The handling of contaminated soils, 3,500 sq. yards of 3"asphalt over 10"of crushed limestone base for temporary paving, 3,600 sq. yards of 8" lime stabilized sub grade, 3,600 sq. yards of 10" concrete paving,traffic signals, traffic cameras, and pavement markings. Underground Utilities: 450 If-24"to 42" RCP Storm Sewer, Open Cut 439 If- 348" RCP Storm Sewer, Open Cut 1,132 If-RCP Storm Sewer, Open Cut 19 ea-Type C Manhole Cast In Place Miscellaneous Waterlines and Fire Hydrants Assemblies Contract Amount: $3,689,776.50 Project Start Date: 03/2006 Project completion: 03/2007 Southwest Redevelopment Authority Cobb Fendley&Associates Haws Hill Calderon, LLP Matt Lopez, P.E Bill Calderon 13430 N.W Freeway, Suite 1100 2500 Tanglewilde St., Suite 260 Houston, Texas 77040 Houston,Texas 77063 713.462.3242 713.541.0447 ]Reytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF BELLAIRE Reytec Job#2072 Bellaire Millennium Renewal Phase Six Contract One Reconstruction Reytec is the Prime Contractor to the City of Bellaire, Texas and responsible for the complete project. Project consist of 19,000 sq. yards of T' concrete paving, 41,000 sq. ft. of concrete sidewalk and wheelchair ramps, stripping, sodding, and traffic signal devices. Underground Utilities: 920 If-24" RCP Storm Sewer 645 If-30"RCP Storm Sewer 1,240 If-36"RCP Storm Sewer 1,210 If-42"RCP Storm Sewer 1,975 If-60"RCP Storm Sewer 47 ea-B-B Inlets 7 ea-4x4 Precast Storm Sewer Box Manholes 9 ea-5x5 Precast Storm Sewer Box Manholes 14 ea-6x6 Precast Storm Sewer Box Manholes 2 ea-8x8 Precast Storm Sewer Box Manholes 3 ea-8x5 Precast Storm Sewer Box Manholes 13 ea-8x6 Precast Storm Sewer Box Manholes Contract Amount: $3,782,403.50 Project Completion: 04/2007 Claunch&Miller Edwin Rydell, Project Engineer 4365 Southwest Freeway, Suite 1100 Houston, Texas 77027 713.622.9264 CITY OF HOUSTON Reytec Job#2064 San Felipe Paving Improvements-Chimney Rock to Yorktown Reytec is the Prime Contractor to the City of Houston and responsible for the complete project which includes traffic control, street lighting, pavement markings, pollution prevention, site work/landscaping, demolition of existing concrete/asphalt paving (curbs, sidewalks, storm sewer), install concrete paving, sidewalks, curbs, install sanitary sewer, waterline, storm sewer, 18,000 square yards of 8" concrete paving. (Project is located on San Felipe between Chimney Rock and South Post Oak). Underground Utilities: 1,300 If- 12" Sanitary Sewer, Open Cut 289 If-24" Storm Sewer, Open Cut 545 If-60"Storm Sewer, Open Cut 193 If-72"Storm Sewer, Open Cut 200 If- 12" PVC Water Main, Open Cut 1,902 If- 16" PVC Water Main, Open Cut 1,888 If-36" Pre Stressed Bar Wrapped Concrete Cylinder Pipe Water Main, Open Cut Contract Amount: $3,388,375.00 Projected Completion: 0312007 City of Houston Department of Public Works&Engineering P.O. Box 1562 Houston, Texas 77251 713.837.0037 Heytec Construction Resources,Inc. PROJECTS COMPLETED THE UNIVERSITY OF TEXAS M.D.ANDERSON CANCER CENTER Reytec Job#2060 U.T. Research Park Infrastructure Improvements Phase One Reytec is the Prime Subcontractor to J.E. Dunn a Design Build General Contractor Reytec is responsible for the turnkey installation of all utilities listed below Other contractual responsibilities include storm water management, storm drainage, site work, concrete and asphalt paving, irrigation and landscaping systems. Underground storm water storage facility with stormceptor storm water release system. Underground chilled water pipe boxes. 26,000 sq. yards of 10" concrete paving for a new four lane boulevard to service new Research Park. Athletic fields and park area. Underground Utilities: 4,461 If- 12" PVC Water Main, Open Cut 952 If- 8" PVC Water Main, Open Cut 1,843 If- 12'x12' Storm Box Culverts, Open Cut 1,028 If- 12'x8' Storm Box Culverts, Open Cut 802 If-36" RCP, C76 Storm Sewer, Open Cut 2 -26,000 gal. Stormceptor Structure 1 -9,000 gal. Stormceptor Structure 1,218 If- 12'x6' Storm Box Culverts, Open Cut 336 If- 12'x4' Storm Box Culverts, Open Cut 2,558 If- 18"Sanitary Sewer, Open Cut 565 If- 12" Sanitary Sewer, Open Cut 621 If-9x8 C-789 Storm Box Culvert, Open Cut Contract Amount: $9,222,625.00 Project Completion: 06/2006 J.E. Dunn Construction Carl Chavis, Sr. Project Superintendent 3500 S. Gessner, Suite 200 Houston,Texas 77063 832.309.9886 MIDTOWN REDEVELOPMENT AUTHORITY Reytec Job#2058 Baldwin Park Neighborhood Streets Reytec is the Prime Contractor to the Midtown Redevelopment Authority and responsible for traffic control, street lighting, pavement markings, pollution prevention, site work/landscaping, demolition of existing concrete/asphalt paving (curbs, sidewalks, storm sewer), install concrete paving, stamped concrete sidewalks, curbs, install sanitary sewer, waterline, storm sewer, 20,000 square yards of 7" concrete paving. Underground Utilities: 790 If-8"PVC Sanitary Sewer, Open Cut 325 If- 10" PVC Sanitary Sewer, Open Cut 6,450 If-8"CL-52 DIP Water, Open Cut 550 If-8"Water 16"Steel Casing Jack&Bore 1,215 If-24" RCP C-76 CL III Storm Sewer, Open Cut 1,700 If- 30" RCP C-76 CL III Storm Sewer, Open Cut Contract Amount: $3,465,295.00 % Completed: 100% Project Completion: 03/2007 Midtown Redevelopment Authority Charles Le Blanc 3401 Louisiana#355 Houston,Texas 77002 713.526.7577 Heytec Construction Resources, Inc. PROJECTS COMPLETED HARRIS COUNTY Reytec Job#2054 C.E. King Parkway from Tidwell Road to Beaumont Highway Reytec is the Prime Contractor to Harris County and is responsible for 35,000 sq. yards four lane 10" concrete roadway with an esplanade and concrete lined drainage channel, asphalt paving, two (2) concrete roadway bridge crossings, road excavation, lime stabilization, installation of stabilized base. B-B inlets, and type C manholes. Storm Sewer: 2,005 If-24"RCP Storm Sewer 190 If-30"RCP Storm Sewer 67 If-42"RCP Storm Sewer 985 If-54"RCP Storm Sewer 698 If-4'x3' Reinforced Concrete Box Culvert 494 If-5x3 Reinforced Concrete Box Culvert 79 If- 5'x5' Reinforced Concrete Box Culvert 515 If-5'x5' Reinforced Concrete Box Culvert 400 If-6'x3' Reinforced Concrete Box Culvert 67 If-6'x4' Reinforced Concrete Box Culvert 75 If- 10'x6' Reinforced Concrete Box Culvert Contract Amount: $5,294,339.00 Projected Completion: 9/2006 Harris County, Public Infrastructure Dept. Tylene Quincy 1001 Preston Ave. 71h Floor Houston,Texas 77002 281.224.9457 CITY OF HOUSTON Reytec Job#2053 Ella Paving from Pinemont to West Little York Reytec is the Prime Contractor to the City of Houston and responsible for the complete project. Construction of —55001f of divided four (4) lane 57,000 sq. yards of 9" concrete street paving, curbs, esplanades, 30,000 cubic yards road excavation, traffic signal systems, 13,5001f 9x5, 3x4, 6x5 concrete box culvert, RCP storm, sanitary sewer and domestic water supply. Underground Utilities: 3,912 If-24" RCP Storm Sewer, Open Cut 308 If- 30" RCP Storm Sewer, Open Cut 346 If- 36" RCP Storm Sewer, Open Cut 219 If-3'x3' Box Storm Sewer, Open Cut 1,019 If- 5'x3' Box Storm Sewer, Open Cut 110 If-5'x4' Box Storm Sewer, Open Cut 1,322 If-6x3 Box Storm Sewer, Open Cut 973 If-6x5 Box Storm Sewer, Open Cut 4,618 If-8x4 Box Storm Sewer,Open Cut 5,286 If-9x5 Box Storm Sewer, Open Cut 2,994 If-8" Sanitary Sewer, Open Cut 6,351 If-8"Sanitary Sewer Remove&Replace 345 If-6"Watermain, Open Cut 1,120 If-8" PVC Watermain, Open Cut 8,130 If- 12" PVC Watermain, Open Cut 253 If- 16" PVC Watermain, Open Cut Contract Amount: $8,068,527.00 Projected Completion: 9/2006 City of Houston, Public Works and Engineering Century Engineering, Inc Julius Lovelace 3030 South Gessner, Suite 100 611 Walker Houston,Texas 77063 Houston, Texas 77002 713.780.8871 713.854 2775 Heytec Construction Resources, Inc. PROJECTS COMPLETED THE UNIVERSITY OF TEXAS- M.D.ANDERSON CANCER CENTER Reytec Job#2047 Pedestrian Bridge and Bates Road Realignment Reytec acted as a Prime Subcontractor to Eby Construction/Flintco. Reytec was responsible for the realignment of Bates Rd in front of the Clark Cancer Clinic which included the relocation of large diameter oak trees, dedicated monuments pavers, the installation of temporary asphalt roads, sidewalks and temporary pedestrian walkways, and the relocation of all underground utilities, water meter vaults, the construction of concrete planter walls, junction boxes, and planter boxes. Removed 4,000 square yards of concrete and replace with 10"concrete, colored sand blasted sidewalks, decorative pedestrian canopy, pedestrian benches and decorative pavers. Contract Amount: $2,194,918.00 Completion Date: 03/2005 Flintco, Inc. John Martin, Vice President 5316 Hwy 290 West, Suite 480 Austin, Texas 78735 512.891.7224 TEXAS A&M UNIVERSITY SYSTEM Reytec Job#2046 Easterwood Airport West Side Development-Project No. 2-2922 Reytec Construction acted as the Prime Contractor to Texas A&M and was responsible for 11" concrete paving for hanger bldg. aprons, asphalt paving, road excavation, lime stabilization, installation of stabilized base, storm inlets,and storm sewer. Contract Amount: $1,596,112.00 Completion Date: 12/2004 Texas A&M University System Theo Rouse, Division Director 200 Technology Way College Station, Texas77845 979.458.7005 GALVESTON COUNTY Reytec Job#2044 Fairwood Road and Vauthier Road Improvements Reytec acted as the Prime Contractor to the County of Galveston and responsible for the complete project. Project consisted of a complete remove and replace of 22,000 sq. yards asphalt road with a two (2) lane 8" concrete roadway, including concrete driveways, sidewalks, traffic signals, and road signs. Remove and replace existing two lane concrete bridge over existing bayou. 856 If of 5'x2' concrete box culvert, Type A inlets, safety end treatments and driveway culverts. Contract Amount: $1,781,567.50 Completion Date: 02/2005 County of Galveston Klotz&Associates G. Michael Fitzgerald, P.E. Barry Vanderwalt, P.E. 123 Rosenberg, Suite 4157 1160 Dairy Ashford, Suite 500 Galveston,Texas 77550 Houston, Texas 77079 409.770.5554 713.589.7257 Reytec Construction Resources,Inc. PROJECTS COMPLETED PORT OF HOUSTON AUTHORITY Reytec Job#2041 Extension of Inspection Ramp and Additional Pavement in Terminal 3 at Barbours Cut Reytec Construction acted as the Prime Contractor to the Port of Houston Authority and responsible for the complete project which consisted of 12" lime stabilization, asphalt removal, installation of 12" of asphalt base material, 10" concrete pavement, and installation of 4' concrete dock and metal canopy structure. Contract Amount: $685,981.00 Completion Date: 09/2004 Work Performed w/Forces: 100% CITY OF HOUSTON Reytec Job#2039 Bertner Bridge& Paving from Holcombe to S. Braeswood Package 1, Holcombe to Brays Bayou Reytec Construction acted as the Prime Contractor to the City of Houston and was responsible for the complete project which included concrete paving, driveways, sidewalks, asphalt paving, road excavation, lime stabilization, installation of stabilized base, B-B inlets, and type C manholes, 66", 48", 36" storm sewer, sanitary sewer, domestic water. Underground Utilities: 647 If-48"RCP Storm Sewer-Open Cut 445 If-66" RCP Storm Sewer- Open Cut 107 If-66"RCP Storm Sewer Jack and Bore 253 If- 24"RCP Storm Sewer-Open Cut 53 If- 12" Sanitary Sewer-Open Cut 643 If- 18" Sanitary Sewer-Open Cut 1,130 If- 12"Water Main- Open Cut Contract Amount: $1,398,175.92 Completion Date. 09/2004 Work Performed w/Forces: 95% THE UNIVERSITY OF TEXAS Reytec Job#2029 M.D.Anderson Ambulatory Clinical Care Bldg -Herman Pressler Road&Utility Extension Reytec acted as a Prime Subcontractor to Hensel Phelps a Design Build General Contractor. Concrete and asphalt paving, curbs, sidewalks, storm sewer, domestic water, sanitary sewer. Landscaping. New four(4) lane concrete blvd 25,000 sq. yards of 10"concrete serving the MD Anderson Clinical Care Bldg., The Cancer Prevention Bldg., UT Health Science Center School of Nursing and two (2)major Medical Center parking garages. Underground Utilities: 835 If- 18"Sanitary Sewer-Open Cut 1,435 If- 30" Sanitary Sewer-Micro Tunnel 2,340 If- 12" Domestic Water Main-Open Cut 2,062 If-54" Storm Sewer-Open Cut Contract Amount: $4,425,938.00 Completion Date: 12/2004 Hensel Phelps Construction Co. Michael Dwight 1314 Texas Ave., Suite 1015 Houston, Texas 77002 713.247 0174 Reytec Construction Resources, Inc. PROJECTS COMPLETED CITY OF HOUSTON Reytec Job#2026 72"Watermain along Ella Blvd.and W. 12th St. Reytec Construction acted as a Prime Subcontractor to Jalco, Inc. and was responsible for concrete paving, driveways, sidewalks, asphalt paving, road excavation, lime stabilization, installation of stabilized base, storm sewer, B-B inlets, and type C manholes Contract Amount: $1,654,420.00 Completion Date: 02/2004 Work Performed w/Forces: 100% CITY OF HOUSTON Reytec Job#2021 54"Watermain along Aston, Stonington,and Hempstead from Tidwell to Brittmore Reytec Construction acted as Prime Subcontractor to Jalco, Inc. and was responsible for concrete paving, driveways, sidewalks, asphalt paving, road excavation, lime stabilization, installation of stabilized base, storm sewer, B-B inlets, and type C manholes. Contract Amount: $1,238,203.00 Completion Date: 11/2003 THE UNIVERSITY OF TEXAS Reytec Job#2019 M.D. Anderson Cancer Center-Ambulatory Clinical Building Package#4 Reytec Construction acted as Prime Subcontractor to Hensel Phelps Construction Co. and was responsible for Cast-in-Place concrete columns, concrete foundation for three (3) lower levels of Ambulatory Clinical Care Building and concrete foundation walls to support building structure. Contract Amount: $830,000.00 Completion Date: 12/2003 Work Performed w/Forces: 100% Hensel Phelps Construction Co. Michael Dwight, Project Manager 1314 Texas Ave., Suite 1015 Houston,Texas 77002 713.247.0174 r � Construction Resources, Inc. BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 KNOWN ALL BY THESE PRESENTS, That we, Reytec Conl,tructlofl ReSOUrCes, 1110. as Principal, and hA,',1,V.0141Ua1C1'aUld StWety COMpanyofAmerica as Surety, are held and firmly bound unto City of corpus Christi, Texas as Obligee, In the SUM of Five Percent of Total Amount to Bid Dollars ( 5%T.A.B )for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Fverhart Road-Holly Road to South Padre Island Drive (ape 131 Project No. 18014A ("Project")- NOW, "Project").NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 14th day of May 2019 Reytec Construction Resources, Inc. A _ - By, J Travelers Casualty and Sure Co pang of America .1 By: John Martinez - ftorney-in-Fact Travelers Casualty and Surety Company of America AA► Travelers Casualty and Surety Company TRAVELERS J 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 John Martinez of Spring 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 instrumentto be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. Fy'4'kW( 4,p IV A/y0cow X49 a � State of Connecticut City of Hartford ss. Robert L.Raney.SeKor 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. a My Commission expires the 30th day of June, 2021 * ir Mane 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 Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of 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 14th day of May 2019 ,Yy�p� rJ?y t aqe� r 6,� a s WART"rel, i a HMTFORO, Y OP H CCW:d, Q CONN. s VA �� r s 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 abo ve-named Attorney-in-Fact and the details of the bond to which the power is attached, 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 18014AAddendum No. 1 05/15/2019 18:44:51 PM 18014A Addendum No. 2 05/15/2019 18:44:52 PM 18014A Addendum No. 3 05/15/2019 18:44:52 PM 18014A Bidders Worksheet 1 05/15/2019 18:44:53 PM 18014A Addendum No.4 05/15/2019 18:44:54 PM 18014A Everhart Road-Holly Road to South Padre Island Drive(Type B) Report Created On:5/15/19 7:16:58 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs 18014A Specifications 4/3/19 9:16:49 AM Plans 18014A Plans 4/3/19 4:07:05 PM Addenda 18014AAddendum No. 1 4/23/19 11:03:34 AM Addenda 18014A Addendum No. 2 4/26/19 1:37:16 PM Addenda 18014A Addendum No. 3 5/8/19 8:56:02 AM Addenda 18014A Bidders Worksheet 1 5/9/19 2:38:29 PM Addenda 18014A Addendum No.4 5/10/19 1:00:57 PM Bidders Pre Bid Attendance Roster 4/23/19 11:04:26 AM Other 18014A Bidders Worksheet 2 5/9/19 2:39:08 PM 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Cita of Corpus Christi Ordinance 171 12, Lis Qamendecl. requires allpersons or firms seeking to do business with the Citi to providc the iot1o,,\in,- infrrrntation. f:very question must be answered. if the question is not applicable, answer with"NA". See reverse side Inr I i ling Rccluircinents,Certifications and definitions. COMPANY NAME: Reytec Construction Resources, Inc. STREET P. O. BOX: 1901 Hollister St. ADDRESS CITY: Houston STATE: Texas ZIP: 77080 FIRM IS: 1. Corporation x 2. Partnership 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is ncccssar\. please tisc the reverse side of this page or attach separate sheet. 1. Staltc the names of each `'employee" ol'the City of Corpus Christi having an `ownership interest" constituting 311i,',or Snore of the ownership in the above named "firm." n/a Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownership in the above named"firm." Name Title n/a 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest' constituting 3%or more of the ownership in the above named"firm." Name Board, Commission or Committee n/a 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant n/a City of Corpus Christi 003005-1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 01/2016 FILING REQUIREMENTS If,r person w110 ref{{uLsts official ,Ietinn ort a matter knows that the requested action will confer an economic benefit oil any City oft ficial or employee that is distinguishable from the effect that the action will have on members of the public In general or a substantial seginCrtt thereat:you shall disclose that tact in a siglted writing to the City official, ernployee or hody that has been requested to act in the matter, unless the interest of the City ofl Ictal or employee in IIIc matter is apparent. The disclosure shall also he made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)� CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Gregg T. Reyes Title: President (Type or Print) Signature of Certifying Person: ^ Date: ✓ _ 05/16/2019 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05—1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 01/2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 16, 2019, is between the City of Corpus Christi (Owner) and Reytec Construction Resources, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Everhart Road—Holly Road to South Padre Island Drive (Type B) Project No. 18014A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N. Shoreline Blvd., Suite 1600N Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Management Engineer 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 540 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 17.16 of the General Conditions within 570 days after the date when the Contract Times commence to run. C. 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 Agreement 005223- 1 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $2,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 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 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 14,327,966.82 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 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. Agreement 005223- 2 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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 Except as specified in Article 5, 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; Agreement 005223-3 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. Agreement 005223-4 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 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 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 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— Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. [SIGNATURE PAGE TO FOLLOW] Agreement 005223-5 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Huerta citCorps yRebecca Huerta o=City of Cors Christi Rebecca Huerta c Dig;tally sgned by Jeff Edmonds DN City Secretary.. DN:cit=Jeff Edmonds,o,ou=Engineering, mail=rebeccah@cctexas.com c=US email=jeffmye@caexas.ccm,-US nary�ntn na ns nn sa-nn-ns nn Date:2019.07.29 11.41.49-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2019-100 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 071 6/201 9 D;grtally signed by Kent Mcllyaru/n Digitally signed by RH/AB 3\ DN:—Kent Mcllyar,o.cu. 11 1 ,/..1` emau=kentmc@ texas.com.-Us Date:2019.08.01 11:06:32-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Reytec Construction Resources, Inc. G re T. Re eS Digitally signed by Gregg T.Reyes (Seal Below) By: 99 ) Date:2019.07.2411:58:57-05'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1901 Hollister Street Financial Officer Address Houston,Texas 77080 City State Zip 713/957-4003 Phone Fax GReyes@reytec.net EMail END OF SECTION Agreement 005223-6 Everhart Road—Holly Road to South Padre Island Drive(Type B)—Project No. 18014A Rev 10/2018 00 6113 PERFORMANCE BOND BOND NO. 107094466 Contractor as Principal Name: Revtec Construction Resources Inc. Mailing address (principal place of business): 1901 Hollister Street Houston, TX 77080 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. 18014A Everhart Road — HoIIy Road to South Padre Island Drive (Type B) Award Date of the Contract: July 16, 2019 Contract Price: $14,327,966.82 Bond Date of Bond: July 16, 2019 (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 Physical address (principal place of business): One Tower Square Hartford CT 06183 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): (860) 277-0111 Telephone (for notice of claim): (800) 842-8496 Local Agent for Surety Name: John Martinez Address: 25700 Interstate 45 North, Suite 140 Spring, TX 77386 Telephone: 832-941-1813 Email Address: john.martinez@americanglobal.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 Performance Bond 18014A Everhart Rd — HoIIy Rd to So Padre Island Dr (Type B) 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 same extent as if it were copied at length herein. Venue shall lie exclusi - in Nueces County, Texas for any legal action. Text Contractor as Principal Signature: / . Surety Signature: / _) Name: Gregg T. Reyes Name: John -Martinez Title: President Title: `-Cforn y ct Email Address: greyes@reytec.net Email Address: john.martinez@americanglobal.com (Attach Power of Attorney and place surety seal below) •Z' e .• •.•'a L. b • -. • 1'lI i•• .Y�n• i G : t;, :: ,,M0 t a •-.. ego, c�," y �'. VIYI 00 ijiiJf)•mi11140, END OF SECTION Performance Bond 18014A Everhart Rd — Holly Rd to So Padre Island Dr (Type B) 006113-2 7-8-2014 • • 't. • _ 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 John Martinez of Spring 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 City of Hartford ss. By: Robert L. Raney, Se or 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 .nA tN_- C.. . 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 herebycertifythat 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 3 u�y day of ltp 20cA ;Y HARiFCR, l = - C01?1 :-:.9 • ✓ V 4- .+tl4pW�°.JAZ.: To verify the authenticity of this POrrer ofAltomep 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. Kevin Hughes, Assistant retary TRAVELERS J IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6116 PAYMENT BOND BOND NO. 107094466 Contractor as Principal Name: Reytec Construction Resources Inc. Mailing address (principal place of business): 1901 Hollister Street Houston, TX 77080 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. 18014A Everhart Road — Holly Road to South Padre Island Drive (Type B) Award Date of the Contract: July 16, 2019 Contract Price: $14,327,966.82 Bond Date of Bond: July 16, 2019 (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 Physical address (principal place of business): One Tower Square Hartford CT 06183 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): (860) 277-0111 Telephone (for notice of claim): (800) 842-8496 Local Agent for Surety Name: John Martinez Address: 25700 Interstate 45 North, Suite 140 Spring, TX 77386 Telephone: 832-941-1813 Email Address: john.martinez©americanglobaicom 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 18014A Everhart Rd — Holly Rd to So Padre Island Dr (Type B) 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound Bond to be duly executed on its behalf by its authorized and Surety bind themselves, and their heirs, administrators, and severally to this bond. The condition of this obligation all claimants providing labor or materials to him or required by the Contract then this obligation shall be in full force and effect. Provisions of the bond shall 2253 and Chapter 2269 of the Texas Government Code be determined in accordance with the provisions of at length herein. Venue shall lie exclusively in Nueces and obligated to Owner do each cause this Payment officer, agent or representative. The Principal executors, successors and assigns, jointly is such that if the Contractor as Principal pays to a Subcontractor in the prosecution of the Work null and void; otherwise the obligation is to remain be pursuant to the terms and provisions of Chapter as amended and all liabilities on this bond shall said Chapter to the same exten s if it ere copied County, Texas for any legal ction. Contractor Prin ipal Surety ' Signature: as Signature: `�, / - fir, Name: Gregg T. Reyes Name: John Martinez Title: President Title: Attorne = fl Email Address: greyes@reytec.net Email A•dre ' "ohrtinez@americanglobal.com (Attach Po er of Attorney and place suretyseal.below) �owveis-`• . v d'' .P Si te /111;V il:' ta\L11 14141 END OF SECTION Payment Bond Form 18014A Everhart Rd — Holly Rd to So Padre Island Dr (Type B) 006116-2 7-8-2014 • + ►t? U U rrrfrirr,/ - ' rs� / `� ire,,crrr,.�,r "1_17 // 1� tea' �� * r.� /'. e; r • s r „:°:-..1.7::: r^ r .71 �. • 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 John Martinez of Spring 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 City of Hartford ss. By:• Robert L. Raney, Se6 or 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 \N,A4'R C 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 herebyeertifythat the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and.effect .. Dated this k" day of 1(49 , 201CA HARTFCR 2 `" C01111• f p 4 To verify the authenticity of this Power ofAttorney; please p/I 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. /674 -- Kevin Hughes, Assistant retary l tip•'+•.4. 1 .... • 1 TRAVELERS. IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 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 7/29/2019 Adams Insurance Service,Inc. 427 West 20th Street,Suite 501 Houston TX 77008 Janet Williams 713-869-8346 jwilliams@adamsins.com Allied World Specialty Insurance Company 16624 RESOURRE01 North River Insurance Company 21105ReytecConstructionResources,Inc. 1901 Hollister Street Houston TX 77080-6803 Texas Mutual Insurance Company 22945 Travelers Lloyds Insurance Company 41262 AIG Specialty Insurance Company 26883 Allied World National Assurance Company 10690 823365645 F X 1,000,000 X 100,000 Subject to max 5,000 Agg of $10M 1,000,000 2,000,000 X Y Y 0310-3794 10/16/2018 10/16/2019 2,000,000 A 1,000,000 X X X Y Y 6000-0297 10/16/2018 10/16/2019 B X 5,000,000 X Y 5821111098 10/16/2018Y 10/16/2019 5,000,000 X 0 C X N Y 0001295501 10/16/2018 10/16/2019 1,000,000 1,000,000 1,000,000 D E Contractors Equip Contractor's Pollution Liability Y Y QT-660-7D073032-TLC-18 CPO13292377 10/16/2018 10/16/2018 10/16/2019 10/16/2019 Leased/Rented Each Loss Aggregate 425,000 per item 1,000,000 1,000,000 THE AUTOMOBILE POLICY INCLUDES THE FOLLOWING ENDORSEMENTS:1)BLANKET ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO THE BODILY INJURY OR PROPERTY DAMAGE.2)CA0444-BLANKET WAIVER OF SUBROGATION AS REQUIRED BY WRITTEN CONTRACT.3)CA0001600/CA0002100-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE GENERAL LIABILITY POLICY INCLUDES THE FOLLOWING ENDORSEMENTS:1)GL0006800-NOTICE OF CANCELLATION-30 DAY BLANKET AS REQUIRED BY WRITTEN CONTRACT.2)CG2404-BLANKET WAIVER OF SUBROGATION WHEN REQUIRED IN A WRITTEN CONTRACT OR AGREEMENT.3)CG2010,CG2037,&CG2028-WHO IS AN INSURED IS AMENDED TO INCLUDE AS ADDITIONAL INSURED ANY PERSON OR ORGANIZATION WHEN YOU HAVE AGREED IN A WRITTEN CONTRACT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL See Attached... CITY OF CORPUS CHRISTI,TEXAS ATTN:ENGINEERING SERVICES 1201 LEOPARD ST.-CITY HALL,3RD FLR CORPUS CHRISTI TX 78401 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: RESOURRE01 1 1 Adams Insurance Service,Inc.Reytec Construction Resources,Inc. 1901 Hollister Street Houston TX 77080-6803 25 CERTIFICATE OF LIABILITY INSURANCE INSURED ON YOUR POLICY.4)GL0003000 PRIMARY &NON-CONTRIBUTORY BASIS IF THE ADDITIONAL INSURED SPECIFICALLY AGREED IN A WRITTEN CONTRACT THAT THE INSURANCE BE PRIMARY &WHEN COVERAGE IS PROVIDED ON A PRIMARY BASIS WE WILL NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO THE ADDITIONAL INSURED IF A WRITTEN CONTRACT REQUIRES THAT THIS INSURANCE BE NON-CONTRIBUTORY.5)CG2503-DESIGNATED CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT -SUBJECT TO A MAXIMUM POLICY AGGREGATE OF $10,000,000 THE WORKERS COMPENSATION POLICY INCLUDES THE FOLLOWING ENDORSEMENTS:1)WC420304B-WAIVER OF SUBROGATION-BLANKET WAIVER FOR ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER.2)WC420601-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT.3)TM LHW 2001-LONGSHORE AND HARBOR WORKERS'COMPENSATION ACT COVERAGE THE UMBRELLA/EXCESS LIABILITY POLICY APPLIES IN EXCESS OF THE UNDERLYING GENERAL LIABILITY,AUTOMOBILE LIABILITY AND EMPLOYERS LIABILITY POLICIES ABOVE INCLUDING FOLLOWING THE TERMS OF ANY ADDITIONAL INSURED ENDORSEMENTS.THE POLICY FOLLOWS THE TERMS AND CONDITIONS OF SUCH UNDERLYING POLICIES UNLESS THEY ARE INCONSISTENT WITH THE TERMS OF THE POLICY. PROJECT:18014A EVERHART ROAD -HOLLY RD TO SOUTH PADRE ISLAND DR (TYPE B) 5(<7(&&216758&7,215(6285&(6,1& POLICY NUMBER:  32/,&<'$7(672 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. $1<2:1(5/(66((25&2175$&725:+20<28 +$9($*5(('72,1&/8'($6$1$'',7,21$/,1685(' 81'(5$:5,77(1&2175$&725$*5((0(17 3529,'('7+$768&+:$6(;(&87('35,2572$1 2&&855(1&( $///2&$7,21625-2%6,7(62)7+(1$0(',1685(' Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 5(<7(&&216758&7,215(6285&(6,1& 32/,&<180%(5 32/,&<'$7(672 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. $///2&$7,21625-2%6,7(62)7+(1$0(',1685(' REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2018 TO 10/16/2019 ANY OWNER, LESSEE, OR CONTRACTOR WHOM YOU HAVE AGREED TO INCLUDE AS AN ADDITIONAL INSURED UNDER A WRITTEN CONTRACT OR AGREEMENT PROVIDED THAT SUCH WAS EXECUTED PRIOR TO AN OCCURRENCE 5(<7(&&216758&7,215(6285&(6,1& 32/,&<180%(532/,&<'$7(672 &200(5&,$/*(1(5$//,$%,/,7< &* 7+,6(1'256(0(17&+$1*(67+(32/,&<3/($6(5($',7&$5()8//< &*‹,QVXUDQFH6HUYLFHV2IILFH,QF 3DJH RI $'',7,21$/,1685('±/(66252) /($6('(48,30(17 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKHIROORZLQJ &200(5&,$/*(1(5$//,$%,/,7<&29(5$*(3$57 6&+('8/( 1DPH2I$GGLWLRQDO,QVXUHG3HUVRQ V 2U2UJDQL]DWLRQ V  ,QIRUPDWLRQUHTXLUHGWRFRPSOHWHWKLV6FKHGXOHLIQRWVKRZQDERYHZLOOEHVKRZQLQWKH'HFODUDWLRQV $ 6HFWLRQ,,±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±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© Insurance Services Office, Inc., 2008 Page 1 of 1 † WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. $1<3(56212525*$1,=$7,21$*$,167:+20<28+$9($*5(('72:$,9(<2855,*+72)5(&29(5< ,1$:5,77(1&2175$&73529,'('&2175$&7:$6(;(&87('35,25727+(/266'$7( COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 † DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1.A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2.The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a.Insureds; b.Claims made or "suits" brought; or c.Persons or organizations making claims or bringing "suits". 3.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4.The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. $//352-(&7668%-(&772$0$;,08032/,&<$**5(*$7(2) 5(<7(&&216758&7,215(6285&(6,1& 32/,&<180%(5 32/,&<'$7(68729 Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 † B.For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: 1.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2.Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C.When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D.If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E.The provisions of Section III – Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2018 TO 10/16/2019 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GL 00068 00 (03/11) ADDITIONAL NOTICE OF CANCELLATION (AMENDMENT OF CANCELLATION CONDITION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section IV – Commercial General Liability Conditions is amended to include the following additional condition: In the event that we cancel this policy for any reason, other than for the nonpayment of premium, we will provide advance written notice of such cancellation to the entity(ies) or individual(s) shown in the Schedule below in accordance with the number of days stated. SCHEDULE Entity or Individual Address Number of Days Advance Written Notice of Cancellation (Other Than Nonpayment of Premium) '$<6/,670$,17$,1('%<7+( 5(7$,/$*(17 /,670$,17$,1('%<7+(5(7$,/$*(17 REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2018 TO 10/16/2019 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Page 1 of 1 ADDITIONAL INSURED – WHERE REQUIRED UNDER CONTRACT OR AGREEMENT - BLANKET This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION II – LIABILITY COVERAGE, Paragraph A. Coverage, Subparagraph 1. Who Is An Insured is amended to include the following additional provision: The person(s) or organization(s) shown in the Schedule below is an additional “insured”, but solely to the extent that you become obligated to include such person(s) or organization(s) as an additional “insured” under this policy as a result of any written contract or written agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, and solely with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: a. The coverage and/or limits of this policy; or b. The coverage and/or limits required by said written contract or written agreement. Schedule: Person(s) or Organization(s): %/$1.(7%$6,6 -:+(5(5(48,5('%<:5,77(1&2175$&77+$7,6 (;(&87('35,2572/266 REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 6000-0297 POLICY DATES: 10/16/2018 TO 10/16/2019 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization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age 1 of 1 ADVICE OF CANCELLATION TO OTHERS (E-MAIL) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION IV – BUSINESS AUTO CONDITIONS, B. General Conditions is amended to include the following additional condition: Advice Of Cancellation To Others In the event that we cancel this policy for any reason, other than nonpayment of premium, and the effective date of cancellation is prior to the expiration date, we will endeavor to provide advice of such cancellation to a certificate holder, provided that all of the following are met: a.The first Named Insured is under an existing contractual obligation to notify such certificate holder when this policy is canceled; b.The effective date of cancellation is prior to the expiration date; and c.The first Named Insured notifies us, after receiving written notice of cancellation but prior to the effective date of cancellation, requesting that we provide advice of cancellation to such certificate holder. The request must include the name and e-mail address of such certificate holder. We will send the advice of cancellation through e-mail to the certificate holder within thirty (30) days after the receipt of the request from the first Named Insured. We will send an e-mail only when a valid e-mail address is provided. The e-mail we send is intended as a courtesy. Our failure to provide such e-mail will not extend the policy cancellation date nor negate the cancellation of the policy. WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Insured copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/16/18 at 12:01 a.m. standard time, forms a part of: Policy no. 0001295501 of Texas Mutual Insurance Company effective on 10/16/18 Issued to: REYTEC CONSTRUCTION RESOURCES INC This is not a bill NCCI Carrier Code: 29939 Authorized representative 10/9/18 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 06 01 Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/16/18 at 12:01 a.m. standard time, forms a part of: Policy no. 0001295501 of Texas Mutual Insurance Company effective on 10/16/18 Issued to: REYTEC CONSTRUCTION RESOURCES INC This is not a bill NCCI Carrier Code: 29939 Authorized representative 10/9/18 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 06 01 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE ϮϬϭϴ