Loading...
HomeMy WebLinkAboutC2019-503 - 8/13/2019 - Approved 00 52 23 AGREEMENT This Agreement,for the Project awarded on August 13,2019, is between the City of Corpus Christi (Owner)and Haas-Anderson Construction,Ltd (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: Ayers St. Pedestrian Improvements&Turn Lane—SPID to Gollihar(Bond 2014)-Revised Project No. E15106 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood,Andrews&Newnam, Inc. 500 N.Shoreline Blvd.,Suite 905 Corpus Christi,Texas 78401 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINED Kent Power,P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Road,Bldg#5 Corpus Christi,TX 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 425 calendar days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 455 calendar days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1/6 Ayers St. Pedestrian Improvements&Turn Lane SPID to-Gollihar(Bond 2014)—Revised,Project No. E15106 Rev06-22-2016 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF AYERS STREET PEDESTRIAN IMPROVEMENTS AND TURN LANE ADDITION — SPID TO GOLLIHAR (Bond 2014) -Revised PROJECT NO. E15106 111111111111111 City of Corpus Christi Lockwood, Andrews & Newnam, Inc. f s Scoi r M: OOOOOOOO v. 500 N. Shoreline Blvd., Suite 905, Corpus Christi, TX 78401 Issued for Bid Record Drawing No. STR914 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS CONTRACT DOCUMENTS FOR CONSTRUCTION OF AYERS STREET PEDESTRIAN IMPROVEMENTS AND TURN LANE ADDITION — SPID TO GOLLIHAR (Bond 2014) -Revised PROJECT NO. E15106 City of Corpus Christi Lockwood, Andrews & Newnam, Inc. 500 N. Shoreline Blvd., Suite 905, Corpus Christi, TX 78401 Record Drawing No. STR914 Issued for Bid SECTION 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 0100 Table of Contents 00 21 13 Invitation to Bid and Instructions to Bidders 00 30 00 Bid Acknowledgment Form 00 30 01 Bid Form 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement 00 61 13 Performance Bond 00 61 16 Payment Bond 00 72 00 General Conditions 00 72 01 Insurance Requirements 00 72 02 Wage Rate Requirements 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work 0123 10 Alternates and Allowances 0129 00 Application for Payment Procedures 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 0133 00 Document Management 0133 01 Submittal Register 0133 02 Shop Drawings 0133 03 Record Data 0133 04 Construction Progress Schedule Table of Contents Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 01 00 - 1/4 Issued for Bid Rev 06-22-2016 SECTION 00 0100 TABLE OF CONTENTS Division / Section Title 0133 05 Video and Photographic Documentation 0135 00 Special Procedures 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement 025223 Crushed Limestone Flexible Base 025412 Prime Coat 025608 Inlets 025610 Concrete Curb & Gutter 025612 Concrete Sidewalks & 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 Table of Contents Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 01 00 - 2/4 Issued for Bid Rev 06-22-2016 SECTION 00 0100 TABLE OF CONTENTS Division / Section Title 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words, & Emblems 025816 Raised Pavement Markers 025818 Reference Specification — TxDOT DMS -4200 Pavement Markers (Reflectorized) 025828 Reference Specification —TxDOT DMS- 6130 Bituminous Adhesive for Pavement Markers 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 062204 PVC Pipe — Pressure Pipe for Wastewater Force Mains, Irrigation Systems, and Water Transmission Lines — ASTM D2241 026206 Ductile Iron Pipe & Fittings 026210 PVC Pipe —AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves & Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows 027202 Manholes 027203 Vacuum Testing of Wastewater Manhole and Structures 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027611 Cleaning and Televised Inspection of Conduits 028020 Seeding 028040 Sodding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 02449 Horizontal Directional Drilling (HDD) Table of Contents Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 01 00 - 3/4 Issued for Bid Rev 06-22-2016 SECTION 00 0100 TABLE OF CONTENTS Division I Section Title 02506 Restrained Joint Polyvinylchloride (PVC) Water Pipe 02524 Air release and vacuum relief valves 02600 Fusible Polyvinylchloride (PVC) Pipe Appendix Title 1 Geotechnical Report — RETL Report (Job No. G116154) 2 Subsurface Utility Engineering (SUE) Report END OF SECTION Table of Contents Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 01 00 - 4/4 Issued for Bid Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 — GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Ayers Street Pedestrian Improvements and Turn Lane — S.P.I.D. to Gollihar (Bond 2014) - Revised Project No. E15106 A. Work is described in general, non-inclusive terms as: Widen approximately 3,000 linear feet of Ayers Street from approximately Nemec Street to Gollihar Road to accommodate the addition of a continuous center dual turn -lane, and right turn lanes at South Padre Island Drive (S.P.I.D.), McArdle and Gollihar, mill, level -up & overlay of the existing pavement within the project limits, provide for ADA pedestrian and drainage improvements from approximately S.P.I.D. to Gollihar Road, and provide new waterline and sanitary sewer infrastructure. This project also includes an extension of an ADA compliant sidewalk along the east side of Ayers Street from Gollihar to Alexander Street. • Widen the east and west sides of Ayers Street with HMAC pavement. • The majority of the existing Ayers Street HMAC pavement will be left in place, but will be repaired where necessary for proposed new and relocated utilities. • Approximately 2,600 linear feet of the full -width of the existing Ayers Street HMAC pavement from approximately McArdle Road to Gollihar Road will be milled and overlaid to provide a smooth surface between existing and proposed new pavement. • Provide proposed pavement markings along Ayers Street on proposed HMAC overlay. • Provide concrete curb and gutter along the proposed east and west side of Ayers Street to accommodate proposed new drainage systems, proposed concrete driveways, proposed concrete ADA compliant sidewalk and ramps, and bus stops from approximately S.P.I.D. to Gollihar Road. ADA compliant sidewalks and ramps along the east side of Ayers Street, along with associated driveway modifications, will extend from Gollihar Road to Alexander Street near the Corpus Christi Regional Transit Authority (RTA) Port -Ayers Station. • Provide a proposed new underground stormwater drainage system along the east and west sides of Ayers Street from approximately Nemec Street to Gollihar Road to replace the existing drainage ditch along the west side of Ayers Street and to replace the existing underground storm sewer and grate inlets along the east side of Ayers Street. Provide Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13-1/10 Rev 01-13-2016 storm sewer inlets, manholes and lateral drain pipes along the east and west sides of Ayers Street. • Relocate 8 -inch and 24 -inch waterlines that conflict with proposed stormwater drainage system along the west side of Ayers Street from approximately Nemec Street to Mansheim Road. • Provide proposed 8 -inch waterline to replace existing asbestos 8 -inch waterline. • Relocate 12 -inch sanitary sewer and manholes that conflict with proposed stormwater drainage system along the west side of Ayers Street from approximately Nemec Street to McArdle. • Relocate various utilities (ex., gas, waterlines, fiber optic, utility/light poles, etc.) as needed that conflict with proposed Work along the east and west side of Ayers Street from approximately Nemec Street to Gollihar Road. • Adjust various existing manholes, valve boxes and meter boxes along the east and west side of Ayers Street to match the new top of pavement, top of proposed parking spaces, top of proposed sidewalks and/or top of new site grading behind proposed curb and gutter between Nemec Street and Gollihar Road. • Re -grade existing drainage swales, and backfill existing drainage swales along the west side of Ayers where shown on the drawings. • The signalized intersection on Ayers Street at McArdle Road and Gollihar will be replaced with new poles and rigid traffic arms by a separate contractor. Contractor shall coordinate the Work with the other Contractor to avoid schedule impacts and to minimize public impacts. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is 56,488,522.00. The Project is to be substantially complete and ready for operation within 425 calendar days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 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 2PM, November 14, 2018 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13-2/10 Rev 01-13-2016 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Ayers Street Pedestrian Improvements and Turn Lane — S.P.I.D. to Gallihar (Bond 2014) - Revised, Project No. E15106 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 2PM, November 14, 2018, at the following location: City Hall Building — City of Corpus Christi 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 1030AM, October 30th, 2018 at the following location: City Hall Building— Engineering Services Smart Board Room 3rd floor, Engineering Services 1201 Leopard Street, Corpus Chris 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 3/10 Rev 01-13-2016 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13-4/10 Rev 01-13-2016 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8 — BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13-5/10 Rev 01-13-2016 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9 — PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10 — CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly 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 Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 6/10 Rev 01-13-2016 Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 — BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 — STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 — EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 — AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 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 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13-7/10 Rev 01-13-2016 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17 — BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18 — SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 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. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20 — WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not Tess than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21— BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 8/10 Rev 01-13-2016 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.comLgovernment/city-secretary/cnr7flict- 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. 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13-9/10 Rev 01-13-2016 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 Tess 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 Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non -city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City -awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 10/10 Rev 01-13-2016 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. Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: "Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscape Architects qualified to practice their profession in the State of Texas." B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Lockwood, Andrews, & Newnam, Inc. Testing Lab — Rock Engineering & Testing Laboratory 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. 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 January 3 July February 3 August Days 3 4 March 2 April 3 September October 7 4 Supplementary Conditions 00 73 00 - 1/2 Ayers St. Pedestrian Improvements & Turn Lane Issued for Bid SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 10-11-2017 May 4 November 3 June 4 December 3 3. A total of 43 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 (Reference Appendix 1) include the following: a. Subsurface Exploration, Laboratory Testing Program, and Pavement Recommendations for the Proposed Ayers Street Pedestrian Improvements & Turn Lane, City of Corpus Christi Project No. E15106 (Bond 201.4). Limits: South Padre Island Drive to Gollihar Street. Prepared by Rock Engineering and Testing Laboratory, Inc. (RETL) July 29, 2016, RETL Job Number G116154. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 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." END OF SECTION Supplementary Conditions 00 73 00 - 2/2 Ayers St. Pedestrian Improvements & Turn Lane Issued for Bid SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 10-11-2017 00 9101 ADDENDUM NUMBER 07 Ayers Street Pedestrian Improvements and Turn Lane Project: Addition — SPID to Gollihar — (Bond 2014) R JSED roject Number: Owner: City of Corpus Christi . E15106 City Engineer: J.H. Edmonds, P. Designer: Scott M. Harris, P.E. City of Corpus Christi Lockwood, Andrews & Newnam, Inc. Addendum No. 07 Specification Section: 00 9101 Issue Date: March 14, 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: Name Addendum Items: • Modifications to the Procurement & Contracting Documents (Division 00) - Attachment A • Modifications to the General Requirements (Division 01) - Attachment B • Modifications to the Drawings - Attachment C • Questions i*: *@4 SCOTT M. HARRIS 1 14o 6.-,./z,. ., 1! ►!y i Lockwood, Andrews, & Newnam Firm No. 2514 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. Ayers Street Pedestrian Improvements and Turn Lane — SPID to Gollihar (E15106) 009101-1 Rev 01-13-2016 ARTICLE 2 — MODIFICATION TO FRONT END DOCUMENTS 2.01 Modifications to the Procurement & Contracting Requirements (Division 00) A. DELETE Section 00 21 13 — Invitation to Bid and Instructions to Bidders in its entirety, and REPLACE with Section 00 21 13 — Invitation to Bid and Instructions to Bidders - Attachment A B. DELETE Section 00 30 00 — Bid Acknowledgement Form in its entirety, and REPLACE with Section 00 30 00 — Bid Acknowledgement Form - Attachment A C. DELETE Section 00 30 01— Bid Form in its entirety, and REPLACE with Section 00 30 01— Bid Form - Attachment A 2.02 Modifications to the General Requirements (Division 01). A. DELETE Section 01 29 01 - Measurement and Basis for Payment in its entirety. B. REPLACE with Section 01 29 01 - Measurement and Basis for Payment - Attachment B ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3.01 Modifications to the Drawings A. DELETE the following drawings sheets in their entirety: 1. Sheet 6 2. Sheet 7 3. Sheet 9A 4. Sheet 9B 5. Sheet 23 6. Sheet 24 7. Sheet 25 8. Sheet 26 9. Sheet 27 10. Sheet 28 11. Sheet 29 12. Sheet 30 13. Sheet 37 14. Sheet 38 15. Sheet 42 16. Sheet 43 17. Sheet 45 ESTIMATED QUANTITIES 1 OF 2 ESTIMATED QUANTITIES 2 OF 2 EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 DEMOLITION & REMOVAL PLAN 1 OF 10 DEMOLITION & REMOVAL PLAN 2 OF 10 DEMOLITION & REMOVAL PLAN 3 OF 10 DEMOLITION & REMOVAL PLAN 4 OF 10 DEMOLITION & REMOVAL PLAN 5 OF 10 DEMOLITION & REMOVAL PLAN 6 OF 10 DEMOLITION & REMOVAL PLAN 7 OF 10 DEMOLITION & REMOVAL PLAN 8 OF 10 LIMITS OF NEW IMPROVEMENTS & OVERLAY PLAN 1 OF 2 LIMITS OF NEW IMPROVEMENTS & OVERLAY PLAN 2 OF 2 STREET PLAN & PROFILES 4 OF 8 STREET PLAN & PROFILES 5 OF 8 STREET PLAN & PROFILES 7 OF 8 Ayers Street Pedestrian Improvements and Turn Lane —SPID to Gollihar (E15106) 009101-2 Rev 01-13-2016 18. Sheet 97 WATER & WASTEWATER PLAN & PROFILES 2 OF 8 19. Sheet 115 STRIPING & SIGNAGE PLAN 5 OF 5 20. Sheet 120 TRAFFIC CONTROL NOTES & PHASING 1 OF 3 21. Sheet 121 TRAFFIC CONTROL NOTES & PHASING 2 OF 3 22. Sheet 122 TRAFFIC CONTROL NOTES & PHASING 3 OF 3 B. REPLACE deleted sheets with the following drawing sheets, all Revision No. 1 Dated 2/27/19 - Attachment C: 1. Sheet 6 ESTIMATED QUANTITIES 1 OF 2 2. Sheet 7 ESTIMATED QUANTITIES 2 OF 2 3. Sheet 9A EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 4. Sheet 9B EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 5. Sheet 23 DEMOLITION & REMOVAL PLAN 1 OF 10 6. Sheet 24 DEMOLITION & REMOVAL PLAN 2 OF 10 7. Sheet 25 DEMOLITION & REMOVAL PLAN 3 OF 10 8. Sheet 26 DEMOLITION & REMOVAL PLAN 4 OF 10 9. Sheet 27 DEMOLITION & REMOVAL PLAN 5 OF 10 10. Sheet 28 DEMOLITION & REMOVAL PLAN 6 OF 10 11. Sheet 29 DEMOLITION & REMOVAL PLAN 7 OF 10 12. Sheet 30 DEMOLITION & REMOVAL PLAN 8 OF 10 13. Sheet 37 LIMITS OF NEW IMPROVEMENTS & OVERLAY PLAN 1 OF 2 14. Sheet 38 LIMITS OF NEW IMPROVEMENTS & OVERLAY PLAN 2 OF 2 15. Sheet 42 STREET PLAN & PROFILES 4 OF 8 16. Sheet 43 STREET PLAN & PROFILES 5 OF 8 17. Sheet 45 STREET PLAN & PROFILES 7 OF 8 18. Sheet 97 WATER & WASTEWATER PLAN & PROFILES 2 OF 8 19. Sheet 115 STRIPING & SIGNAGE PLAN 5 OF 5 20. Sheet 120 TRAFFIC CONTROL NOTES & PHASING 1 OF 3 21. Sheet 121 TRAFFIC CONTROL NOTES & PHASING 2 OF 3 22. Sheet 122 TRAFFIC CONTROL NOTES & PHASING 3 OF 3 C. ADD the following new drawing sheets, all Revision No. 0, Dated 2/27/19 - Attachment C: 1. Sheet 9C EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 Ayers Street Pedestrian Improvements and Turn Lane —SPID to Gollihar (E15106) 009101-3 Rev 01-13-2016 ARTICLE 4 — QUESTIONS 4.01 QUESTIONS A. Question: Would the City consider increasing the project duration due to the complexity of the mill and overlay work? Answer: Project duration for base bid and alternate have been revised. See revised Section 00 21 13 — Invitation to Bid and Instructions to Bidders and Section 00 30 00 — Bid Acknowledgement Form. B. Question: We interpret paragraph 7.03 in Section 00 21 13 — Invitation to Bid and Instructions to Bidders to mean that the answers to Bidder questions posted on CivCast are not binding if they are not included in an addenda. Is this interpretation correct? Answer: All questions will be answered by addendum C. Question: Can separate pavement replacement bid items be added to match the full - depth pavement removal quantities? Answer: Yes, see revised Section 00 30 01— Bid Form and Section 01 29 01 — Measurement and Payment. D. Question: Can a pavement coring plan be provided? Answer: Yes, see revised Sheet 9A, 9B, and 9C, and Section 00 30 01— Bid Form and Section 01 29 01— Measurement and Payment. E. Question: Can the contractor modify the proposed traffic control phasing based on means and methods to coordinate mill/overlay and new travel lanes? Answer: Yes, see revised traffic control phasing drawings, Sheet 120, 121 and 122. F. Question: Can the pavement cross slopes at the ADA accessible parking spaces be "squared up" with the curb and gutter? Answer: Yes, see revised Sheets 42, 43, 45, and 115. G. Question: Can the pavement grade breaks in the cross slopes be eliminated or reduced? Answer: Yes, see new Sheet 9C. H. Question: Can you provide the wastewater flows necessary for sizing the proposed sanitary sewer by-pass system? Answer: Yes, see the following Note 15 on Sheet 97. "Note 15 — FLOWS FOR EXISTING 8", 10", & 12" WW LINES ARE 350GPM, 500GPM, AND 750GPM" I. Question: Items B4, B5 and B6 Contain all the types of "street excavation" required for the project in the base bid. They total 15260 SY. Street Excavation per 01 29 01 H includes embankment AND extends to back of proposed concrete ramps and sidewalks. Items B7, B8 and B9 Compacted Subgrade, Geogrid and Base Extend to 1' behind back of curb and total 17230. How is the combined quantity for B4, B5 and B6 less than the quantity of B8 and B9? Also B7 is less than B8 and B9. This implies there are areas where Ayers Street Pedestrian Improvements and Turn Lane —SPID to Gollihar (E15106) 009101-4 Rev 01-13-2016 geogrid and base will be placed over non -compacted subgrade. Also your Ty B and Ty D hotmix areas are the same as your compacted subgrade and combined street excavation areas yet all three have different limits . Please explain how your quantities were calculated. Answer: See revised Section 00 30 01— Bid Form and Section 01 29 01— Measurement and Payment. J. Question: The same questions apply to the Alternate as were asked in the previous question related to the base bid. The items for Hotmix, Street Excavation, Compacted Subgrade, Geogrid, and Base do not compute based on the limits defined in the measurement and payment section. Please summarize your quantities and provide this for review. Answer: See revised Section 00 30 01— Bid Form and Section 01 29 01— Measurement and Payment. K. Question: In the revised specs: Section 01 29 01-2 B. "Bid Item A-2 .,..Payment for Bonds and Insurance will be based on receipt of documentation of actual costs." This is about impossible. For us...GL is paid on estimated gross sales receipts...audited and trued up at the end of the policy year. (which is not the same as the job year). Auto is paid be vehicle/year not by job. Employers liability, Excess and Umbrella are quoted by policy year not by job. Providing reasonable documentation to prove total insurance costs for a job is not something that can be done until after the policy year ends after the job is complete and that is not reasonable. If you feel contractors are placing too much money in this pay item you need to cap this pay item at a % of the job and not require documentation that is a huge burden to the contractor and something the City wouldn't be able to verify in the first place. Answer: See revised Section 00 30 01— Bid Form and Section 01 29 01— Measurement and Payment. Contractor is to determine how insurance is allocated, either through individual or multiple line items. Insurance will not be expressly included in any line item. L. Question: Can the 4' diameter and 5' diameter type A manholes be substituted for 4'x4' and 5'x5' junction boxes with a manhole riser? Answer: Proposed junction boxes with risers in lieu of the City's standard Type A pre- cast storm sewer manhole shown on Sht. 133 are acceptable if approved by the Design Consultant and meet the City's specifications. Shop drawings for cast -in-place or precast junction boxes shall be in accordance with General Note D9 on Sheet 4 and shall be signed and sealed by Professional Engineer registered in Texas per Spec. 027202 and General Note 8 on Sheet 133. Contractor shall also take into consideration the angles of the RCP penetrations to determine if the round Type A manhole or a square junction box is appropriate for the application. M. Question: Phase Three improvements are not shown on the "Limits of New Improvements" Sheets or on the "Street Plan & Profile" Sheets. Will these be revised to include Phase 3 improvements? Answer: The "Limits of New Improvements" sheets and the "Street Plan & Profile" sheets will not be revised. Reference the "ADA Pedestrian Improvements" sheets 93 Ayers Street Pedestrian Improvements and Turn Lane —SPID to Gollihar (E15106) 009101-5 Rev 01-13-2016 and 94 for the limits of Phase 3 and Phasing Note 4B on Sheet No. 120 which indicates that Phase 3 may occur concurrently with any of the other phases. N. Question: The "Specs" file looks like it might be corrupted - I get an error message when trying to download it halfway through. The plans worked fine, though. Answer: The Spec file has been reuploaded and verified to work. Thank you. 0. Question: Item E35 low profile concrete barriers qty. 90 ea. are these to be provided new to owner or can they be contractor's owned and used for traffic control? Answer: The low profile concrete barriers are for traffic control purposes and do not need to be provided to the City. END OF ADDENDUM NO. 07 Ayers Street Pedestrian Improvements and Turn Lane —SPID to Gollihar (E15106) 009101-6 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 — DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 —GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Avers Street Pedestrian Improvements and Turn Lane — S.P.I.D. to Gollihar (Bond 2014) - Revised Project No. E15106 Work is described in general, non-inclusive terms as: Widen approximately 3,000 linear feet of Ayers Street from approximately Nemec Street to Gollihar Road to accommodate the addition of a continuous center dual turn -lane, and right turn lanes at South Padre Island Drive (S.P.I.D.), McArdle and Gollihar, mill, level -up & overlay of the existing pavement within the project limits, provide for ADA pedestrian and drainage improvements from approximately S.P.I.D. to Gollihar Road, and provide new waterline and sanitary sewer infrastructure. This project also includes an extension of an ADA compliant sidewalk along the east side of Ayers Street from Gollihar to Alexander Street. • Widen the east and west sides of Ayers Street with HMAC pavement. • The majority of the existing Ayers Street HMAC pavement will be milled and overlayed, but will be repaired where necessary for proposed new and relocated utilities, with minimal full depth pavement removal and replacement anticipated. However, alternates are included for partial and complete full depth removal and replacement of the existing HMAC pavement and existing concrete pavement with HMAC overlay. • Approximately 2,600 linear feet of the full -width of the existing Ayers Street HMAC pavement from approximately McArdle Road to Gollihar Road will be milled and overlaid to provide a smooth surface between existing and proposed new pavement. • Provide proposed pavement markings along Ayers Street on proposed HMAC overlay. • Provide concrete curb and gutter along the proposed east and west side of Ayers Street to accommodate proposed new drainage systems, proposed concrete driveways, proposed concrete ADA compliant sidewalk and ramps, and bus stops from approximately S.P.I.D. to Gollihar Road. ADA compliant sidewalks and ramps along the east side of Ayers Street, along with associated driveway modifications, will extend from Gollihar Road to Alexander Street near the Corpus Christi Regional Transit Authority (RTA) Port -Ayers Station. • Provide a proposed new underground stormwater drainage system along the east and west sides of Ayers Street from approximately Nemec Street to Gollihar Road to replace the Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 002113-1 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 existing drainage ditch along the west side of Ayers Street and to replace the existing underground storm sewer and grate inlets along the east side of Ayers Street. Provide storm sewer inlets, manholes and lateral drain pipes along the east and west sides of Ayers Street. • Relocate 8 -inch and 24 -inch waterlines that conflict with proposed stormwater drainage system along the west side of Ayers Street from approximately Nemec Street to Mansheim Road. • Provide proposed 8 -inch waterline to replace existing asbestos 8 -inch waterline. • Relocate 12 -inch sanitary sewer and manholes that conflict with proposed stormwater drainage system along the west side of Ayers Street from approximately Nemec Street to McArdle. • Relocate various utilities (ex., gas, waterlines, fiber optic, utility/light poles, etc.) as needed that conflict with proposed Work along the east and west side of Ayers Street from approximately Nemec Street to Gollihar Road. • Adjust various existing manholes, valve boxes and meter boxes along the east and west side of Ayers Street to match the new top of pavement, top of proposed parking spaces, top of proposed sidewalks and/or top of new site grading behind proposed curb and gutter between Nemec Street and Gollihar Road. • Re -grade existing drainage swales, and backfill existing drainage swales along the west side of Ayers where shown on the drawings. • The signalized intersection on Ayers Street at McArdle Road and Gollihar will be replaced with new poles and rigid traffic arms by a separate contractor. Contractor shall coordinate the Work with the other Contractor to avoid schedule impacts and to minimize public impacts. • Full depth pavement removal and replacement from approximately Sta. 4+68 to Sta. 39+50, and mill and overlay from approximately Sta. 2+00 to Sta. 4+68 as indicated on the drawings. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $6,836,029.95. The Project is to be substantially complete and ready for operation within 485 days for the Base Bid or 425 days for the Base Bid plus Additive Alternate #1. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 2 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 PM Wednesday, March 20, 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. 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 - Ayers Street Pedestrian Improvements and Turn Lane — S.P.I.D. to Gollihar (Bond 2014) - Revised, Project No. E15106 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 3 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 ARTICLE 4 — PRE-BID CONFERENCE 4.01 A second non -mandatory pre-bid conference for the Project will be held on Wednesday, March 6, 2019, at 10:30 AM 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. 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 002113-4 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 ARTICLE 7 — INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8 — BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 5 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9 — PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown 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 Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 002113-6 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11 — MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 — BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 —STATEMENT OF EXPERIENCE 13.01 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 002113-7 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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. Any Bid submitted with a "No Bid" on Additive Alternates #1 will be considered a nonresponsive Bid. 15.05 The Bids will be evaluated based on the following order of priority, subject to the availability of funds: Total Base Bid -OR- B. Total Base Bid plus Additive Alternates #1. 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 Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 002113-8 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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. 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 002113-9 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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. 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. Invitation to Bid and Instructions to Bidders Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 10 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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 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 Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 21 13 - 11 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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 (type or print name of company) on: Wednesday, March 20, 2019 by 2:00 PM for Project No. E15106 — Ayers Street Pedestrian Improvements and Turn Lane Addition — SPID to Gollihar (Bond 2014) - Revised . 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 - Project No. E15106 — Ayers Street Pedestrian Improvements and Turn Lane Addition — SPID to Gollihar (Bond 2014) - Revised 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: Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-1 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has 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; Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-2 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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 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. Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-3 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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 485 calendar days for the Base Bid or 425 days for the Base Bid plus Additive Alternate #1 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 30 calendar days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated in Section 00 30 01 BID FORM. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 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. Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-4 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 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. 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. Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-5 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 ARTICLE 12 — BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (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 Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-6 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Project Name: Ayers St. Pedestrian Improvements and Turn Lane - SPID to Gollihar - Revised (Bond 2014) Project Number: [15106 Owner: City of Corpus Christi Bidder: OAR: BONDS Designer: Lockwood, Andrews & Newnam, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION (MAXIMUM 5%) LS 1 A2 BONDS LS A3 STORMWATER POLLUTION PREVENTION LS 1 A4 SILT FENCE LF 3,732 A5 BLOCK SOD SY 5,016 A6 HYDROMULCH/SEEDING SY 6,447 A7 SILT FENCE (NORTH OF GOLLIHAR) LF 636 A8 BLOCK SOD (NORTH OF GOLLIHAR) SY 427 A9 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) MO 14 A10 TRAFFIC CONTROL PLAN AND PREP LS 1 All TRAFFIC CONTROL PLAN MOBILIZATION / ADJUSTMENTS EA 3 Al2 STORMWATER POLLUTION PREVENTION PLAN (NORTH OF GOLLIHAR) LS 1 A13 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) (NORTH OF GOLLIHAR) MO 3 A14 TRAFFIC CONTROL PLAN AND PREP (NORTH OF GOLLIHAR) LS 1 A15 TCP MOBILIZATION / ADJUSTMENTS (NORTH OF GOLLIHAR) EA 2 A16 OZONE ACTION DAY DAY 5 A17 SITE CLEARING AND STRIPPING AC 4 SUBTOTAL PART A - GENERAL (ITEMS Al THRU A17) Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 REMOVE AND DISPOSE OF CONCRETE DRIVEWAYS SF 20,905 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 1 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B2 REMOVE AND DISPOSE OF ASPHALT DRIVEWAYS 4,991 B3 REMOVE AND DISPOSE OF CONCRETE BUS PAD SF 1,189 B4 REMOVE AND DISPOSE OF MISC. CONCRETE SF 14,543 B5 STREET EXCAVATION SY 4,515 B6 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT REMOVAL AND DISPOSAL SY 9,225 B7 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL AND DISPOSAL SY 1c - B8 FULL DEPTH PAVEMENT REPLACEMENT - 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY 9, B9 FULL DEPTH PAVEMENT REPLACEMENT - GEOGRID (TENSAR BX1100 or TX -5) SY 9,387 B10 FULL DEPTH PAVEMENT REPLACEMENT - 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 9,387 B11 FULL DEPTH PAVEMENT REPLACEMENT - PRIME COAT (0.20 GALLONS/SY) GAL 1,420 B12 FULL DEPTH PAVEMENT REPLACEMENT - 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 7,064 B13 FULL DEPTH PAVEMENT REPLACEMENT - 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY 7,064 B14 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY 4,515 B15 GEOGRID (TENSAR BX1100 or TX -5) SY 4,515 B16 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 4,515 B17 PRIME COAT (0.20 GALLONS/SY) GAL 730 B18 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 3,630 B19 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY 3,630 B20 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >0" TO <=1") SY 6,825 B21 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >1" TO <=2") SY B22 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >2" TO <=4") SY - B23 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >4" TO <= 6") SY B24 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >6" TO <= 8") SY Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 2 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B25 PLANING & TEXTURING CONCRETE PAVEMENT, TXDOT ITEM 354 & 483, SPECIAL SPEC. 3004 (TOTAL PLANING THICKNESS >0" TO <=2") B26 HMAC LEVEL -UP - TYPE 'D', TXDOT ITEM 340, PG64-22 TON 2,900 B27 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 r" -. '' SAW CUT (1-1/2" MAX) EXISTING HMAC PAVEMENT AT FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT LF 8,120 B29 HMAC PAVEMENT CORE/DRILL HOLE - 1" DIA. EA B30 HMAC PAVEMENT CORE HOLE - 6" DIA. EA B31 CONCRETE DRIVEWAY (6" THICK) SY 3,724 B32 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(24")(SLD)(100 MIL) - STOP BAR LF 262 REFLECTIVE PREFORMED PAVEMENT MARKINGSTY.1 (W)(TRIANGLES)(SLD)(100 MIL) -YIELD BAR LF 20 B34 REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(24")(SLD)(100 MIL) - ROAD LF 518 B35 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(8")(SLD)(100 MIL) - ROAD LF 1,344 B36 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(SLD)(100 MIL) - ROAD LF 2,376 B3 REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(SLD)(100 MIL) - ROAD LF 7,450 B38 REFLECTIVE PAVEMENT MARKINGS TY.1 (B)(4")(SLD)(100 MIL) - PARKING LF 341 B39 REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(BKN)(100 MIL) - ROAD LF 870 B40 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(BKN)(100 MIL) - ROAD LF 1,930 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(BKN)(100 MIL) - ROAD - LANE -DROP LF 856 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(COMBO STRAIGHT/RIGHT TURN ARROW)(100 MIL) EA 1 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(RIGHT TURN ARROW)(100 MIL) EA 13 B44 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(LEFT TURN ARROW)(100 MIL) EA 21 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 3 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(DIRECTIONALARROW)(100 MIL) EA 13 3,960 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(WORD)"ONLY"(100 MIL) EA 18 440 RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-A-A) YELLOW EA 246 1,800 B48 RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-C) WHITE EA 194 r" "" RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-B-B) BLUE EA 19 "- COMBO STOP SIGN (R1-1)/STREET NAME SIGN (INCL. METAL POLE AND FOUNDATION) EA 5 SPEED LIMIT SIGN (R2-1)(INCL. METAL POLE AND FOUNDATION) EA 3 RIGHT TURN ONLY SIGN (R3-5R)(INCL. METAL POLE AND FOUNDATION) EA 2 RIGHT LANE MUST TURN RIGHT (R3-7)(INCL. METAL POLE AND FOUNDATION) EA 4 NO PARKING SIGN (R8-3)(INCL. METAL POLE AND FOUNDATION) EA 12 PEDESTRIAN CROSSING AHEAD SIGN (W11-2) (INCL. METAL POLE AND FOUNDATION) EA 1 LANE ENDS MERGE LEFT SIGN (W4-2) (INCL. METAL POLE AND FOUNDATION) EA 1 B57 LANE -DROP SIGN (W4 -2R) (INCL. METAL POLE AND FOUNDATION) EA 1 B58 CENTER LANE ONLY W/ "BEGIN" (R3-9B)(M4-14)(INCL. METAL AND FOUNDATION) EA 8 B59 CENTER LANE ONLY W/ "END" (R3-9B)(M4-6)(INCL. METAL AND FOUNDATION) EA 8 B60 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B60) Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 CONCRETE BUS PAD SF 3,960 C2 6" TYPE A, GRADE 1 CRUSHED, LIMESTONE BASE PER TXDOT STD. ITEM NO. 247 SY 440 C3 CONCRETE SHELTER PAD SF 1,800 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 4 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT C4 REMOVE CONCRETE CURB (NORTH OF GOLLIHAR) LF 139 2,004 C5 REMOVE ASPHALT DRIVEWAY (NORTH OF GOLLIHAR) SF 1,224 510 C6 CONCRETE DRIVEWAY (6" THICK) (NORTH OF GOLLIHAR) SY 170 731 C7 REMOVE EXISTING CONCRETE FLUME (NORTH OF GOLLIHAR) LS 1 29,003 C8 REMOVE EXISTING CONCRETE SIDEWALK (NORTH OF GOLLIHAR) SF 372 30 C9 REMOVE EXISTING RAMP (NORTH OF GOLLIHAR) SF 78 3,916 C10 4" CONCRETE PEDESTRIAN SIDEWALK (NORTH OF GOLLIHAR) SF 2,629 370 C11 ADA CURB RAMP (NORTH OF GOLLIHAR) SF 660 3 C12 CONCRETE HEADER CURBS AT CURB RAMPS AND LANDINGS (NORTH OF GOLLIHAR) LF 60 SUBTOTAL PART C - RTA IMPROVEMENTS (ITEMS C1 THRU C12) Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 REMOVE EXISTING CONCRETE SIDEWALK SF 2,004 D2 REMOVE EXISTING RAMP SF 510 D3 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(24")(SLD)(100 MIL) - CROSSWALK LF 731 D4 4" CONCRETE PEDESTRIAN SIDEWALK SF 29,003 D5 12" HIGH SIDEWALK RETAINING CURB LF 30 D6 ADA CURB RAMP SF 3,916 D7 CONCRETE HEADER CURBS AT CURB RAMPS AND LANDINGS LF 370 D8 VAN ACCESSIBLE PARKING SPACE (INCLUDES 4" BLUE REFLECTORIZED ACCESS AISLE PAVEMENT MARKINGS, WHITE ON BLUE INTERNATIONAL SYMBOL PAVEMENT MARKING, 4" BLUE REFLECTORIZED PARKING STRIPE & RESERVED PARKING SIGN) EA 3 SUBTOTAL PART D - ADA IMPROVEMENTS (ITEMS D1 THRU D8) Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 REMOVE EXISTING HEADWALL LF 75 E2 REMOVE EXISTING INLET TOP TO BE REMOVED & REPLACE W/CUSTOM LID TOP EA 2 E3 REMOVE EXISTING GRATE INLET EA 21 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 5 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E4 REMOVE EXISTING GRATE INLET AND REPLACE W/ STANDARD GRATE INLET (NORTH OF GOLLIHAR) EA 2 E5 REMOVE CURB AND GUTTER LF 421 E6 REMOVE CONCRETE CURB LF 295 E7 REMOVE EXISTING 18" RCP (SINGLE) LF 1,117 E8 REMOVE EXISTING 2-18" RCP (DUAL) LF 2,161 E9 REMOVE EXISTING 24" RCP LF 479 E10 REMOVE EXISTING 36" RCP LF 358 E11 18" RCP LF 1,023 E12 24" RCP LF 2,042 E13 36" RCP LF 1,067 E14 6'X3' BOX CULVERT LF 2,171 E15 TRENCH SAFETY FOR STORM WATER PIPE/BOX LF 6,302 E16 4' DIAMETER TYPE 'A' MANHOLE EA 10 E17 5' DIAMETER TYPE 'A' MANHOLE EA 2 E18 MANHOLE RISER EA 11 E19 TRENCH SAFETY FOR STORM WATER MH/INLET/RISER EA 47 E20 STD. 6" CURB AND GUTTER LF 7,762 E21 CONNECT PROP. 36" RCP TO EXISTING JUNCTION BOX EA 1 E22 CONNECT TO EXISTING GRATE INLET EA 2 E23 CONNECT TO EXISTING CURB INLET EA 3 E24 5' CURB INLET EA 24 E25 INLET PROTECTION EA 24 E26 INLET PROTECTION (NORTH OF GOLLIHAR) EA 4 E27 4'x4' GRATE INLET (GROUT FILLED TO FLOWLINE) EA 35 E28 SAFETY END TREATMENT (S.E.T.) 36" RCP EA 3 E29 SITE GRADING AND EMBANKMENT SY 24,124 E30 GRADE EXISTING DITCH TO DRAIN SY 1,118 E31 CONCRETE WINGWALL WITH PARALLEL WINGS, TYPE PW 2, NON -SKEWED BOX CULVERT, STA. 10+63.16 LS 1 E32 OUTFALL RIPRAP SY 20 E33 5' CONCRETE VALLEY GUTTER LF 77 E34 6" CONCRETE SLOPE PROTECTION, INCLUDING 24" TURNDOWN SY 21 E35 LOW PROFILE CONCRETE BARRIERS EA 90 E36 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (ITEMS El THRU E36) Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 6 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part F - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 REMOVE AND SALVAGE EXISTING FIRE HYDRANT EA 11 F2 GROUT & ABANDON -IN-PLACE EXISTING 8" WATERLINE LF 1,553 F3 GROUT & ABANDON -IN-PLACE EXISTING 24" WATERLINE LF 155 F4 6" C900 PVC WATERLINE BY OPEN CUT LF 25 F5 8" C900 PVC WATERLINE W/ RESTRAINED JOINTS BY OPEN CUT LF 750 F6 8" DIA. FUSIBLE PVC WATERLINE BY HDD LF 890 F7 20" PVC (C905 SDR18) WATERLINE W/ RESTRAINED JOINTS BYTRENCHLESS METHOD LF 164 F8 20" PVC (C905 SDR18) WATERLINE W/ RESTRAINED JOINTS BY OPEN CUT LF 16 F9 24" DIA. TEMPORARY LINE STOP EA 2 F10 ADD EXTERNAL RESTRAINT TO EXISTING 24 -INCH DIP PIPE JOINTS EA 16 F11 2 -INCH COMBO LOW PROFILE AIR RELEASE VALVES W/VENTS BOLLARDS AND MANHOLE EA 1 F12 REMOVE EXISTING 24" DIP WATERLINE AT CROSSING W/ PROPOSED RCB LF 30 F13 24 -INCH CUT AND PLUG D.I. M.J. EA 2 F14 8 -INCH CUT AND PLUG D.I. M.J. EA 5 F15 6 -INCH CUT AND PLUG D.I. M.J. EA 1 F16 24" X 20" ECCENTRIC TOP REDUCER D.I. M.J. EA 2 F17 24"X20" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 2 F18 8"X8" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 5 F19 8"X6" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 16 F20 6"X6" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 1 F21 TRENCH SAFETY FOR WATER LINES LF 642 F22 NEW FIRE HYDRANT ASSEMBLY (TYPE 1) EA 20 F23 NEW FIRE HYDRANT ASSEMBLY (TYPE 2) EA 4 F24 6" GATE VALVE WITH BOX & COVER EA 1 F25 8" GATE VALVE WITH BOX & COVER EA 5 F26 REPLACE EXISTING WATER SERVICE WITH NEW SERVICE CONNECTION EA 7 F27 RELOCATE EXIST. WATER METER (INCLUDES ALL REQ'D FITTINGS, VALVES, AND METER BOXES) EA 7 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 7 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT F28 ADJUST EXISTING WATER VALVE BOX TO FINISH GRADE EA 8 364 F29 ADUST EXISTING MANHOLES, VALVE BOXES AND METER BOXES TO FINISH GRADE AT SIDEWALKS AND CURB RAMPS (NORTH OF GOLLIHAR) EA 40 75 F30 8"X6" REDUCER D.I. M.J. EA 1 3 F31 8"X8"X6" TEE D.I. M.J. EA 5 385 F32 8"X8"X8" TEE D.I. M.J. EA 5 85 F33 8 -INCH DUCTILE IRON PIPE LF 84 6 F34 8 -INCH D.I. BLIND FLANGE EA 4 11 F35 8 -INCH D.I. 11.25 DEG M.J. BEND EA 4 6 F36 8 -INCH D.I. 22.5 DEG M.J. BEND EA 4 1 $ 10,000.00 F37 8 -INCH D.I. 45 DEG M.J. BEND EA 10 F38 8 -INCH D.I. 90 DEG M.J. BEND EA 8 F39 20 -INCH DUCTILE IRON PIPE LF 40 F40 20 -INCH D.I. 45 DEG M.J. BEND EA 4 F41 20 -INCH D.I. 90 DEG M.J. BEND EA 6 F42 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (ITEMS F1 THRU F42) Part G -WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 CUT, PLUG, GROUT AND ABANDON 12" WASTEWATER LINE LF 364 G2 CUT, PLUG, GROUT AND ABANDON 10" WASTEWATER LINE LF 75 G3 REMOVE EXISTING WASTEWATER MANHOLE EA 3 G4 12" PVC C900 DR18 LF 385 G5 10" PVC C900 DR18 LF 85 G6 4' DIA WASTEWATER MANHOLE EA 6 G7 ADJUST EXISTING MANHOLES TO GRADE EA 11 G8 REMOVE AND REPLACE 12" WASTEWATER LINE AT WATERLINE CROSSINGS EA 6 G9 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (ITEMS G1 THRU G9) Part H -GAS IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 BACKFILL AND COMPACT NEW GAS LINE TRENCHES CY 300 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 8 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT (SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H1) Part I -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) (NOTE 1) A9 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) B5 STREET EXCAVATION B6 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT REMOVAL AND DISPOSAL -E B7 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL AND DISPOSAL SY - B8 FULL DEPTH PAVEMENT REPLACEMENT - 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY -9,387 B9 FULL DEPTH PAVEMENT REPLACEMENT - GEOGRID (TENSAR BX1100 or TX -5) SY -9,387 B10 FULL DEPTH PAVEMENT REPLACEMENT - 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY -9,387 B11 FULL DEPTH PAVEMENT REPLACEMENT - PRIME COAT (0.20 GALLONS/SY) GAL -1,420 B12 FULL DEPTH PAVEMENT REPLACEMENT - 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY -7,064 B13 FULL DEPTH PAVEMENT REPLACEMENT - 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY -7,064 B14 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY -4,515 B15 GEOGRID (TENSAR BX1100 or TX -5) SY -4,515 B16 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY -4,515 B17 PRIME COAT (0.20 GALLONS/SY) GAL -730 B18 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY -3,630 B19 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY -3,630 B20 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >0" TO <=1") SY -6,825 B21 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >1" TO <=2") SY -2,940 B22 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >2" TO <=4") SY -4,360 B23 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >4" TO <= 6") SY -2,370 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 9 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B24 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >6" TO <= 8") -380 B25 PLANING & TEXTURING CONCRETE PAVEMENT, TXDOT ITEM 354 & 483, SPECIAL SPEC. 3004 (TOTAL PLANING THICKNESS >0" TO <=2") -100 B26 HMAC LEVEL -UP - TYPE 'D', TXDOT ITEM 340, PG64-22 TON -2,900 B27 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 SY -16,875 B28 SAW CUT (1-1/2" MAX) EXISTING HMAC PAVEMENT AT FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT LF 4' - - B29 HMAC PAVEMENT CORE/DRILL HOLE - 1" DIA. EA -20 B30 HMAC PAVEMENT CORE HOLE - 6" DIA. EA -9 11 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) MO 16 12 STREET EXCAVATION SY 4, 13 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT REMOVAL AND DISPOSAL SY 17,108 14 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL AND SY 6,964 15 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY 28,587 16 GEOGRID (TENSAR BX1100 or TX -5) SY 28,587 17 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 28,587 18 PRIME COAT (0.20 GALLONS/SY) GAL 5,080 19 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 25,379 110 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY 25,379 111 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >0" TO <=2") (FROM STA. 2+00 TO APPROX. STA. 4+68) SY 2,190 112 HMAC LEVEL -UP - TYPE 'D', TXDOT ITEM 340, PG64-22 (FROM STA. 2+00 TO APPROX. STA. 4+68) TON 50 113 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 (FROM STA. 2+00 TO APPROX. STA. 4+68) SY 2,190 SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 (ITEMS 11 THRU 113) & DELETE ITEMS B5 THRU B30 Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 10 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (ITEMS Al THRU A17) SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B60) SUBTOTAL PART C - RTA IMPROVEMENTS (ITEMS C1 THRU C12) SUBTOTAL PART D - ADA IMPROVEMENTS (ITEMS D1 THRU D8) SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (ITEMS E1 THRU E36) SUBTOTAL PART F - WATER IMPROVEMENTS (ITEMS F1 THRU F42) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (ITEMS G1 THRU G9) SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H1) TOTAL PROJECT BASE BID (PARTS A THRU H) I SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 (ITEMS 11 THRU 113) & DELETE ITEMS B5 THRU B30 ITOTAL PROJECT BASE BID AND ADDITIVE ALTERNATE NO. 1 (PART A THRU I) NOTES: 1. ALTERNATE NO. 1 DELETES THE BASE BID ITEMS B5 THRU B30 IN THEIR ENTIRETY. THE UNIT PRICE FOR ITEMS B5 THRU B30 IN ALTERNATE NO. 1 SHALL MATCH THE UNIT PRICES IN BASE BID ITEMS B5 THRU B30. Bid Form Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 30 01 - Page 11 of 11 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in 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 cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 — Mobilization (Maximum 5%): 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 Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-1 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 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 A-2 — Bonds 1. Payment shall include all bonds required under the Contract Documents. 2. Measurement for payment will be made on a lump sum basis. Payment for bonds 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. 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 A3 — Storm Water Pollution Prevention, and Bid Item Al2 — Storm Water Pollution Prevention (North of Gollihar): 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. D. Bid Item A9 —Traffic Control Items (Signs, Barricades, Channelizing Devices, etc.), and Bid Item A13 —Traffic Control Items (Signs, Barricades, Channelizing Devices, etc.) (North of Gollihar): 1. Measurement and payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all temporary traffic control items including, but not limited to barricades, signs, barriers, cones, lights, signals, temporary striping and markers, temporary pavement, flag -men, mandatory coordination meetings with the City and businesses to coordinate parking and access to the businesses, and temporary devices and relocation of existing signs and devices and all materials, labor, equipment, permits, and incidentals necessary to provide a safe condition and to complete the work. 2. Unless indicated otherwise in the Bid Form, TRAFFIC CONTROL ITEMS shall be measured and paid for by the month. E. Bid Item A10 — Traffic Control Plan and Prep, and Bid Item A14 — Traffic Control Plan and Prep (North of Gollihar): 1. Measurement and payment shall include, but not be limited to all costs incurred by the Contractor to develop and prepare a traffic control plan designed, signed and sealed by a Professional Engineer licensed in the State of Texas, including all costs for meeting and Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-2 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 coordinating with the City, TXDOT (including TXDOT permits), RTA, Police, Fire, School District, businesses, other City Contactors, and other stakeholders. 2. Separate traffic control plans shall be prepared and submitted for the work south and north of Gollihar. 3. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the lump sum price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. F. Bid Item All —Traffic Control Plan Mobilization/Adjustments, and Bid Item A15 —Traffic Control Plan Mobilization/Adjustments (North of Gollihar): 1. This bid item includes the cost for mobilizing, significant adjustments, and removing all equipment, materials, and labor covered under specification 02 58 02, including low profile concrete barriers. Any significant adjustments to signs, barricades, low profile concrete barriers, channelizing devices, pavement markings and markers, and signals are included in the cost of this bid item. A significant adjustment is determined in the opinion of the City as a deviation greater than 50% from the approved traffic control plan. 2. This bid item is measured by the each for a mobilization, demobilization, and significant adjustment. G. Bid Item A16 — Ozone Action Day: 1. Do not conduct priming or hot -mix paving operations, except for repairs, on days the City Inspector has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated atthe unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 2. Unless indicated otherwise in the Bid Form, OZONE ACTION DAY shall be paid for as by each day (DAY) as directed by the Engineer. H. Bid Item A17 — Site Clearing and Striping: 1. Unless otherwise specified on the Bid Form, site clearing and stripping shall be measured and paid for by the acre (AC) to the right-of-way, and beyond the right-of- way when approved by the City. 2. Payment shall be full compensation for all labor, materials, tools, equipment, fees and incidentals necessary for removing, handling, and disposing of organic materials, rubbish and objectionable matter from the site as indicated in Section 021020. Rubbish and objectionable matter shall include, but not be limited to, old sign posts, bollards, pipe, wheel stops, curb, gutter, brick, concrete debris, gravels, shells, fencing, etc. I. Bid Item B1 — Remove and Dispose of Concrete Driveways, Bid Item B2 — Remove and Dispose of Asphalt Driveways: Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-3 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 1. Unless otherwise specified on the Bid Form, the removal and disposal of driveways shall be measured and paid for by the square foot (SF) to the limits shown on the drawings. 2. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, fees and incidentals necessary to complete the work including excavation and suitable borrow material necessary to prepare subgrade. J. Bid Item B5 — Street Excavation, Bid Item 12 — Street Excavation: 1. Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard (SY) to the limits shown on the drawings including excavation for street transitions. Street excavation shall extend to one (1) foot behind the curb. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, fees and incidentals necessary for excavation, backfill, providing borrow material (both native material and imported material), site grading, stockpiling and handling of materials, segregation of suitable topsoil and select materials, disposal of excess and unsuitable materials, and incidentals necessary to complete the work. Removal of organic materials, rubbish and other objectionable items (ex., concrete curb stops, old sign posts, bollards, fencing, etc.) shall be paid separately. 2. Perform work in accordance with the drawings and Section 022040 — Street Excavation. K. Bid Item B6 — Street Excavation - Full Depth HMAC Pavement Removal and Disposal, Bid Item B7 — Street Excavation - Full Depth Concrete Pavement with HMAC Overlay Removal and Disposal, Bid Item 13 — Street Excavation - Full Depth HMAC Pavement Removal and Disposal, and Bid Item 14 — Street Excavation - Full Depth Concrete Pavement with HMAC Overlay Removal and Disposal: 1. Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard (SY) to the limits shown on the drawings including excavation for street transitions. Street excavation shall extend to one (1) foot behind the curb. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, fees and incidentals necessary for excavation, backfill, providing borrow material (both native material and imported material), site grading, stockpiling and handling of materials, segregation of suitable topsoil and select materials, disposal of excess and unsuitable materials, and incidentals necessary to complete the work. Removal of organic materials, rubbish and other objectionable items (ex., concrete curb stops, old sign posts, bollards, fencing, etc.) shall be paid separately. 2. Perform work in accordance with the drawings and Section 022040 — Street Excavation. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-4 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 3. The "Street Excavation - Full Depth Concrete Pavement with HMAC Overlay Removal and Disposal" bid item also includes payment for the full depth removal and disposal of existing concrete pavement with or without HMAC overlay and existing select base material, regardless of thickness. 4. The "Street Excavation - Full Depth HMAC Pavement Removal and Disposal" bid item also includes the removal and disposal of existing HMAC pavement and existing select base material, regardless of thickness. The removal and disposal of existing asphalt and concrete driveways are paid under a separate bid item. 5. Perform work in accordance with the drawings and Section 022040 — Street Excavation. L. Bid Item B8 — Full Depth Pavement Replacement - 12" Compacted Subgrade Preparation (1' B.O.C.), Bid Item B14 — 12" Compacted Subgrade Preparation (1' B.O.C.), and Bid Item 15 — 12" Compacted Subgrade Preparation (1' B.O.C.): 1. Unless otherwise specified on the Bid Form, compacted subgrade preparation shall be measured and paid for by the square yard (SY) extending to one (1) foot back of curb. 2. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. 3. Perform work in accordance with the drawings and Section 022040 — Street Excavation. M. Bid Item B12 — Full Depth Pavement Replacement - 5" Type "B" HMAC, TXDOT Item 340, PG 64-22, Bid Item B13 — Full Depth Pavement Replacement - 3" Type "D" HMAC, TXDOT Item 340, PG 64-22, Bid Item B18 — 5" Type "B" HMAC, TXDOT Item 340, PG64-22, Bid Item B19 — 3" Type "D" HMAC, TXDOT Item 340, PG64-22, Bid Item 19 — 5" Type "B" HMAC, TXDOT Item 340, PG64-22, and Bid Item 110 — 3" Type "D" HMAC, TXDOT Item 340, PG64-22: 1. The work performed and materials furnished as prescribed by this item, will be paid for at the unit price bid for Type B and D HMAC, which prices shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, surface preparation, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. 2. The Type B and D HMAC will be in accordance with TxDOT Item 340 — Dense -Graded Hot -Mix Asphalt (Small Quantity). A trial batch will be required as outlined in TxDOT Item 340. 3. The costs for tack coat are subsidiary to HMAC bid items. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-5 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 4. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 5. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the City Inspector, but shall not be in the anticipated wheel path of the roadway. 6. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than % inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the City. 7. Surface Smoothness Criteria and Tests: The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross section. The surface shall be tested by the City. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten - foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not exceed 1/8 inch in ten foot. Areas not meeting this criteria shall be corrected to the satisfaction of the City. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the City shall be removed and replaced by the Contractor in a manner approved by the City, at no additional cost to the City. 8. Opening to Traffic: The pavement shall be opened to traffic when directed by the City. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 9. Unless indicated otherwise in the Bid Form, Type B and D HMAC will be measured by the square yard (SY) of composite hot -mix. Payment shall be full compensation for quarrying, furnishing all materials which includes, but is not limited to, asphalt, aggregate, and additives, freight involved; for all heating, mixing, hauling, weighing and measuring, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling, and finishing; and for all manipulations, labor, tools, equipment, resources and incidentals necessary to complete the work except prime coat when required. All templates, straightedges, temperature gauges, scales, and other gauges, weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-6 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 Pavement that fails to meet the in-place density criteria may be rejected by the City and may be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the City. N. Bid Item B20 — Planing & Texturing HMAC Pavement, TXDOT Item 354 (Total Planing Thickness >0" To <=1"), Bid Item B21 — Planing & Texturing HMAC Pavement, TXDOT Item 354 (Total Planing Thickness >1" To <=2"), Bid Item B22 — Planing & Texturing HMAC Pavement, TXDOT Item 354 (Total Planing Thickness >2" To <=4"), Bid Item B23 — Planing & Texturing HMAC Pavement, TXDOT Item 354 (Total Planing Thickness >4" To <= 6"), Bid Item B24 — Planing & Texturing HMAC Pavement, TXDOT Item 354 (Total Planing Thickness >6" To <= 8"), Bid Item 111— Planing & Texturing HMAC Pavement, TXDOT Item 354 (Total Planing Thickness >0" To <=2") (From Sta. 2+00 to Approx. Sta. 4+68): 1. Work shall be in accordance with TXDOT Item 354 — Planing and Texturing Pavement, including Special Provision 354-005, 2014 editions, except where indicated otherwise below. 2. Measurement and payment shall include, but not be limited to all materials, labor, equipment, services, permits, haul-off/disposal of waste and salvaged planed materials, and incidentals necessary to complete the planing work. 3. Any planning machine that is incapable, in the opinion of the City, of meeting the requirements of the Contract Documents will not be permitted to be used. Various machines may be permitted to make trial runs to demonstrate to the City the capabilities of that machine. 4. In the event the entire pavement width along a section of street has not been planned to a flush surface by the end of a work period resulting in a vertical or near vertical longitudinal face extending more than 1.25 inches in height, this longitudinal face shall be sloped in a manner acceptable to the City so as not to create a hazard to traffic. Traverse faces that are present at the end of a work period shall be tapered in a manner approved by the City to avoid creating a hazard to traffic. In planed areas where traffic is permitted, a safe and satisfactory riding surface shall exist. In planed areas where traffic is permitted, "Grooved Pavement" signs shall be erected in advance of the planed areas. Signs shall be erected prior to planning in the areas and shall be maintained in place while the planed area is overlaid. Signs shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and "Standard Highway Sign Design for Texas." The cost for providing, maintaining and removing these signs is considered incidental and no additional compensation will be made. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-7 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 5. Work may require planing (diamond grinding, or other acceptable TXDOT method) of non -reinforced and reinforced concrete pavement concealed below asphaltic concrete pavement. Planing of concrete pavement will be paid separately. 6. Contractor shall coordinate with the City inspector to core/drill holes in the existing HMAC pavement to further determine the varying HMAC thickness (see drawings for details). The core/drill holes will be paid separately. If the underlying existing flexible base is exposed during the planing operation, then full depth pavement removal and replacement will be required. Payment for the full depth pavement removal and replacement will paid under a separate bid item. Coordinate with the City's inspector to determine the limits of the full depth pavement removal and replacement. A minimum of 2-1/2" of HMAC pavement should remain after milling and overlaying. If total combined thickness is less than the 2-1/2"" minimum, then full depth pavement removal and replacement will be required. Payment for full depth pavement removal and replacement will be under separate pay items. 7. After planing, coordinate with the City's inspector to identify the limits of any failing pavement areas that should be removed and replaced prior to level -up and overlay. The cost to remove and replace the failing pavement will be paid under separate bid items. 8. Unless indicated otherwise in the Bid Form, Planing & Texturing Pavement, shall be measured by the square yard (SY) for the depths specified, regardless of the number of planing passes required. Measurement shall be based on the City inspector's field verified average depth for the section limits agreed upon in the field by the City's inspector. Payment will be made for only one bid item for each section milled regardless of total average thickness for that section. For example, if the total average planing thickness is 4.5" for a 400 SY section, then contractor will only be paid 400 SY under Bid Item B23 (>4" to <= 6") and no payment will be made under Bid Iter B22 (>2" to <= 4") nor Bid Item B21 (>1" to <= 2"), nor Bid Item B20 (>0" to <= 1" However, if the total average planing thickness exceeds 8" then additional payment will be made for the amount that exceeds 8". For example, if the total average planing thickness is 9.5" for a 400 SY section, then contractor will be paid 400 SY for the first 8" under Bid Item B24 (>6" to <= 8") and an additional payment of 400 SY will be made for the additional 1.5" under Bid Item B21 (>1" to <= 2"). O. Bid Item B25 — Planing & Texturing Concrete Pavement, TXDOT Item 354 & 483, Special Spec. 3004 (Total Planing Thickness >0" To <=2"): 1. Contractor option to plan/mill/texture/grind the concrete pavement in accordance with TXDOT Item 354 — Planing and Texturing Pavement (including Special Provision 354-005, 2014 editions), or Item 483 — Concrete Bridge Deck Surfacing, and/or Special Specification 3004. 2. If the thickness of the existing concrete after planning is less than the 6" minimum, then full depth pavement removal and replacement is required. Payment for full depth pavement removal and replacement will be under a separate pay item. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-8 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 Coordinate limits of full depth pavement removal and replacement with the City inspector. 3. Measurement and payment shall include, but not be limited to all materials, labor, equipment, services, permits, haul-off/disposal of waste and salvaged planed materials, and incidentals necessary to complete the planing work. 4. Any planning machine that is incapable, in the opinion of the City, of meeting the requirements of the Contract Documents will not be permitted to be used. Various machines may be permitted to make trial runs to demonstrate to the City the capabilities of that machine. 5. In the event the entire pavement width along a section of street has not been planned to a flush surface by the end of a work period resulting in a vertical or near vertical longitudinal face extending more than 1.25 inches in height, this longitudinal face shall be sloped in a manner acceptable to the City so as not to create a hazard to traffic. Traverse faces that are present at the end of a work period shall be tapered in a manner approved by the City to avoid creating a hazard to traffic. In planed areas where traffic is permitted, a safe and satisfactory riding surface shall exist. In planed areas where traffic is permitted, "Grooved Pavement" signs shall be erected in advance of the planed areas. Signs shall be erected prior to planning in the areas and shall be maintained in place while the planed area is overlaid. Signs shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and "Standard Highway Sign Design for Texas." The cost for providing, maintaining and removing these signs is considered incidental and no additional compensation will be made. 6. After planing, coordinate with the City's inspector to identify the limits of any failing pavement areas that should be removed and replaced prior to level -up and overlay. The cost to remove and replace the failing pavement will be paid under separate bid items. 7. Unless indicated otherwise in the Bid Form, Planing & Texturing Pavement, shall be measured by the square yard (SY) for the depths specified, regardless of the number of planing passes required. Measurement shall be based on the City inspector's field verified average depth for the section limits agreed upon in the field by the City's inspector. P. Bid Item B26 - HMAC Level -Up - Type D, TXDOT Item 340, PG64-22, Bid Item 112 - HMAC Level -Up - Type D, TXDOT Item 340, PG64-22 (From Sta. 2+00 to Approx. Sta. 4+68): 1. The work performed and materials furnished as prescribed by this item, will be paid for at the unit price indicated in the Bid Form, which prices shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, surface preparation, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 012901-9 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 2. The Type D HMAC Level Up shall be in accordance with TxDOT Item 340 — Dense - Graded Hot -Mix Asphalt (Small Quantity). A trial batch will be required as outlined in TxDOT Item 340. 3. The cost for tack coat are subsidiary to HMAC bid items. 4. Lift thickness. A "lift" refers to a layer of pavement as placed by the asphalt paver. In order to avoid mat tearing (which generally shows up as a series of longitudinal streaks), the maximum depth of the compacted lift should be 3" maximum, unless City indicates otherwise. Multiple lifts may be required. 5. The paving mixture, when used as a level -up course or when spread with a motor grader, shall not be placed when the air temperature is below 60° F (15° C) and is falling, but it may be placed when the air temperature is 50° F (10° C) and is rising. A lift thickness of 1-1/2 inches (37.5 mm) and less shall not be placed when the temperature of the surface on which the layer is to be placed is below 50° F (10° C). The temperature shall be taken in a shaded area away from artificial heat. 6. Opening to Traffic: The pavement shall be opened to traffic when directed by the City. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. Unless indicated otherwise in the Bid Form, Type D HMAC Level Up will be measured by the TON of composite hot -mix. Payment shall be full compensation for quarrying, furnishing all materials which includes, but is not limited to, asphalt, aggregate, and additives, freight involved; for all heating, mixing, hauling, weighing and measuring, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling, and finishing; and for all manipulations, labor, tools, equipment, resources and incidentals necessary to complete the work except prime coat when required. All templates, straightedges, temperature gauges, scales, and other gauges, weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Measure the weight on scales in accordance with TxDOT Item 520 — Weighing and Measuring Equipment and provide the City's inspector at the spreading and finishing machine with one (1) weigh ticket (also called "pay ticket") for each load of material. The weigh tickets shall identify the truck, show the gross empty weight of the truck with the driver as it arrives at the plant and the gross loaded weight of the truck with the driver as it leaves the plant. The measured amount will be the difference of the loaded and empty truck converted to tons. Provide a summary spreadsheet in accordance with TxDOT Article 520.2 "Equipment." Any paving placed prior to inspection, testing and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 01 29 01-10 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 Pavement that fails to meet the in-place density criteria may be rejected by the City and may be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the City. Q. Bid Item B27 — 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22, Bid Item 113 — 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 (From Sta. 2+00 to Approx. Sta. 4+68): 1. The work performed and materials furnished as prescribed by this item, will be paid for at the unit price indicated in the Bid Form, which prices shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, surface preparation, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. 2. The Type D HMAC Overlay shall be in accordance with TxDOT Item 340 — Dense - Graded Hot -Mix Asphalt (Small Quantity). A trial batch will be required as outlined in TxDOT Item 340. 3. The cost for tack coat are subsidiary to HMAC bid items. 4. Lift thickness. A "lift" refers to a layer of pavement as placed by the asphalt paver. In order to avoid mat tearing (which generally shows up as a series of longitudinal streaks), the maximum depth of the compacted lift should be 3" maximum, unless City indicates otherwise. Multiple lifts may be required. 5. The paving mixture, when used as a level -up course or when spread with a motor grader, shall not be placed when the air temperature is below 60° F (15° C) and is falling, but it may be placed when the air temperature is 50° F (10° C) and is rising. A lift thickness of 1-1/2 inches (37.5 mm) and less shall not be placed when the temperature of the surface on which the layer is to be placed is below 50° F (10° C). The temperature shall be taken in a shaded area away from artificial heat. 6. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 7. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the City Inspector, but shall not be in the anticipated wheel path of the roadway. 8. Surface Smoothness Criteria and Tests: The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross section. The surface shall be tested by the City. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten - foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not exceed 1/8 inch in ten foot. Areas not meeting this criteria shall be corrected to the satisfaction of the City. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 01 29 01-11 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the City shall be removed and replaced by the Contractor in a manner approved by the City, at no additional cost to the City. 9. Opening to Traffic: The pavement shall be opened to traffic when directed by the City. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 10. Unless indicated otherwise in the Bid Form, Type D HMAC Overlay will be measured by the square yard (SY) of composite hot -mix. Payment shall be full compensation for quarrying, furnishing all materials which includes, but is not limited to, asphalt, aggregate, and additives, freight involved; for all heating, mixing, hauling, weighing and measuring, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling, and finishing; and for all manipulations, labor, tools, equipment, resources and incidentals necessary to complete the work except prime coat when required. All templates, straightedges, temperature gauges, scales, and other gauges, weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in-place density criteria may be rejected by the City and may be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the City. R. Bid Item B29 — HMAC Pavement Core/Drill Hole — 1" Dia.: 1. The work performed as prescribed by this item, will be paid for at the unit price bid for HMAC pavement core/drill holes, which prices shall be full compensation for furnishing all materials, labor, tools, equipment, traffic control, fees, permits, pavement patches, and incidentals necessary to complete the work as indicated in the drawings. 2. Unless indicated otherwise in the Bid Form, HMAC pavement cores/drill holes will be measured by each (EA) taken, regardless of total thickness of core. Contractor shall obtain approval from the City's inspector prior to performing any pavement core/drill holes. Contractor shall coordinate the schedule and the locations and quantities with the City inspector. Contractor should complete the pavement cores/drill holes and submit the results within sixty (60) calendar days after notice to proceed. Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 01 29 01 - 12 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 3. Before patching the hole in the pavement created by the pavement core/drill holes, Contractor shall provide the City inspector access to the hole for inspection. Patch core/drill holes as indicated on the drawings. 4. Contractor shall provide access to all pavement cores to the City inspector. Contractor shall store, secure and protect all pavement cores at a location acceptable to the City inspector. Contractor shall properly dispose of the pavement cores after written approval from the City inspector. The City will use the results of the pavement cores/drill holes to determine if the limits of planing/overlay and full depth pavement removal and replacement should be field adjusted based on existing conditions. S. Bid Item B30 — HMAC Pavement Core Hole — 6" Dia.: 1. The work performed as prescribed by this item, will be paid for at the unit price bid for HMAC pavement cores, which prices shall be full compensation for furnishing all materials, labor, tools, equipment, traffic control, fees, permits, pavement patches, and incidentals necessary to complete the work as indicated in the drawings. 2. Unless indicated otherwise in the Bid Form, HMAC pavement cores will be measured by each (EA) taken, regardless of total thickness of core. 3. Patch core holes with Type 'D' HMAC per TXDOT Item 340 or other HMAC patch acceptable to the City inspector. T. Bid Item E29 —Site Grading and Embankment: 1. Unless otherwise specified on the Bid Form, Site Grading and Embankment shall be measured and paid for by the square yard (SY), regardless of the volume of excavation and backfill (borrow/embankment) required to achieve the finish grade indicated in the contract documents. 2. The limits of Site Grading and Embankment shall extend from one (1) foot back of curb to the Right -of -Way (ROW). The City may field adjust and extend the limits beyond the ROW as necessary for drainage and to maintain ADA compliant slopes for proposed sidewalks connecting to businesses. 3. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, excavation, backfill, providing borrow material (both native material and imported material), site grading, stockpiling and handling of materials, segregation of suitable topsoil and select materials, disposal of excess and unsuitable materials, and incidentals necessary to complete the work. Removal of organic materials, rubbish and other objectionable items (ex., concrete curb stops, old sign posts, bollards, fencing, etc.) shall be paid separately. 4. Perform work in accordance with the drawings, Section 021040 — Site Grading, Section 022080 — Embankment, and Section 022040 — Street Excavation. U. Bid Item E35 — Low Profile Concrete Barriers: 1. Measurement and payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining low profile concrete barriers (LPCB), including all materials, labor, equipment, permits, and incidentals necessaryto provide a safe Measurement and Basis for Payment Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 01 29 01 - 13 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 condition and to complete the work. Cost to relocate LPCB's from one phase to another is incidental to this bid item. 2. Unless indicated otherwise in the Bid Form, LOW PROFILE CONCRETE BARRIERS shall be measured and paid for by Each (20 -foot length). V. 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 Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 01 29 01-14 ADDENDUM NO. 7 —ATTACHMENT B Rev 10/2018 © yy tl =saws PROJECT N0. 1200,-;,1�1873-002 _ yt�`" iF?y�;% { ''1 \ p,/ of j 1.3 ® ®®®' MEM MEMMEM =MM.= ®REMOVE EXISTING CONCRETE SIOEW0U< (NORTH OF ®® MOM ®0 031 CONCRETE DRIVEWAY (6" THICK) SY 3,724 GOU3HAR)__ MEM MEMMM')(SI➢)(100 MiCM MEM mom= 62 REREC OPAAMENr MARKINGS 1Y.1 (8)(24scorr IF 282 ®� MEM �® REFLECTIVE PREFORMED PAVEMENT MARKINGS 17.1iiiii" 0 =EMCEE B ]] (Wj(iRWNGLES)(SLD)(100 MIL) -YIELD BAR LF 20 ®CONCRETE HEADER CURBS AT CURB RAMPS AND WNOINGS ®® MEM =EMMEN REFLECTIVE PAVEMENT MARKINGS 17.1 (Y)(24')(SLD)(100 (NORTH OF GOLUHAR) MEM 0M 034 MIL) - ROAD LE 518 1 C E . O Aa J C J '3 A o - - _ x = Z v Q ®0 635 REFLECTIVE PAVEMENT MARKINGS 17.1 (19)(8")(S0)(100 011) LF 1,344 MEMMEM A9 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEWCES. ETC.) NO 14 636 REFLECCD E PAVEMENT MARKINGS 17.1 (W)(4')(SLD)(100 NIL) LF 2,378 m D3 REFIECTIVE PAVEMENT MARKINGS tt.1 (W)(24')(SLD)(100 ®®' LF 731 1 MEM ®o NIL) - CROSSWALK MEM OO 337 PAVEMENT MARKINGS 17.1 (Y)(4')(SLD)(100 MIL) 7,450 m m� Al2 STOMWATER POLLUTION PREVEN110N PLAN (NORTH OF LS - ROAD m ©0 1 GROFP1C ) 1338 REFLECTIVE PAVEMENT MARKINGS 17.1 (13)(4')(SID)(100 NIL) EF 341 MIM ©® A13 TRAFFIC CONTROL CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DUCES. ErC.)(NORTH OF GOLUHAR) NO 3 639 - PARKING REFLECTIVE PAVEMENT MARKINGS 17.1 (Y)(4')(6KN)(100 NIL) EF 870 VAN CCESSIBLE PARKING SPACE (INCLUDES 4" BLUE © © ROAD DB REFLECTORIZED ACCESS AISLE PAVEMENT MARKINGS. WHITE ON BLUE INTERNATIONAL SYMBOL PAVEMENT NARKING, 4' EA ] 1 ® 1310 RPAVEMENT MARKINGS 17B)(1DD -ROAD .1 (w)(4")( KN LF 1,930 BLUE REFLECTORIZED PARKING STRIPE & RESERVED MEM 0© REFEFLECTIVE EF LECTIVE PAVEMENT MARKINGS 17.1 (1Y)(4')(6KN)(100 PARKING SIGN) MN =ME 041 MIL) - ROAD -LANE-DROP LF 856 842 PREFABRICATED PAVEMENT MARKINGS 17.1 (8000080 EA 1 ® REMOVE EXISTING INLET TOP TO BE REMOVED & REPLACE ©m — - 5 4 Y '- 4 a 9 M ] .. Z MIME= SiRAICHi/RIGHi DAN ARROW)(100 MIL) E2 W/CUSTOM UD TOP EA 2 0 B4] PREFABRIGTED PAVEMENT MARKINGS 17.1 (Y!)(RIGHi TURN EA 13 ® 0® 1 ®® ARROW)(45 NIL) REMOVE EXISTING GRATE INLET AND REPLACE W/SrANDARO WIM ®� 344 PREFABRICATED PAVEMENT MARKINGS tt.1 (W)(LEFT TURN ARPOW)(100 NIL) EA 21 E4 GRATE INLET (NORTH OF GOLUHAR) BA 2 0 ®® ® ©ED= 13fi REMOVAL E%ANDA0TION - ISPOSAL LL DEPTH HMAC PAVEMENT SY 9.225 .7, PREFABRICATED PAVEMENT MARKINGS tt.1 (W)(DIRECHONAL EA 13MEM©MEMM 87 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT ST 162 PREFABRICATED PAVEMENT MARKINGS 17.1 ® ©® WITH HMAC OVERLAY REMOVAL ANO DISPOSAL 846 (w)(WORO)'ONLY'C100 MIL) EA 18 Q ©� B8 FULL DEPTH PAVEMENT REPLACEMENT - 12' COMPACTED SUBGRADE PREPARATION B.O.C.) SY 9,]87 RAISED REFLECTIVE PAVEMENT MARKINGS (MI -A -A) YELLOW ® ©® (1' 847 EA 248 B9 FULL DEPTH PAVEMENT REPUCEMIENT - 0400810 (TENSAR B%1100 Or i%-5) ST 9'387 648 RAISED REFLECTIVE PAVEMENT MARKINGS (MI -C) WHITE EA 194 MEM MEMMEMM ® ©® 310 FULL DEPTH PAVEMENT REPLACEMENT - 11' CRUSHED MESTONE BASE TYPE A GRADE 1-2 SY 9.]87 649 RAISED REFLECTIVE PAVEMENT MARKINGS ( I—-6) BLUE M6 EA 19 1 FULL DEPTH PAVEMENT REPLACEMENT — PRIME COAT (0.20 M ©® 811 GNIONS/SY) GPL 1,420 1350 COMBO STOP SIGN (11-1)/STREET NAME SIGN (INCL EA 8 ® ©0 612 FULL DEPTH PAVEMENT REPLACEMENT - 5' TYPE 'B' HMAC, ST 7'084 METAL POLE AND FOUNDATION) MEM AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED ESTIMATED QUANTITIES 1 OF 2 MOT ITEM 340, PG64-22 'D' 851 SPEED LINK SIGN (R2-1)0NCL. METAL POLE AND FOUNDATION) 3 ©© 1313 FULL DEPTH PAVEMENT REPLACEMENT - 3' TYPE HMAC. T%DOi ITEM 340, PC64-22 SY 7.084 0 ©0 COMPACTED SUBGRADE PREPARATION B.O.C.) 652 RIGHT TURN ONLY SIGN (R]-5R)(INCL METAL POLE PND FOUNOATION) U 2 0 0mMEM ME 12' (1' ®® RICHT LANE MUST TURN RIGHT (R]-7)(INCL. METAL POLE ®' ©� wimmal 1353 FOUNDATION) EA ® 00 MIEM ®® NO NO PARKING SIGN (R8 -])(INCL METAL POLE AND ® 0© MEM 0MEN 354 FOUNDATION) EA 12 ® Q© MEM =MEM. PEDESTRIAN CROSSING AHEAD SIGN 0911-2) (INCL METAL M 00 MEM ®EM. 655 POLE A140 FOUNDATION) EA 1 ® ©® 020 PLANNING & TEXTURING MAC PAVEMENT, i%DOT ITEM 354 SY 8,825 856 LANE ENDS MERGE LEFT SIGN (W4-2) (INCL. METAL POLE EA 1MEM MEMMOM 5 (TOTAL PUNING THICKNESS >0' TO <-1') PLANING & TEXTURING HMEM AC PAVEMENT, TOOT IT354 AND FOUNDATION) ® ©® 821 (TOTAL PUNING THICKNESS >I" TO <-2") SY 2910 1357 LANE -DROP SIGN (W4-ZMETAL) (INCL. MEPOLE PND FOUNDATION) EA 1 MEM ©© 4 PLANING & TEXTURING HMAC PAVEMENT, T%DOT ITEM 354 CENTER LANE ONLY W/ 'BEGIN' (R]-96)(M4-14)(INCL. 822 (TOTAL PLANING THICKNESS >2' TO <=4') SY 4,]80 BSB METAL AND FOUNDATION) EA 8 ®' ®0'' 1 823 PLANING & TEXTURING HMAC PAVEMENT, T%DOT ITEM 354 (TOTAL PLANING THICKNESS >4" TO <= 6') SY 2.]70 659 CENTER LANE ONLY W/ 'END" (R]-90)(M4-6)0NCL. METAL FOUNDATION) EA 8 E]t CONCRETE WINGWALL WITH PARALLEL WINGS, TYPE PW -2, NON—SKEWED BOX CULVERT, STA. 10+8].16 LS 1 i a PLANING & TEXTURING HMAC PAVEMENT, T%DOT ITEM 354 AND ® ®0 9 32a (TOTAL PLANING THICKNESS >6" TO <= 8') 380 860 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS L5 1 ® ©0 1 M PLANING & TEXTURING CONCRETE PAVEMENT, T%DOT ITEM E34 6" CONCRETE SLOPE PROTECTION, INCLUDING 24' SY 21 B25 354 & 483. SPECIAL SPEC. 3008 (TOTAL PLANING THICKNESS >0" TO <-2') ST 100 m ® ® TURNDOWN Om 626 HMAC LFL -UP - TYPE '0', i%DOT ITEM 340, P064-22 TON 2900 C2 6" TYPE A, GRADE 1 CRUSHED, UMESTONE BASE PER RD. STD. ITEM N0. 247 51'44O E]6 IMPROVEMENTS ALLOWANCE FOR UNANTICIPATED STORM 1.1133MEM LS 1 1 1-141' MIN. MS. OVERLAY - TYPE 0, OOi ITEM 340, MEMMEME B27 PO8/-Z2 ST 16,875 MEM ©0 0 O0 1 � 628 SAW CUA MAX) EXISTING HMAC PAVEMENT AT FULL 4154)PI LF 0,120 MEM MEM= MEM MI:M.3M DEPTH PAVE -ENT AND REPLACEMENTAVE PAVEMENT m ©M. 0 ©® 1329 HMAC PAVEMENT CORE/DRILL HOLE - 1' DB. EA 20 m ©0 6' 0900 PVC WATERLINE (INCL. HORIZ. & VERICAL BENDS LF 25 - ANO FITTINGS) BT OPEN CUT Z 45 © CttlsuL1Mrs PROJECT N0. 12°-11977-°02 ESTIMATED OUANTITIES ESTIMATED QUANTITIES yam` f 5 { x,1'4 1 0"A4 - /9 I1ENI DESCRIPTION UNIT OTT. ITEM DESCRIPTION UNIT OTT. PART F WATER IMPROVEMENTS FULL DEPTH PAVEMENT REPLACEMENT - 12. COMPACTED 8' 0900 PVC WAIERUNE W/ RESTRAINED JOINTS (INCL. 88 SUBGRADE PREPARATION (1' 8.0.C.) SY -9387 FS HORIZ. & VERICAL BENDS ANO FTTINGS) BY OPEN CUT LF 750 B9 FULL DEPTH PAVEMENT REPLACEMENT - GEOGRIO (TENSOR SY F6 8' DIA. FUSIBLE PJC WATERLINE BY HDD LF 890 881100 or i%-5) -9387 F7 20' PJC (C905 SDR18) WATERLINE W/ RESTRAINED JOINTS BY TRENCHLESS METH00 LF 164 810 FULL DEPTH PAVEMENT REPLACEMENT - 11' CRUSHED LIMESTONE EASE TWE A GRADE 1-2 SY -9387 F8 20' PJC (C905 SOR18) WATERLINE W/ RESTRAINED JOINTS (INCLUDING BENDS AND FITTINGS) BY OPEN CUT LF 18 BII FULL DEPTH PAVEMENT REPLACEMENT - PRIME COAT (0.20 GPLLArvS/ST) G4 _1420 C E [ e J d J u o - - o _ - < - - x = r. v Z = ? F N, 7 F9 24' OR. TEMPORARY UNE STOP EA 2 812 FULL DEPTH PAVEMENT REPLACEMENT - 5" TYPE IT HMAC, ST -7064 FIO J0EXTERNAL RESTRAINT i0 EXISTING 24 -INCH DIP PIPE OINTSEA IB 813 TXDOT ITEM 340, PG64-22 FULL DEPTH PAVEMENT REPLACEMENT - 3' TYPE 'D' >MAC, sv FII 2 -INCH COMBO LOW PROFILE NR RELEASE VALVES W/yTNTS BOLLARDS PND MANHOLE EA 1 814 i%DOT ITEM ]40, PG64-22 12" COMPACTED SUBGR.E PREPARATION (1' B.O.C.) ST -7084 -4515 412 REMOvE EXISTING 24' DP WATERUNE AT CROSSING W/ LF 30 815 GEOGRID (TENSMR 801100 or T%-5) ST -4515 PROPOSED RCB 816 II" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY -4515 F13 24' CUT AND PLUG. WITH RESTRAINED PLUG EA 2 817 PRIME COAs (0.20 GALLONS/SY) G4 -730 F14 8' CUT AND PLUG. MTR RESTRAINED PLUG EA 5 818 5" TWE '8' HIJAC, ROOT ITEM 340, P064-22 SY -3830 FIS FIB 6" CUT AND PLUG, WITH RESTRAINED PLUG EA Eq 1 2 819 3" TWE 'D' HNAC, ROOT ITEM 340, PC64-22 SY -3830 FI7 24' % 20" ECCENTRIC TOP REDUCER 24'020' TAPPING SLEEVE & VALVE (TS&V) W/BO% EA 2 820 PW41NG & TEXTURING HVAC PAVEMENT, ROOT ITEM 354 (TOTAL PLANING THICKNESS >D' i0 <=1') ST -8825 F18 8'X8' TAPPING SLEEVE & VALVE (IS&V) W/80% EA 5 PLANING & TEXTURING HMAC PAVEMENT. ROOT ILEA 354 F19 8'06' TAPPING SLEEVE & VALVE (TS&V) W/B0X EA 18 821 (TOTAL PLANING THICKNESS >1' i0 <=2') ST -2940 420 6"06' TAPPING SLEEVE 8 VALVE (TS&V) W/B0% EA IPLANING 822 & TEXTURING HMA. PAVEMENT, DOT ITEM 354 ST -4380 - - 4 4 9 Y < Q F21 TRENCH SAFETY FOR WATER ONES LF 842 (TOTAL PLANING THICKNESS >2' i0 <-4')( F22 NEW ARE HYDRANT ASSEMBLY (TYPE I) EA 20 823 PLANING & TEXTURING HMAC PAVEMENT, ROOT ITEM 354 (TOTAL PLANING THICKNESS >4' i0 <- 8") ST -2370 F23 NEW FIRE HYDRANT ASSEMBLY (TYPE 2) EA 4 PLANING & TEXTURING PAVEMENT, ROOT ITEM 354 (TOTAL F24 6' GATE VALVE WITH BOX & COVER EA 824 PLANING THICKNESS >6" i0 <= 8") SY -380 F25 8' GATE VALVE WITH BOX & COVER EA 5 ALINING & TEMURING CONCRETE PAVEMENT, ROOT ITEM F18 REPLACE EXISTING WATER SERVICE WITH NEW SERVICE CONNECTION EP 7 825 354 & 483. SPECIAL SPEC. 3004 (TOTAL PLANING THICKNESS >0' TO <-2') ST -100 Fl7 RELOCATE EXIST. WATER METER (INCLUDES ALL 8EO'0 EA 7 828 HMAC LEVEL -UP - TYPE '0', ROOT ITEM 340, P084-22 TON -2900 F28 FITTINGS, VALVES. AND METER BOXES) ADJUST EXISTING WATER VALVE BOX i0 FINISH GRADE EA 8 827 I -I/2" MIN. HMAC OVERLAY - 1VPE D. 1XDOi ITEM 340. PG84-22 SY -16875 F29 ADJUST EXISTING MANHOLES. VALVE BOXES PND METERSAW BOXES i0 FINISH GRADE AT SIDEWALKS AND CURB RAMPS EA 40 828 CUT (2" MAX) EXISTING HMAC PAVEMENT AT FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT LA -8120 (NORTH OF GOLLIHAR) 829 HMAC PAVEMENT CORE/DRILL HOLE - 1' OA. EA -20 F30 8'06' REDUCER D.I. M.J. EA I 830 HMAC PAVEMENT CORE HOLE - 8" 014. EA -9 F31 F32 8'08'08' TEE 0.1. MJ 8'48'08' TEE D.I. M.J. EA EA 5 5 11 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNEUZING DEVICES, ETC.) MO 16 F33 8 -INCH DU.BE IRON PIPE LF 04 F34 8 -INCH D.I. BUND FLANGE EA q I2 STREET EXCAVATION ST 4515 I I AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED ESTIMATED QUANTITIES 2 OF 2 F35 8 -INCH 0.1. 11.25 OEG MJ. BEND EA 13 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT ST 17108 F38 8 -INCH D.I. 22.5 DEG M.J. BEND EA 4 REMOVAL AND DISPOSAL STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT F37 8 -INCH 0.1. 45 OEC M.J. BEMO EP 10 14 WITH HMAC OVERLAY REMOVAL ANO OISPOSAL ST 8984 F38 8 -INCH D.I. 90 DEG M.J. BEND EA 8 15 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) ST 28587 F39 20 -INCH DUCTILE IRON PIPE LF 40 440 20 -INCH D.I. 45 DEG N.J. BEND EA } 16 GEOGRNI (TENSOR 801100 or T%-5) SY 28587 F41 20 -INCH 0.1. 90 DEG M.J. SENO EA 6 17 I I" CRUSHED UMESRINE BASE TYPE A GRADE 1-2 ST 28587 F42 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 18 PRIME COAT (0.20 GALLONS/SY) GAL 5080 PART G - WASTEWATER IMPROVEMENTS 19 5" TWE '8' HMAC. TOOT ITEM 340, PG64-22 ST 25379 GI CUT, PWG, GROUT AND ABANDON 12' WASTEWATER LINE LF 384 110 3" TWE '0' HMAC, ROOT ITEM 340, PG84-22 ST 25379 02 CUT, PWG, GROUT AND ABANDON 10' WAS1EWATER LINE LF 75 PUNNING & TEXTURING HMAC PAVEMENT. ROOT ITEM 354 03 REMOVE EXISTING WASTEWATER MANHOLE EA l 11 (TOTAL PLANING THICKNESS >0" i0 <=2") (FROM STA. 2+00 i0 APPROX. STA. 44 68) ST 2190 G4 12' PVC C900 DRIB LF 385 '0', G5 0" PVC C900 DRIB LF 85 12 HVAC LEVEL -UP - TYPE ROOT ITEM 340, PG84-22 TON 50 G6 4' OA WASTEWATER MANHOLE EA 8 113 I-I/Z MI TYPE OVERLAY - PE 0, 1XOOi ITEM 340, PG64-22 (FROM STA. 2400 i0 APPROX. STA. 4468) SY 2190 07 ADJUST EXISTING MANHOLES i0 GRADE EA 11 GB REMOVE ANO REPLACE 12. WASTEWATER UNE AT WATERLINE CROSSINGS EA 8 09 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 .Z1 8 8 PART H - GAS IMPROVEMENTS HI BACKFILL AND COMPACT NEW GAS UNE TRENCHES CY 300 PART 1 - ADDITIVE ALTERNATE NO. 1 A9 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) NO -14 85 STREET EXCAVATION SY -4515 BB STREET EXCAVATION - FULL DEPTH >MAC PAVEMENT REM PND DISPOSAL ST -9225 8J STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL ANO DISPOSAL ST -162 ALTERNATE 1 - FROM APPROX. STA. 4+813 TO STA. 39+50 CONSULTANTS PROJECT R0. 120-11873-002 s' „ EDGE of EXISTING PAVEMENT Mk WV (COMPLETE FULL DEPTH PAVEMENT AYERS BL —,I REMOVAL/REPLACEMENT. 0 SEE DR 0 13 9/9A) co EDGE OF EXISTING PAVEMENT =o "Ee E C"C J =_ � '- v N. U Y Y WICK TRAVEL LANE (P) 10.5' TRAVEL LANE (P) II.0' CENTRAL TURN LANE (P) EXIST TRA 10.5' L LANE (P) 11.0' EL LANE (P W AL PROPOSED ��VARIESad (FIELD VERIFY) Iao VARIES SEE DETAIL C/ SHEET 9 FOR PROPOSED PAVEMENT PROPOSED TOP OF PAVEMENT I -I/2" MIN' HMAC SEE OETAOILSRUY SH 99 SEE DETAIL 0/ SHEEP 9 FOR PROPOSED PAVEMENT S 8 19 k k ' 9 9 8 0 11.11 "Mk An■ - 111W aill -NO E) 41KI OEM II 1,741IL= I�IIIIIIIIfIII --1I-I- - 11 -9 IIIN II II 11j1I-11 III-II III -II III -II IL -II -II -II -I-I- II -II -1 - I - II-II-II-II-II-III -II -II -II-II • • -II Il -N -I: IIIIIIIIIIIIINI111- LILNILNIL11=111=111,111,111,111,11 ICfEI 1 Ii� - a &Ei9TH FOUiNGliatQMEERL" EE SHPNEEES 20I- w) -II IIIIII I IIIIII 1=111=111=111=111=111111111111=,- E 1 -(=III IEI1 i l I BU] O TYPICAL PROPOSED BASE BID AND ALTERNATE NQ>Fs: I. SEE SHEET 120 FOR UTILITY INSTALLATION. CONSTRUCTION PLANING/OVERLAY AND FULL PAVEMENT REPLACEMENT SEQUENCING ANO ADDITIONAL TRAFFIC CONTROL NOTES. EXISTING TIOTIES SHOWN ON THE PVNS ARE FOR 9 Self: N i.5. (SLUES ARE E%ADGFRATFD) REFERENCE ONLY AND 00 NOT NECESSARILY REPRESENT THE EXACT LOCATION OF SUCH FACITIES, NOR IS IT IMPLIED THAT ALL EXISTING UTILITIES AND SHOW ON THE PLANS, VN, KEY NOTES INC. ASSUMES NO RESPONSIBIUIY FOR THE EXISTENCE OR LOCATION OF ANY SURFACE OF SUBSURFACE UTILITIES OR I I DESCRIPTION AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 SAWCUT EDGE OF PAVEMENT FOR PROPOSE° NEW TRAVEL & PLANING HMAC ANO CONCRETE PAVEMENT IN ACCORDANCE STRUCTURES. THE CONTRACTOR IS RESPONSIBLE FOR _._J PARKING LINES. PARKING, CURB & CUTTER, DRIVEWAYS AND 10 WITH TOOT ITEM 354. SPECIAL PROVISIONS 354-005, CONTACTING THE APPROPRIATE UTIUN OWNERS ANO FIEW UTILITY EXCAVATIONS PER PART ] IN SECTION 025205 T%DOT SPECIAL SPECIFICATION 3004, AND/OR T%DOT DEM LOCATION ALL EXISTING UNDERGROUND SURFACE ANO 0 5' CONCRETE SIDEWALK 403. MAXIMUM 2 INCH CONCRETE MIWNG THICKNESS. OVERHEAD UTILITIES PRIOR i0 COMMENCING WITH SEE NOTE 2 & 3 CONSTRUCTION OPERATIONS. CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY AND PRIOR i0 COMMENCING O 6" CURB & CUTTER O IVPE HMLEVP064-22.EL UP, i%OOT IIEN 340, 84-22. CONSTRUCTION OF ANY OBSERVED CONFLICT OR THICKN0 ESS AC VARIES. DISCREPANCIES WITH THE PUNS. 0 3" HMAC TYPE D, TXDOT ITEM 340, PC64-22 (NOTE 2 & 4) 12 BORROW/EMBANKMENTTET EXCAVATION.IE GRADINGACCOR11 3WITH SECTION 2. SEE GENERAL STREET NOTES ON SHEET 4 FOR A00ITIONAL 0 REQUIREMENTS. 022040 AND 022080 Q021040. . . 05 TACK COAs (SU135101PRY i0 HMAC PAY ITEMS) 3. SEE SHEET 39 TO 48 FOR PROPOSER TOP OF PAVEMENT ELEVATIONS, AND SHEET 37 AND 38 FOR PLANING SOD OR HYDROMULCH AS INDICATED ON THE DRAWINGS. Q. SLOPE AS INDICATED IN SECTION 022040. PROVIDE MIWNG)/LEVEL-UP/OVFRUY UNITS. COORDINATE WITH _ 0 OB 5" HMAC TYPE B. iX00i ITEM 340. PO84-22 (NOTE 2) ENGINEER AND CIN INSPECTOR i0 FIELD ADJUST PROPOSED 8 INCHES TOPSOIL0ANDIN WITH EMIEMIEBIENEMENNEFI�11m11 TOP OF PAVEMENT ELEV. IF NECESSARY TO PRODUCE 22 TIONACC028020 � SECTION 022040 AND SECTION SEED . COSI FOR TOPSOIL SMOOTH RIDE (LONGITUDINAL AND TRANSVERSE DIRECTIONS) 0PRIME COAs - 0.20 GALLONS PER SY (NOTE 2) IS INCIDENTAL i0 HYDROMULCH/SEEDING AND SOD PAY AND TO MAINTAIN DRAINAGE BY ADJUSTING THICKNESS OF HENS. PLANING (MILLING) ANO/OR THICKNESS OF TYPE 0 HMAC ry0 F g O L TYPICAL PROPOSED PAVEMENT REPLACEMENT OB II" CRUSHED UNESiONE FLEXIBLE BASE - TYPE A. O O GRADE 1-2; COMPACTED TO 982 MODIFIED PROCTOR LEVEL -UPJ TYPE D HMAC OVERLAY AND KEY NOTE 4 TYPE 0 O SIN (ASTM 4 RA 0155]); +/- 22 OF OPTIMUM MOISTURE; MAC OVERLAY AT EXISTING CONCRETE PAVEMENT. 0 BASE SHABE PLACED IN UNIFORM LIFTS NOT i0 MINIMUM EXISTING HMAC ONLY IF NECESSARY. MELO EXCEED 10-19CH LOOSE UFTS OR 8 -INCH COMPACTED COORDINATE WITH CITY INSPECTOR AND 9110 ADDITIONAL IF LIFTS. INSPECTOR DEEMS NECESSARY DUE i0 CONDITION OF FULL DEPTH 09 PROVIDE TENSAR GEOGRIO 13%1100 OR 1ENSAR GEORGRIO EXISTING HMAC. TX -5 (OR APPROVED EQUAL) ABOVE PROPERLY COMPACTED & REPAIR SUBCRPDE. UPPER 12" OF EXPOSED RAW SUBCRPDE5. IF COMBINED THICKNESS OF EXISTING HMAC AND PROPOSED , , n - A SCALE: NTS COMPACTED i0 A MINIMUM DENSITY OF 985 OF THE HMAC OVERLAY IS LESS THAN THE 2 I/O" MIN., THEN MAXIMUM DRY DENSITY, AS DETERMINED BY THE STANDARD Q REMOVE AND REPLACE FULL DEPTH PAVEMENT PER DETAIL PROCTOR TEST (ASTM 0698), AND AT, OR ABOVE THE 7. SEE NOTE 2 ON SHEEP 913. 13/ SHEET 9A. OPTIMUM MOISTURE CONTENT: 02 i0 32 OF OPTIMUM MOISTURE CONTENT. ANY SOFT AREAS IDENTIFIED SHALL BE 8. AT PROPOSER UTILITIES CROSSING EXISTING PAVEMENT 6. REMOVE ANO REPLACE FULL OEPTH PAVEMENT PER DETAIL REMOVED AND PROPERLY RECOMPACTEO IN PLACE (NOTE 2) BACKFILL IN ACCORDANCE WITH APPLICABLE UTILITY TRENCH B/ SHEET 9A IF THICKNESS OF REMAINING EXISTING DETAIL. CONCRETE PAVEMENT IS LESS THAN THE 8" MINIMUM. _ 3 CRY PftOECi i EISIOfi e A CONSULTANTS PROJECT N0. 120-11873-002 TOP HMAC XIsr. OUTSIDE TRAVEL WJE C.FryFRN 11 TOP OF PROPOSED HMAC OVERLAY f A••1 A .1 3 or Ex sr NG U. .UAL PROP MN M WNG/PLANING 1. REFER i0 SHEET 9A FOR NOTES AND KEY NOTES i ( 2. THICKNESS OF E%IST NC HMAC VPR ES FROM 2' TOWPRO (NOTE 4 & KEY NOTE 10) Pir (PROP. 1-1/2" MIN. TYPED 1 THE EDGE OF EXISTING PAVEMENT r0 AS MUCH AS 12 5'� ABOVE THE E%STING CONCRETE PAVEMENT SEE SHEET 22 OVERLAY E%ISTN HMAC (NOTE 2 THIS SHE) Ailly / HMAC 2-1/2' MN COMBINED & l8 FOR BORE PND CORE LOCATIONS AN0 THE GEOTECH H EXIST. &PROP. HNPC REPORT AND PAVEMENT BORING REPORT IN THE MIN. EXIST. HMAC (NOTE 5) APPENDICES FOR DETAILS. II E%I PAVEMEN• E%IS TINGT BASE G• ®Illr NI ,AePAVEMENT. INSPECTOR DINATE WITH THE IS TY i0 FURTHER TO NPER ORM 4DDI110NALRFIELO INVESTIGATION DETERMINE THE VAAWNC THICKNESS OF EXISTING H141. 5 CONTRACTOR SHALL DETERMINE MEANS ANO METHODS FOR 5 p R ^ m E Z -i ad _ o - . T X a ■ ' x E%IS SUBGFPDE NC ■, - CORING OR DRILLING A 1' MIN. DIA. HOLE SUFFICIENT i0 DETERMINE THE THICKNESS OF THE EXISTING HMAC PAVEMENT. THE 1' MIN. DIA. HOLE SHALL BE CORED OR DRILLED INTO .■� THE EXISTING HMAC TO MINIMUM DEPTH OF 9" OR UN11L RCENT LANE RED ON OUTSIDE (SEE oE7A1L Z /DRILL TRAVEL o ANo NaTE THIS SHEET)E TYPICAL PROPOSED MILLING/PLANNING ND'HMAC OVERLAY THE EXISTING BASE IS REACHED, WHICHEVER Is LESS. PATCH THE ' DIA. OLE WITH W.R..R. MEADOWS #158 000W --APPLIED RUBBERIZED -ASPHALT SEALER OR APPROVED As SCALE N.T.S. TOP THE LOCATION OF THE 1" MIN. ow. CORE/DRILL HOLES OF PROPOSED HMM OVERLAY SHALL BE APPROXIMATELY EVERT 200FT ALTERNATING BETWEEN THE CENTER OF THE EXISTING OUTSIDE NORTHBOUND AND SOUTHBOUND TRAVEL LANES (SEE DETAIL XISi. OUTSIDE TRAVEL WJE PROP. 1-1/2' MIN. TYPE 0 A B, & 0190 SHEET). SHIFT HOLES IF NECESSARY i0 k k TOP HMAC Ati ���������� HMAC OVFRUY AVOID E%ISTING CONCRETE PAVEMENT W/ HMAC OVERLAY ` AND r0 AVOID MANHOLES AND OTHER STRUCTURES. OF ExiSTiNG UAL UAL PROP. MIN. MILLING/PLANING (NOTE 4 & KEY NOTE 10) iit PROP. TYPE 0 HMPC CONTRACTOR SHALL TAKE PHOTOS AND MAINTAIN A LAG OF LEVEL -UP THICKNESS THE LOCATION AND RESULTS OF EACH CORE/DRILL HDLf, VARIES. KV NOTE II AND SHALL SUBMIT THE PHOTOS ANDA SUMMARY REPORT EXISTING (NOTE 2 HMAC THIS SHY.) Aill".- till*CONTRACTOR OF THE RESULTS WITHIN 60 DAYS AFTER NOTICE r0 PROCEED. SHALL TAKE ADDITIONAL 6' DIA. PAVEMENT EX' PAVEMENT TING FRAISE ® CORES ONLY IF THE CITY OR ENGINEER DEEMS NECESSARY BASED ON THE RESULTS OF THE 1' CORE/DRILL HOLES. THE LOCATION OF THE 6' MIN. DIA. CORE HOLES SHALL BE © AS DIRECTED BY THE CITY OF ENGINEER. RESULTS FROM THE CONTRACTOR'S ADDITIONAL FIELD E%IS SUBGRADE NCto _ 11" INVESTIGATION WILL DETERMINE IF THE MINIMUM HMAC THICKNESS AS INDICATED IN NOTE 5 ON SHEET SA AND DETAILS A AND B ON THIS SHEET CAN BE MAINTAINED. I I DESCRIPTION AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 ROP. 1 Din COPE/DRILL HOLE CENT RED ON OUTSIDE LANE (SEE DETAIL D AND RNOTE AVEL 2 THIS SHEET) Q TYPICAL PROPOSED MILLING/PLANNING, LEVEL -UP AND OVERLAY / PROPOSED 1" DIA. CORE/DRILL HO. CENTERED ON NORTHBOUND c�¢1 scAlE: N.r.s. TOP OF EXISTING HMAC PROP. HNPC &CONCRETE NILLINC/PLPNING ipP OF PROPOSED HMAC OVERUY NOTE 4 &KEY NOTE 10) OUTSIDE TRAVEL LANE (NOTE 2 THIS SHEET) ,/ /T /// E%ISTIN HMAC (THICKNESS VARIES) i }' / / / PROP. 1- /2 MIN. TYPE 0 1 HMAC OVERUY II{ EXISTING REINFORCED CONCRETE PAVEMENT as a as a ^ ' 6" MIN. CONCRETE PAVEMENT (NOTE 6) 1G Yte PAVEMENT EXIS BASE NC ♦♦♦♦♦♦ / ^ 4 n .- - E%IS SUBGRADE NC III III I 1 1 HI 111 HI ii CENTERED ON NORTHBOUND /<///DCORE/0R88 TYPICAL PROPOSED MILLING/PLANNING OVERLAY AT EXISTING CONCRETE PAVEMENT UNE (NOTE2 0 1SIOE TRAVFLT,...' 1' THIS SHEET) PAVEMENT CORE/DRILL HOLE FREQUENCY cc B SCPLE: N.T.S. 0 SCALE: N.T.S. a Cm PaaEcr / E15106 O PROPOSED CROWN YI O O CONSULTANT'S PROJECT R0. 120-11873-002 orr p_;4 F "�9 TRAVEL WJE PROPOSED TOP PAVEMENT (NOTE TRAVEL LOVE PROPOSED GRADE BREAK (NOTE 1) OF 1) CENTER TURN — VARIES LANE I NOTE 1, 1A VARIES —� TRAVEL LANE PROPOSED GRADE BREAK (NOTE 1) PROPOSED k 3 PAVEMENT TRAVEL LOVE TOP OF (NOTE 1) fPRKING BEYOND PROPOSED IOP OF (NO CHANGES AT PARKING PAVEMENT AREAS) e h C u o - - : _ . _y=_, —� NOTE 2 NOTE 2 _ — _ VMIEs_ NOTE 1 & 2A _ — � OPTIONAL TOP OF PAVEMENT (NOTE 1) OPTIONAL TOP OF PAVEMENT VARIES CROSS SLOPE _ NOTE I & 2A VARIES —� NOTE 1 o TRAVEL WJE SCALE N.T.S. (SCALES ARE EXAGGERATED) B PROPOSED CROWN TRAVEL LANE 0 k 4 d OR RIGHT TURN LOVE TRAVEL WJE PROPOSED TOP PAVEMENT (NOTE TRAVEL LANE PROPOSED GRADE OF BREAK (NOTE 1) 1) CENTER TURN -- VARIES LANE 1 NOTE 1, 2A VARIES -- TRAVEL LANE PROPOSED GRADE BREAK (NOTE I) PROPOSED k 3 PAVEMENT RUVFL LANE TOP OF (NOTE 1) OR RIGHT TURN WJE NOTE 1 k 2A VARIES s -7-5,C — OPTIONAL PAVEMENT OPTIONAL TOP OF PAVEMENT CROSS 797E 22 TOP OF (NOTE 1) SLOPE — WITH ADDITIONAL TRAVEL/TURN VARIES LANES — NOTE 1 At 2A I I DESCRIPTION AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED EXISTING & PROPOSED TYPICAL SECTIONS 2 OF 4 SCALE: N.T.S. (SCALES ARE DAGGER/GED) 190ff.£ 1. SEE SHEET 39 i0 46 FOR PROPOSED TOP OF PAVEMENT ELEVATIONS. 1. CONTRACTOR OPTION - CONTRACTOR MAY ELIMINATE THE PROPOSED CROSS SLOPE GRADE BREAKS AS LONG AS THE CONTRACTOR'S PROPOSED NEW TOP OF PAVEMENT ELEVATIONS COMPLY WITH THE FOLLOWING: A. THE TOP OF PROPOSED PAVEMENT ELEVATIONS SHOWN ON SHEET 39 TO 46 REMAIN UNCHANGED AT I. THE FACE OF THE CURB PND GUTTER (GRID UNE A, C ANO D) II. THE PROPOSED CROWN (GRID UNE 6), EXCEPT AS INDICATED IN NOTE 3. TABLE 1 (EXAMPLE) B. THE CONTRACTOR'S PROPOSED NEW CROSS SLOPES ARE APPROXIMATELY 3.55 PWS OR MINUS 1.55. C. COMPLY WITH THE VARIOUS CONSTRAINTS INDICATED ON SHEET 90 AND 99 (EX.. NOTES 5 PND 6 ON SHEET 90). D. CONTRACTOR SUBMITS THEIR PROPOSED OPTIONAL PAVEMENT PLAN INA TABULAR FORM THAT PROVIDES THE STATION DESCRIPTION PROPOSED TOP OF PAVSIENT ELEVATION CONTRACTOR PROPOSED CROSS SLOPE EXISTING HMAC THICKNESS PER PAVEMENT CORES"' FULL DEPTH PAVEMENT REMOVAL/REPLACEMENT REQUIRED ADDITIONAL LEVEL UP REQUIRED ^ MINIMUM FORMATION NOMA. IN THE EXAMPLE TABLE 1. DATA SHOULD BE PROVIDED AT THE 50 FOOT TOP OF PAVEMENT INCREMENTS INDICATED ON SHEET 39 TO 46. CONTRACTOR SHALL ALSO SUBMIT A DETAILED p B C D A -B B -C A -B B -C A -B B -C 0-9 B -C QUANTITY TAKEOFF BREAKOUT COMPARING THE ESTIMATED 'AS -610' QUANTITIES VERSUS THE REVISED QUANTITIES pXAMP1F A5-6ID 34.09 35.43 34.90 - - - - - - - - - 3.OIN - - - NO NO NO NO BASED ON THE CONTRACTOR'S PROPOSED CROSS SLOPE MODIFICATIONS ("AS -610 QUANTITIES SHALL BE 64509 ON THE RESULTS OF THE CORE/BRILL HOLE INVESTIGATION PERFORMED BY THE CONTRACTOR). IF PROPOSED PVN 50000 CONTRACTOR 3489 35.00 34.90 --- 3.02 452 I.SIN 3.51N YES NO NO YES INDICATES ADDITIONAL FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT IS REQUIRED OR IFR INDICATES DELTA 0.00 (0.43) 0.00 --- --- --- -1.51N --- --- --- --- --- ADDITIONAL «MAC LEVEL -UP IS REQUIRED SUBMIT MARKED UP DRAWINGS SHOWING THE PROPOSED LIMITS AND FOR THE CIMS RENEW RENEW OF THIS PLAN AS -BID ADDITIONAL QUANTITIES AND APPROVAL AND ACCEPTANCE AND ANY ADDITIONAL QUANTITIES IS REQUIRED PRIOR TO PROCEEDING W. PROPOS. OPTION. 50+50 CONTRACTOR 3. THE CONTRACTOR'S MAY PROPOSE i0 LOWER THE TOP OF PAVEMENT AT THE PROPOSED CROWN (GRID UNE 9) AS DELTA LONG A5 IT ISN'T LOWERED MORE THAN 2 INCHES AND THE CONTRACTOR'S PROPOSED «WJ COMPLIES WITH NOTE 2. (1) SEE NOTE 2 ON SHEET 99 k CBY «60001 i E15106 Q / py ® CONSULTANTS PROTECT X0. 12011873-002 4815-i ` Orr /1 '4 4 Y, p, s, , •F'� F x \ \\ Exls NCC3rW RCP TO REMAN N PLACE -.M 8 PNDON &2290LF '� 5OI SA AVERS �y .i _ `VOA s �/ C° m . z Jg E e o so� EXISTINGE JUNG ON BOX TO ❑ d• _ AN NPACE L 'I .-,...� of 4 A 00"7/ z. z4' w z4' , 5 REMOVE 128T ASPHALT PAVEMENHsPL' m PSFPEHLTEPAENFT lo +0 ___ _ O 3+00 4+00 6�mo = e k a .. 2 I law II \ I IO RO Z1ANG IN6PLACk \\ RCO C EMOVE OEI SF "`��� RE 0 E 97 SF GONG PAVEMENT (REMOVE CiONC. CURB & GUTTER 260 LF / of /i I „.,,,,/-71/21////,/,,,/,/,,,/,/,/,/,,:,/,/////_.///-,/,. nl���/!�/l+ I_ ��%i/P0�/.aOP/s!/�✓sA!/ ������� - r= OHF �, AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 1 OF 10 el S _ _ w PAVEMENT -- - d REMOVE CONC SIDEWALK _ l ( LAN) r s / ©: �' ' STREET EXCAVATION STREET AND DRIVEWAY EXCAVATION OF FULL DEPTH MAC PAVEMENT DEMOLITION & REMOVAL PLAN NOTE �1 I 1� 4946 BLL _ NBAOSpE .'-_ 1, SAN ANTONIO..„ LOTC 'REMOVE 1. ALL STRUCTURES & UTILITIES MARKED SHALL BE REMOVED AND A STREET EXCAVATION OF FULL DEPTH CONCRETE PAVEMENT WITH MAC OVERLAY SCALE: t' - 40' HAULED OFF IN ACCORDANCE WITH SPECIFICATION SECTION D21080 2 ALL POWER POLES & OH ELECTRIC TO REMAIN . UNLESS NOTED OTHERWISE. EXISTING SYMBOLS LEGEND70 OTHERS F PoPOWERPGLES w/cuv WIRES AND AT&T/CATV 3EXISTING UTILITIES TOREMAIN .UNLESS NOTED OTHERWISE REMAIN UNLESSPFOVIDE TREE 10 FIBER OPTIC CABLE MARKER GAS METER GUY WIRE WATER METER POWER POLE PROTECTION. 5. REMOVAL OF TREES, SHRUB. ECR.. IS SUBSIDIARY TO THE VARIOUS BID ITEMS. C BUS STOP TO NEW STOPSCHES COORDIND E WITHSIGNACERTO B REMOVED AND PRE HYDRANT N TELEPHONE PEDESTAL TRAFFIC CONTROL BOX WASTEWATER MANHOLE TRANSMISSION TOWER 6. ALL RELOCATE INTA 7 ALL ExISTINC SIGNS TO BE REMOVED AND HAULED OFF RELOCATED AS NOTED [I UNDERGROUND ELECTRIC., MARKER s PROPERTY MARKER CABLE 1V BOX STORM WATER MANHOLE KEY NOTE ON THESE PLANS SIGNING — SIGN POST v STEEL BOLLARD LIGHT POLE WATER VALVE \Y1 DEMOLITION AREAS AND STRIPING PLANS FOR OE0ISTING SIGN IARY TO THE VADJUSTED ARIOUS OLOCATIONSITEMS SEE 8SEE SHEET 9 9A 9PLANING/MILLING. OVERLAY, AND BASE UNDERGROUN0 UTILITY MARKER BORING IRRIGATION CONTROL VALVE GAS VALVE 1:1 DEMOLITION LIMITS BID AND ALTERNATEFULL DEPTH PAVEMENT REPLACEMENT. .. 0* n - CRY 00*001 j 015106 T, . a. A LOT aR 0 1 CONSULTANT'S PROJECT NO. 120-11873-002-1 ,, orr °, 4 "� 9;t. REMovE HEA wALL B -Y M Lbs oN CC LTD. 46 9 MACRO,DDR SAN :�NTDN 0 TEXAS ND & GROUT REMOVE EADWALL REMOVE LF 24 SDICENTER 8ABAACP ON WL 506 LF ,6 1 49 f AEPALP -__ //. /r 7 ., 'SLA/„,l rr.,...rr''-', .vr. f..rRS`f .i -i5 .' �... „,, . ri a�. z — a e e Z J °B C G , i ' a . ..REMOVE N' -k-Y \`�E(\, 9 SF MSC. Lb NCf \ REMOVE HEADWALL j �— ,5 LF // REMOVE ,96 SF MSC. CONC RE'OREMO MOVE 2k� LF CURB '��� iL I \ S REMOVE 49 LF 36' SD �� j��/ _ X REMOVE 12 WW oTL on may` \'aid F /� /%® q ...—_ 364 LF , .— 24 CIP L 6----&_88._66', REMOVE //////.//® s:n.� .A.42. -'-__ LAN) — �.- REMOVE „T SF ASPHALT rrz'---- ' ... -,.T—�- PAVEMENT (THS PLAN) /MIL -... .� ... v N// REMOXST.2RAMP V30,8 2SEE e o IDR VEWAV SF CONC PAD NOTE 6. REMOVE LF 0 Pi = k k a 3 °y ”. ... . ,, : .. REMOVE , LF 18) SD R ®CbNCREDTSEE NOTE 6. ". (THIS L ), REMOVE 18 SIDEWALK REMOVE e]0 SF F S JCTGNC (THS PLAN) S _ REMOVE 446 SF SIDEWALK'REMOVE C498 SF REMOVE Wal DR VEWAY MIS CbN. AY DRIVEWAY W (THIS PINK v) REMOVE 130 LF 2-18 SD \ /7,87/f M ' ZZTAI�i0, O/e//i////I /OP W-s .4AAM' -`ayW ,./. % Y' _ F-- - ' x* T[i aux*Fw. n6 TEL AT, L AT, TEL Pel .c1 nT, w „- TEL be T TDxF REMOVE SD GRATE REMO SO GRATE REMOVE LF 24 SO F V e w x AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 2 OF 10 REMOVE 45 SF e w ew e'we'w e'w � ew f g=uM M SC CONC. �, MOVE 152 LF 18 SO REMOVE SD GRATERER u"vw M30. 00=. ISAWCUT E N. &AWar E rTE 4918 E T AYERS AYERS BUSINESS 14629 SAN ANTONIO, I STREET EXCAVATOR STREET AND DRIVEWAY EXCAVATION OF FULL OEPT1 HARM PAVEMENT : DEMOLITION & REMOVAL PIAPP MACRO TEXAS LOT 30 PLAN NOTE: 1. ALL STRUCTURES & UTILRIES MARKED 'REMOVE' SHALL BE REMOVED AND STREET EXCAVATOR OF FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY SCALE: 1 = 40' HAULED OFF IN ACCORDANCE WITH SPECIFICATION SECTION 0210SO �® 2. ALL POWER POLES & OH ELEC,IC 70 REMAIN, UNLESS NOTED OTHERWISE. TELEPPO E POLES POWER POLE EXISTING SYMBOLS LEGEND s w/cuv W&15, AND AT&T /0030 000003000 Rs. UNLESS NOTED OTHERWISE.6000166 & EXISTING UTILITIESO70EMAIN REMAINNLESS 4. EXISTING TREES NOTES OTHERWISE. TREE 683 FIBER OPTIC CABLE MARKER' GAS METER GUY WIRE WATER ME. POWER POLE PROTECTOR. S. REMOVAL OF TREES, SHRUB. ECT.. IS SUBSIDIARY TO THE VARIOUS BID ITEMS. FIRE HYDRANT 0 TELEPHONE PEDESTAL TRAFFIC CONTROL BOX WASTEWATER MANHOLE TRANSMISSION TOWER 6. ALL BUS STOP NEW STOPSEN COORDINATE WITHNCHES AND ERTO D REMOVES AND LOCATEDEXISTING [I UNDERGROUND ElECTRICPL MARKER s PROPERTY MARKER CABLE TV 80% STORM WATER MANHOLE KEY NOTE a.ALL EXISTING SIGNS TO BE REMOVED AND HAULED OFF RELOCA-rED AS NOTED ON THESE PLANS. SIGNING SIGN POST v STEEL BOLLARD LIGHT POLE WATER VALVE DEMOLITION AREAS AND STRIPING PLANS FOR °EXISTING SIGN IARY TO 7HE VADJUSTED ARIOUS ILOCATIONSSEE B. 9B.T NC MILLING, OVERLAY. AND BASE UNDERGROuN0 UTUTY MARKER BORING IRRIGATION CONTROL VALVE CAS VALVE DEMOLITION LIMITS BID AND ALTERNATEFULLDEPTH PAVEMENT REPLACEMENT. EF m F. 11 :i- I CRY P00EC1 j 015106 vuc 1 a. A THA REAL E INC CONSULTANT'S PROJECT X0. 120-11873-002 i 4 Vq Iq AEP v AEP xvA TLEK ME OE EDF D BARGED 75 5 12 It u ' _ ' MESO VE 45 CONOS H 70 BE SPHRE ALTE DRI AY SF REMDVEED &SALVAGE A D W / ANOON N PLAC GOUT LFI ACF WATERLNEE(THSRPLAN)G DI�„ REMOVE HEADWALL MOVEHEAD DW & R s03 - ABANDON N PLACE G DUT LF 15 LF15 LF 8 ACP WATERLINE (THIS PUO) '� _4_ .. 1�;'�'J�J, ,/7/////,7 ,-,-,- 7l s.✓--= r,�3rwY 4;140/////ji� ..- rr g�zl77/////77/////77////l/7////l//////7//////7/7/ZZA s' %��/ sue<m ►__ ,z w ",, ,z w -", -a—� . j1% 4,4111k vrw z�H 1 A 'rte 1, w 12 w ,� _� ASPHALT DRIVEWAY ABANDDZ N P oo & REMOVE 46 LF 36 s a RESMOVE N6 SF Im` u i a k k ^ ^ Q . s d 3 (THOS PLAN) 3 OD I 15400 J o 018 ABANDON GROUT AND REMOVE 1415 LF SD o 59) F,EkkovE 1,, C RCP CNOTE CP (NOTE 9) VEWAY(TH SSPIPN) e ' CONC DRlvE A i. RE REMOVE 32 LF 1a SD MOVE 15 SF Is 1 RE REMOVE RCPMISC. (THI PLAN) s s PL sii — CONC. \ � . %C _ _ arvv vJJ✓rV✓VVVVV/s:!/VVVV,/ I i Q w w&fi • •• r e %c°c Nc sF 4902 A RS EMOVE 68 LF 1� _ 0 METRO SE STORAGE REMOVE 46 LF C&G - S ORK�'E PORTFOLIO 1 REMOVE SF . CONC. DRIVEWAY RES^R CON.0 SE 4832 {pYE RS AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 3 OF 10 REMOVE 15 LF 18 SD p t PC L (THIS N) SMALL BUSINESS PLAZA _ o IREMOVE 6 LF OE< « BENAVDEIS JOE ._ ._.. IL �..I STREET EXCAVATOR DEMOLITION STREET DRIVEWAY EXCAVATION OF FULL DEPTH PAVEMENT - II & f'I 11 tlll REMOVAL PLAN NOTE: o ALL STRUCTURES & UTILITIES 2 ALL POWER E POLES &BONN TO BEHRELOCATED BY OTHERSLES Ex STING UT 3. UTILIZES TO REMAIN 4. ExIsrlNc TREES TO REMAIN PROTECTION. 4832 AYERS CORPUS CHR LO9 MARKED REMOVE SHALL E N021089e ELECTRO TO REMAIN, UNLESS W/GUY WIRES, UNLESS NOTEOTHER UNLESS NOTED OTHERWISE. ST TEXAS OT 61 BE REMOVED AND OT NOTED OTHERWISE. AND AT&T/CATV PEDESTALS SE_ PROVIDE TREE AND MAC SCALE: 1' - 40' 5. REMOVAL OF TREES, SHRUB, ECT., IS SUBSIDIARY TO THE VARIOUS BID ITEMS. _ STREET EXCAVATOR OF FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY 6. ALL ExISTINc Bus SOP BENCHES AND STORAGE To BE REMovED AND RELOCATED TO NEW STOPS. COORDINATE WITH RTA Z.HAULED OFF RELOCATED AS NOTED ON These EXISTING EXISTING SYMBOLS LEGEND SUBSIDIARREY TOETHE AND BID ITEMS. SEE SIGNING AND SKRIPINC EXISTING S IGN ADJUSTED N 8, COORDINATE WILLI THEEOR CMI AND THECIMS TRAFFIIC SIGNALGWNTRACTOR TO r;RY FIBER OPTIC CABLE MARKER BOB OAS METER GUY WIRE WATER METER POWER POLERELOCATE TRAFFIC SIGNAL POLES TO AVOID CONFLICTS WITH PROPOSED WORK AN70e FIRE HYDRANT © TELEPHONE PEDESTAL TRAFFIC CONTROL BOX WASTEWATER MANHOLE TRANSMISSION TOWER COONTRAC ORI ISONR ABLEE D INSTALLTHIEAREL CTE TO TTEMPORIF CITY'S TRAFFICSIP0 POLES THAT WON& CONFLICT WITH KHE PROPOSED WORK. D UNDERGROUND E ECTRICAL MARKER s PROPERTY MARKER CABLE TV BOX STORM WATER MANHOLE KEY NOTE 9 . REMOVE MINIMUM 36) RCP NECESSARY TO AVOID CONFLICTS WITH PROPOSED TEM AND WATER LINE SYSTEM, GROUT AND ABANDON NEW BOLLARD LIGHT POLE WATER VALVE \Y DEMOLITION AREAS REM STORM SEWER SYS SIGN POST v STEEL BO REMAINING 36' RCP. UNDERGROUND UTUTY MARKER BORING IRRIGATION CONTROL VALVE GAS VALVE ::I DEMOLITION LIMITS 1, SEE SHEET 9,R NATE 924 9B, 37 &FULLPTH 38 FOR PLANING//MILLING,PAVEMENTN K. OVERLAY, AND BASE BID AND ALLEvuc 42 ,p e - CRY Pft3ECT 1415106 a. Q HA REAL ESTATEINC.SNAPPY iso N. BARTLETT ST MEDFDRo, OREGON 97501 VACANT LAND IIm LOT 3✓ m P.O. FBOxL 3C696 CORPUS CHRSTI, TEXAS FOOD I 4817 AYERS LOT su F R ALtt N GUQUSrD�NU TEXAS Ho s FAMILY THRIFT CENTER 4801 AYERS C120 -11573-0T 2 12�0..e-•1••1873-002 YQ A, PIT 'F'� ]ABAN10801-1,,IP&T NP WLACEATERL NEGROU(THS P,0LALFN) - - - - - - - - - - - - - EXIST. Zan E z 9,1 8 o `-- 21 F o e ' ,,, I ¢ REMOVE CON( DRIVEWAY 5 SF (THS PLAN) N00Np&IN5 LF '" s REMOVE CONC (PALL EASEMENT VEWaVF ( ) 28 SF DRI EWA 1205 SF DR 7 e 68 \ REMOVE (THIS E. 1 1 --- s- ___:, . 50' .0. �Ai �Ilr VrTr�lr' . �: s ® E ar TR w;,ry/���//�/'�� .... %/f//���i. //%///�/� _ �, yr .o ry i5®�Sef'�i%.ski (REMOVE 58 LF :.,w 36 SD 3 F 36 SD REMISC oy{ 0 ',5444000 __ _- CONC. ,0 '_ _._ REMOVE 2-15" RCP 6 = k k n 4 . REMOVE ' P SF '. 2—le RCPT ,IS LF (THS PLAN) SCOVC AR9E20VE NC REMOVE REMOVEC 8 RCPT MSC. CO C. C&G� ( — —NREM REMOVE 2�i6�RCP 8 LF F(I a w REMOVE - REMOVE SD GRATE = ° � REMOE CRATE' SD 1 4814 AYERS 4810 AYERS AYERS SEPVALL PARTS 1 DEL MAR FNANCE 4 44 AYERS REMOVE 2-18" RCPREMOVE PCP " LF 65 LF (THS PUN) GAR duNlnaao4820 STREET STREET V - - E%GVA00N AND DRIVEWAY EXCAVATION & J TREVNO PROPERTIESSMALBUSINESS PLATA 153 DRISCOLL TEXAS LOT 6 OF FULL DEPTH MPG LOT 5 PAVEMENT APPaNc 4814 VERS CORPUS CHRISTI, LDTaA FRIENDLY LOANS INC. 75, CAMERON RD. STE. 104{ PUN TEXAS DT 3 DEMOLITION & 61 eT I fff TE 00 ALL STRUCTURES & UTILITIES HAULED OFF IN ACCORDANCE REMOVAL PLAN 2 - ., 1 MARKED WI, ORRE ILY INVESTMENTS JAYERSREE+ CORPUSCHRISTI. EXE1 LOT 1A 111 E REMORES SHALL BE REMOVED 0 °2 O E0 ,1 AND AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 4 OF 10 SCALE: I" = 40'1080 STREET EXCAVATION OF FULL DEPTH CONCRETE PAVEMENT WM HMAC OVERLAY 015) W/GUV W &T/CATV PEDESTALSa 3. EXISTING FUTILITIES TO REMAINS UNLESS NOTED OTHERWISE. EXISTING SYMBOLS LEGEND a To REMAIN UNLESS NOTED OTHERWISE, PROVIDE TREE 5. REMOVAL ALL IN TREES, SHRUB. ECTS AND IS SUBSIDIARY O THE VARIOUS BID ITEMS. 8[8 FIRM OPTIC CABLE MARKER GAS METER GUY WIRE - WATER METER POWER POLE 6. RELOCATED N TO NEW STOPSG BUS STOP , COORDINATE WITH E RTA 0 REMOVED AND 7. ALL EXISTING SIGNS TO BE REMOVED AND HAULED OFF RELOCATED AS NOTED C CONTROL BOX WASTEWATER MANHOLE TRANSMISSION i0WD2 0 FIRE HYDRANT TELEPHONE PEDESTAL TR TlAN ON THESE PLANS. SUBSIDIARY TO THE SEE SIGNING AN5 UNDERGROUND ELECTRIC. MARKER - PROPERTY MARKER CABLE 1V BOX STORM WATER MANHOLE KEY NOTE 8 SED SHEEPIN9G P9A.9S FOR EE&13i8INF RRI PLAANINNGSTED LOCATIONS./MILLING. OVERLAY. AND BASE SIGN POST STEEL BOLLARD �� UCHi POLE WATER VALVE \\` OEMOUTION AREAS 9 FID AND ALTERNATE NULL DEVIL PAVEMENT REPLACEMENT ANTICIPATED OM ® UNDERGROUND UTIIJTY MARKER BORING - IRRIGARON CONTROL VALVE GAS VALVE � 1 DEMOIJTION LIMITS APPROXIMATELY STA. FULL DEPTH . 2+50 NT REMOVAL o STAT 0. BETWEE EXIS ING FCONCR ETE PAVEMENTANDEAST EDGE OF EXISTINGS PAVEMENT. FIELD VERIFY AND COORDINATE REMOVAL LIMITS WITH CDY INSPECTOR, • ^ a .4..T CRY PROEC11 E15106 vuc +. Q THUNDERBIRD REAL ESTATE 1 P 0 BOX 879 uREDOP TEXAS Su ERTEx PROPERTIES 4531 STREET //201 CONSULTANT'S PROJECT - 2 12�0`x-.-1�1 873-002 %e^'11� -Tsy YQ4 few= 3 P REMOVE CTYNC. DRIVEWAY 696E (HIS PIAN) a 4\ PHARAOH PLAZA c a e � J t o 3IST o 70SALVAGEDB e 4701 AYE LFE<T� s PUN) CONC. RE OVEg CONC RE 0 EJ58 REMOVE 26 LF 38 SD VC168 PSSBBN SF DRI E ( LPN) DR EWA 'ice --8-7----- ' z'�__ _ - _. ��.,. AW14�- "-Ter o.T -comm -4 �U no n-reT Fo nar L 0_ o AL ,;F 0379'4.00.-0:'� e' W e' w Wit i �� a�/J� /' s€€toAtr i.--_ ____. ex_ - __-zr zr ,i/I%////I ///a/%%Ai1 Te, e, /l'ilf: iz'nn iznn® znn ,��f��i�� x"nN iz"nry Iz"n^n ��//�///��� E 3& LF a SG - Ta SC. CO C. 22#. 23400 24400 G LF SD REMOVE 2-18" RCP REMOVE 2-18" RCP 72 SF a m MOVE R( u S S > ; k k 4 8 3 go LF NOT vO D W .. o HIS PLAN) ' (THIS PLAN) ,..iNOTE v e Zvi E MISC CONY, � �I REMOVE 294 SY1 MISC. CONC. _ — '1)3,7. ;6 . = ,(� afff��y1f�,�j :' W w ��� A ` {w{,/�(�� ,1r��//��i)''>l/Mfj),)rAr nE nL orvE 4. G 4" G 4" G 4' cwimummensi a rJJI p�.. 4744 AYERS 4711 A10°0 uvARD 1155REM0LF (THISVE a PLAN) TEXAS RA -_ AM� T Lv STREET EKGVATDN DEMOLITION & REMOVAL PLAN MARSHA- GEENLr_ LOT 3 NOTE 1 ALL STMJCTURES Fa UTILITIES MARKED HAULED OFF IN ACCORDANCE H 2. ALL POWER POLES & OH ELECTRIC TELEPHONE POLES. POWER TO BERELOCATED BY OTHERS 3 EXISTING 4 EXISTING TREESS TO REMAIN REMAIN UNLESS E LOT 2 I� WELLOVD SHALL BE REMOVED AND SPECIFICATION SECTION 021080e TO REMAIN, UNLESS NOTED OTHERWISE DOD, W/GWIRES. AND AT&TPEDESTALSPEDEPLS OTHERWISE NOTEDOTHERWISE01110 PROVIDE TREE AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 5 OF 10 STREET AND ORN2WAY E%GVATION OF FULL DEPTH HNM PAVEMENT SCALE: 1' - 40' REMOVALPROTECTION F STREET EXCAVATOR OF FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY 6ALL EXISTING BUSSSTOPR BENCHES PND SIGNAGE TO BEUB, ECT , IS SUBSIDIARY TO H REMOVEDS�B IDA ITEMS. EXISTING SYMBOLS LEGEND oi� ExAn c slc ro aE RE DOROINA o �wLEo o F REL ATE AS No ON THESENZArB SUBSIDIARY TOETHENVARIOUS BIDFITEMSOCSEE SIGNING ED STRIPINGAND PLANS EXISTING `4 FIBER OPTIC CABLE NPRKER GAS METER GUY WIRE WATER METER POWER POLE 8. SEE SHEET 9, 9q 9BU 3J & 38FOR PLANING/MILLING. OVERLAY. AND BASE BID AND FULL EPPAVEMENT REMOVAL PAVEMENT DE MENT /CEMENT MENT ANTICIPATE F FIRE HYDRANT TELEPHONE PEDESTAL TRAFFIC CONTROL BOX WASTEWATER MANHOLE TRANSMISSION TOWER 9 ROM APPROXIMATELY STA 2+50 TO STA 3+50, BETWEEN EXISTING CONCRETE M UNDERGROUND ELECTRICAL MARKO8 PROPERTY MARKER CABLE TV BOK STORM WATER MANHOLE KEY NOTE PAVEMENT FIELD VERIFY AND COORDINATE REMOVAL LIMITS WITH CITY _ AT ALL BUS STOPS REMOVAL AN REPLACE FULL DEPTH SIGN POST STEEL BOLLARD - UGHT POLE WATER VALVE \\' OENOUTION AREAS ->. PAVEMENT A BUS STOPS IF EXISTING CONCRETE PAVEMENT CONFLICTS WITH PAVEMENT 0 UNDERGROUND UTUIV MARKER BORING IRRIGATION CONTROL VALVE CAS VALVE �1 OENOUTON UMITS PROPEXISTOSED CONCRETE AN WILL 0 FHE FULL ST FOOT, WIDTH STOP CONCRETE PAVEMENT AND 2 FOOT UP/DOWN STATION OF THE BUS +'? CITY PftOEC1 1 015105 1001 I, Q MG 115 7 3-00 2 C1120-11873 1/2y0�-�11 873-002 15V, Tsy YQ p. ° F 9 REMOVE 43 LF SR PLAN) SUPERTEX PROPERTIES wEFTE PR Op JACK SE F 1 APER CONC EDR VEWAYS R CORPUS R. CORPUS CHRISTI.ETEXAS'EO E DO sF CORPUS CHRISTI ETEXAS COLAN) VEWAY47TH PLAZA � CHRISTI BUSINESS PARK 5 ° I 4701u AYERS RCDNCEMOVE3MIsc. �` SF61 AYERS REMOVE MISG CONOVE MG CONC 2 SF � a e C�x 21 y * N.REMOVE 9 v[q=1� REMOVE 38SLF 18 SDI REMOVE MISC REMOVE MSC. CONC 18 SF �ee 1 44 i s.e3Jvws� : oii��. .".100:;;', _ ,.��E iaAr AL, re 2,223212„ 'EArzW, Yrigrirdieo nol REMOVE 290 S MSC COREMOVE 40 LF 18 SDI SUI REMOVE 2 e SO IoN F NC. SF REMOVE36 LF ,6 MLF e 25 NOTE (THS PLAN 1 + On E 6. 2.00 r 28+00 29+00 30+00 I' -''I' REMOVE SIDEWALK AND CURB r11 .RAMP 2 SY )THIS PLAN) °P" - � . e SF DRIVEWAY FF , .:° _ DRI _ lc '' Ta 8 k m ^ 4 ' .. ... . .. RE OV 2-18 RCPT .. . . ' . e e 25 LF REMOVE 51 SF FtEMDVE 392 SF ICONC DRVEWAY ua / I CONC DR EWA —RU — I ,--- L, EXIST FH TO BE �. JREMOVED & SALVAGED ,,, -. _ _ 'r®„ SEM .'S 6mm�� 6 ..i REMO vE so ORA7E 461 6 AYE'S 4038 4634 AYERS AYERS AYEP j'/ REMOVEABANDONED BUS NESS MOVE 1655E 93 LF (THIS PLAN) REMOVE 24 1.1 - TORS RJMLF ELOGARGAGE FI MOTORSGASTINC LFI „ N NVERS MENS TORRES FAMILY i ES FAMILY NV ORR 4834 AVERS STREE TME 5 RE 2 4 P LEO( LAN) AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 6 OF 10 I MARNEZ Ji SE - LOT 1 N B. C • STREET EXCAVATION STREET AND DRIVEWAY I L a EE DT 3 EXCAVATION OF FULL DEPTH HANG PAVEMENT DEMOLITION F 634 AYE EN FE 4 CORPUS AS CHRISTI, LOT 4 & REMOVAL PLAN CORPUS LOT 5 R _ STREET EXCAVATOR OF FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY 2 SCALE: 1 - 40 E 1 ALL STRUCTURES & UTILITIES MARKED REMOVE' SHALL BE REMOVED AND HAULED OFF IN ACCORDANCE WITH SPECIFICA7ION SECTION 021089 EXISTING SYMBOLS LEGEND 2 70 REMAIN. UNLESS NOTED 7ELEPGONE POLES, POWER POLES w/cuY WIPES, AND AT&T/CATV PEDESTALS RELOCATED70 BE FIBER OPTIC CAE. MARKER GAS METER T GUY WIRE WATER METER POWER POLE 3. EXISTING UOTHERS UTILITIES TO REMAINUNLESS NOTED OTHERWISE. 4 ExISTINCTREES TO REMAIN UNLESS NOTED OTHERWISE. PROVIDE TREE T ARE HYDRANT TELEPHONE PEDESTAL 0 TRAFFIC CONTROL BOX WASTEWATER MANHOLE TRANSMISSION TOWER PROT ION. 5. REMOVAL OF TREES, SHRUB. ECT.. IS SUBSIDIARY i0 THE VARIOUS BID ITEMS. UNDERGROUND ELECTRICAL MARKER - PROPERTY MARKER �I- CABLE N BOX STORM WATER MANHOLE KEY NOTE 6 ALL ExISTINC BUS STOP BENCHES AND SIGNACE TO BE REMOVED AND RELOCATED TO NEW STOPS COORDINA E WITH RTA _ SIGN POST STEEL BOLLARD LIGHT POLE WATER VALVE NI' OEMOUTION AREAS ALL Ex$1IN E REMOVED AN FF THESEON PLANS SUBSIDIARY HE VARIOUS BID ITEMS SIGNING UNDERGROUND UTIUN MARKER BORING © IRRIGATION CONTROL VALVE CAS VALVE FOREXISTING I OEMOUTION UNITS AND STRIPING PLANS FOR EXISTININ MS S G SIGN ADJUSTED NG. OVERLAY. 8 NG/MIL LAY, ANo BASE BID AND ALTERNATE FULL DEPTH PAVEMENT REPLACEMENTVF a ICRY 000001 9 E15106 Q m C1I20-115 73-00 2 12��0�c-x.11 873-002 'e^'11� -Ts YQ 4 .✓'p, R�'> P REMOVE CONC. DRIVEWAY zs9 sF (DHs PLAN) I SUPERTEX PROPERTIES C. 4531 AVERS STREETX SR ATTEXAS FVo=i NAD AL RECALL E- HU KAY EDENTS L P CN5 LRSAAF P COR 03 OCEN DREE , CORPUS OCEAN S �E 12 o E R. R. 1 J: t e o CORPUS CHRISTI BUSINESS PARK TAOUERA LA TAP,.MEXICAN REST ,Re RFMV'C'Z MSCVCNCS4531 AYERS 4521 AYERS . REMOVE CURB REMOVE 18 SFm LF REM av ceo SE / 00, Is c. 20 - �i/�r//�s? 4. � rrua.....T Iii /.. 41 �i//iii ;' '-� A .':`'_, / ///// - REMOVE 2-180RCP REDONE 2-18" g1REE REDONE 2-18' 9 LP TT RT IOnD --- _ 32.035+ 00 +00 ^; — — - - - k k m ^ 4 ' MOVE SSG. mG . EMOVE REMOVECONC K REMOVE CONC.� . SF- DRIVEWAY Sze SF. DRIVEWAY 800 SF 2 z . RI SF coNc s s REMOVE RAMPI REMOVE 29J SF MISCN CbNC.� 29 SF EMOVE e RCP SEE OTE 6 1J2 LF Irw �zl� B e FEM VE CBUEF® __- REMOVE 16 SF 1 �S S DISC C C :'® Mit d'ITIKI/ qRF OVE SD ORATE - ''ThG610 AYERS 1r 4602 4538 AYF' REMOVE SD GRATE=. REMOVE B' RCP 110 D BUSINESS E - R`AN , CANALES TIRE LF E SsALTVOA& 18RCP e16 AYERS 80 LF (DHS PLAN), ERS AR SALNS R H REMOVE 24' SDREMOVE caNALEs GFwn LLC HUNT CIRCLE L F (D IS PLAN) J AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 7 OF 10 AVENU'g15306 OPTICAL P57 P S�' F..-- -y 9� CORP LOT E DExAS O IUSCHRISTI. TEXAS' LOTN. LEX AS STREET EXCAVATION DEMOLITION & REMOVAL PLAN ORPUS CHRISMH, iE STREET AND DRIVEWAY EXCAVATION OF FULL DEPTH HMM PAVEMENT fipl SCALE: I = 40 STREET EXCAVATION OF FULL DEPTH CONCRETE PAVEMENT 81111 HMAC OVERLAY E' 1. ALL STRUCTURES FT UTILRIES MARKED REMOVE' SHALL BE REMOVED AND HAULED OFF IN ACCORDANCE WITH SPECIFICA7ION SECTION 021080 7ELEPHONE POLES, POWER POLES EXISTING SYMBOLS LEGEND z ALL POWER POLES & OH ELECTRIC 70 REMAIN. UNLESS NOTED wCcuY WIPES, AND ,,/CATV PEDESTALS 70 BE F OBER OPTIC CABLE MARKER GAS METER W GUT WIRE WATER NEPER POWER POLE 3. EXISTING UTOTHERSC,ED BY UTILITIES TO REMAINUNLESS NOTED OTHERWISE. FIRE HYDRANT TELEPHONE PEDESTAL 0 TRAFFIC CONTROL BOX WASTEWATER MANHOLE TRANSMISSION TOWE12 4 Do REMAIN UNLESS NOTED OTHERWISE. PROVIDE TREE PROTECTION 5. REMOVAL OF TREES, SHRUB. ECT.. IS SUBSIDIARY i0 THE VARIOUS BID ITEMS. UNDERGROUND ELECTRIC. MARKER PROPERTY MARKER cM, CABLE N BOX STORM WATER MANHOLE KEY NOTE 6 REMOVED AND RELOCATED N DO NEW STOPS EN COORDINA E WITH F RDA BE SIGN POST STEEL BOLLARD IE UGHT POLE WATER VALVE \I` DEDOLATION AREAS _ ALL EXISTING E REMOVED AN FF MS S THESEON PLPNS. SUBSIDIARY IN HE VARIOUS BID ID SIGNING UNOERGROUNO UTILITY MARKER BORING IRRIGATION CONTROL VALVE CAS VALVE �I OEDOUTION LIMITS AND STRIPING PLANS FOR EXISTING SIGN ANG/MIL NG. OVERLAY. 8 NG/MIL LAY, ANo BASE BID AND ALTERNATE FULL DEPTH PAVEMENT REPLACEMENTVE J e CITY 140001) 615106 wt T'— 20 I I Loi 12F ZU PROPERTIES LLC 3519 PAE OS PARKWAY TE 905 SAN ANTONIO,TEXAS L x CONSULTANT'S PROJECT 120 20-111873-3-0022 BTJ 4 p:, V f P REMOVE 36SF REMOVE S EXIST. 0 BE ACY Sf WALGREENS ORE PHA m C C STRIPES SUPPORT REM SALVAGED ISC. CONC 4YERS REMOVE CURB V 4501 AYER 4,, n LF °s e e z J o o e ,J REMOVE AIT SF �v MSG CONC. 6„' 8,014PI t. _ DTICoL• o.1 o,L Ow In • s 1 _ roz• AyAw 4 ° z� sW 1 16 SD EMDVE 36 SD 48 LF 1 S LF D - 37400 36400 INOTE 9 39+00 X14 ,_m _ om — oa KM' REMOVE CGNC. REMOVE CONI. - . DRIVEWA 1096 SF ' DRI DNA 841 SF — k k 4 1 i .. PE MIs - CTCNC 873 SF —6.LB - yi iztL �tLl �x v xuni �x .ni B _ TOP TO , ST- FH TO BE .E MOVED & SALVAGED EXISTING BE MOVED & REPLACED NTH NE CUSTOM LID EOP REMOVE 24" 4�TIpII��20 All REM0 E z4 so 4 4YERS REMo E 06 LF s"w 103 LF (THS Pwaj REPAIR JEFFERSON MOTORS 4 LF ABANDONED BUSINESS 1 REMOVE 651 SF MISC _ -I x . soew�LFu m DRIVERIS 3402 OCEANDRIVEDR VE DEXLoi 3402ADC0EAf3T DRIVERS HARD CORPUS 5338 UQ CDR VE I' G E REOMOC CURB r 0 LF II I / m AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED DEMOLITION & REMOVAL PLAN 8 OF 10 AS 1 STREET EXCAVATION LOT LOT 5 Loi 6 �x.... & REMOVAL PLAN _ STREET AND DRIVEWAY EXCAVATION OF FULL DEPTH BRAG09 PAVEMENT PAVEMENT SOLE: 1' - 4D' AND - ALL STRUCTURES & UTILITIES MARKED REMOVE SHALL BE REMOVED STREET EXCAVATION OF FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY HAULED OFF IN Acm DACE WITH SPECIFICATION SECTION D21 e0 2. ALL POWER POLES &ROHM ELECTRIC TO REMAIN, UNLESS NOTED OTHERWISE. POLES W/GUY WIRES, AND AT&T&CATV PEDESTALS EXISTING SYMBOLS LEGEND 30 BEER RELOCATED' BY OTHERS. 3. EXISTING UTILITIES 70 REMAIN UNLESS NOTED OTHERWISE. 4 TO REMAIN UNLESS NOTED OTHERWISE. PROVIDE TREE FIBER OPTIC CABLE MARKER GAS META W GUY WIRE WATER METER POWER POLE PROTECTION EES 5. REMOVAL OFREE SHRUB, ECT., Is SUBSIDIARY TO THE VARIOUS B EMS. ' FIRE HYDRANT TELEPHONE PEDESTAL ® TRAFFIC CONTROL SOX WASTEWATER MANHOLE TRANSMISSION TOWER 6- ALL EXISTING BUS STOP BENCHES AND SIGNAGE TO BE REMOVED AND RELOCATED i0 NEW STOPS. COORDINATE WITH RTA UNDERGROUND ELECTRICAL MARKER PROPERTY MARKER MO CABLE N BOX STORM WATER MANHOLE KEY NOTE ALL EXISTING SIGNS TO BE REMOVED AND HAULED OFRELOCATED AS NOTED ON THESE PLANS. SUBSIDIARY i0 THE VARIOUS BID ITEMSEE SIGNING SO SIGN POST STEEL BOLLARD 4. UGHT POLE WATTR VALVE DEMOLITION AREfSAND 8. SEE SHEET N9, 9A PLANS 9B, 37 & 38N FOR PLANINGPMILLING. OVERLAY, AND BASE UNDERGROUND UTA UTY MARKER BORING H IRRIGATION CONTROL VALVE GAS V VE DEMOLITION UNITS 9. FULL DEPTH PAVEMENTBID AND ALTERNATE FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT ANTICIPATED FROM APPROXIMATELY STA. 38+00 TO STA. 39+00. FIELD VERIFY AND COORDINATE REMOVAL LIMITS WITH CITY INSPECTOR. < A n - CBY PRO ECi1 E15106 .� IZ�/ CONSULTANT'S PROJECT RU. 120-11873-002 I4y I' • th I _ d 7_1 � Ito z u 0 fl .. Js. ;„'VERS SI y+oo 10+aa n+0� 1s+ce ' 2 ,y =� CSF ISN - LIMITS OF NEW CONSTRUCTION/MILL OVERLAY & 0 SCALE: 1. - 100' 0 & JD B-5 MP li® c c 9 9 1 3 .2 .7,.__ + R.p.w..__ - __ - R.O.W.___ -;',� II I 11 _ -- __ __-R.O.W. Yrg� nl L6'..5, 1}i 11 5 16 1]i iB 'li 22 21i 5 ea regalleallsg ” 111 t T 111011iINi1111IN11111111 ^ nu b I I DESCRIPTION AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED LIMITS OF NEW IMPROVEMENTS & OVERLAY PLAN 1 OF 2 ii w<I!RO� --.i. LIMITS OF NEW CONSTRUCTION/MILL & OVERLAY ...L— V in SCALE: T - 100' LEGEND © ryO1F¢ SEE SHEEP B R I1 0 AND SB FOR NEW HMAC PAVEMENT, PLANING (MIWNG), LEVEL -UP. OVERLIY AND PLIERNATE FULL OEPM PAVEMENT REMOVAL AND REPLACEMENT. 2. BASED ON RECORD INFORMATION (CITY RECORD DRAWING NO. SIR 745 PROJECT NO. 6142YAERS ST) CONTRACTOR SHALL FIELD VERIFY. SEE PAVEMENT CORE TABLE ONSHEET D SEE PAVE DEMO I NOVEL REMOVAL REPLPLANACEMENT NNIS TO S2 FOR ANTICIPATED FULL DEPTH ■ NEW CONSTRUCTION (HMAC) ® PLANING (MILUNC). LEVEL -UP AND OIIxAT EXISTING 9'2 CONCRETE PAVEMENT W/3 TO 8• MAC OVERLAY SEE NOTE 1 k R ( ) EXISTING 9•a CONCRETE PAVEMENT /I' i0 8' HNPL OVERLAY II�(SEE NOTE I k 2) n ICR PftOECi 9 E15106 1Z� 4 CONSULTANT'S PRO.IECr no. 120-11873-002 41 .111 . sr •na ma^ _. __ ROW ____ ROW. E E J mm oo 5+00 9+00 0+00 ' - 2r00 33+00 33337+00 = z. -140 • i 4 �' u ms B-2 ir R.O.W. mmm --10• ••=m n 0-4. C_x 0-e 0-5 0_8 zw m 5 Iia"E LIMITS OF NEW CONSTRUCTION/MILL & OVERLAY SCALE r-loo' 7i® 1 S c 9 9 83 • • e Pavement Cores ...Eng. ring Repan No.9oF.C19-W001.o tea x/U/191 - No. station Thicknes Concrete (Inches) NNW m CI .82 12.5 8 R 0 10+00 illlll111111MIIElIIIIIIIINIIII C3 21+90 10 2.50 11 —R.O.W.- —�eI awl Thickness6.25 Core A+a 105 Record Drawings. (Note 2)- 9./ I I DESCRIPTION AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED LIMITS OF NEW IMPROVEMENTS & OVERLAY PLAN 2 OF 2 'Anticipated p r Record orawin s No. 5TR205, Dated 0/1/O5 LIMITS OF NEW CONSTRUCTION/MILL & OVERLAY SCALE: I. - 100• LEGEND (101F9 555555555501L37 AND 38 FOR NEW HNPL PAVEMENT, PLANING (MIWNG)• LEVEL-UP. OVERLIY AND PLIERNATE FULL OEPM PAVEMENT RENOVAL AND Ming RASLACOMENT. 2. BASED ON RECORD INFORMATION (CITY RECORD DRAWING NO. SIR 745 PROJECT N0. 81423BARS ST) CONTRACTOR SHALL HELD vERIF1'. SEE PAVENENT CORE TABLE ONSHEET ANSH SHEE23 TSTO 32 FOR ANTICIPATED FULL DEPTH 3 SEEORAL PLAN ENENTRENOVPL AND ■ NEW CONSTRUCTION (HMAC) ® PLANING (MILUNC)• LEVEL-UP AND DIIxAT —__— R.O.W. EXISTING 9'2 CONCRETE PAVENENT W/3• TO 8• MAC OVERLAY SEE NOTE 1 & 2 ( ) EXISTING 9•4 CONCRETE PAVENENi /I' i0 8' HNPL OVERLAY II� (SEE NOTE I & 2) n - - CRY PROJECT i 05106 zl ]211 3227 33 58 INIERSECEONE PUNS E4 PT. OF 8' SHEET 50 FOR pQ D. R.N C.71=1-,tilSE TION DETAIL µEST ROW. ` }}HJ N ) INTER \ CONW DMS PROJECT N0. 120-1 1873-002 I R - h3� 0L Vi/ E. rn400 T 0 E 1]]2115.5871 Pi T . 14Yi'° IE iF TE I 33E. 6327 Tu 34.93 3' d Twit i i ROUTE 9/]2 P. s 1,1 - 1 iffilielaiMiSiffi � f, e ms: STOP 583 .: .. 34.07 � _ 3444 34 3424 3 3434 ' 3 44 37 34.54- 3438 AL 34.27 J34.221 o 34.06 A 34.03 °. 34.21 34.97_ - 34.97 - - _34.97 Foo n+oo a AYERSST.- 34.97 - 34.97 r Ia+ao _34.97 a 34.88 -35.00 •• 35.02 �- SIA: 911-i.7] 34.50 ]SAS- 35.07 - 35.10 } - Pc Sin. 2a+33.zo 211 9 ' as m J La 21,35.09°• ]5.09-. . 35.09 �1 Qmh34.9J 34.971' 34.97)°34.9)1, ]5.09+1- .35.09 • .� 034.97, ]5A91'--� 34.9)1' W]5.12 - 'STA. 11635.1.] '']5.00J= 16.0' u- ]5.14 35.02.. °'' °'`3'5.05 ' 35.15 ° X ]5.19 •35.22en 35.OJ''' © . © _ , 34.24 ]4.24 34.24 rP10TE 3 424 34.2 f PC Si 9+77.41 ] 14 34.04 3399 Pi STA. 23.. _ 20+55 2fi - . ,NOTE 3 _ -°342- ELI vI 3294 T''^A. N�'i 32.94 Q 32.94!! ry 3304 33.04 UmiV J - 005 3301. 0AM 951 IIPI 1 ` In 1111.422211,511111MENIMEM Fi ;ill" Pi 1.2211111111% Ammimm . , iis r 5 501*3 \ NOTE ]° Ww33.89 3 @ l 3359 3327 8 32.70 Y RAD S Pi Sii FS ss w 0• `]].78 `]].8 w NOTE 31., EAST ROW d 4810 AVERS RPD US Pi. DEL ` =17159409.4810 AP w2.00S MAX IN 5 APPLIANCE AVERSFRIENDLY PPA 5 RIEN TLV LOANS INC 4 02` NE -1]]2230.2]01 ALL DIRECTION AT APPLIANCE T7517 CAMERON RD. pY�R� 4820 AVERS ACCESSIBLE PARKING BIG BOYS TIRES SMALL L BUSINESS P RI AVERS STREET AUS3IN, TEXAS 4 CORPUS CHRISTI. TEXAS L, TEXAS BOX P153PERTIES CORPUS CHRIST, TEXAS CORPUS USC GROVE OAS & ORISCO LOT B LOT 5 LOT 4 LOT 3 LOT 2 LOT I LOT 7 -°�" °m 31T [N I s vl = II SEE "STREET INTERSECTION PLANS SHEET INTERSECTION DETAIL N 171591 ]8.1207 '00, EN 4744 AYERS w �. PR JUNKYARD CAR RES JUNKYAAR TINVESTMENTSV I 3 OF 8" A6 49 FOR CORPUSXc�HRIST LOT 12 HORIZONTAL Q STREET PLAN 17 scu.E: . 4a. VERTICIL WOTFQ sou= 1, 1. SEE SHEET 9A, 37 & 38 FOR PLPNING/MIL3NG, OVERLAY, REPLACEMENT. NEW CONSTRUCTION (HMAC) 2. SEE STORM WATER P&P SHEETS 69-84 FOR TOP 3. SEE SHEETS 111-115 FOR ACCESSIBLE PARKING 38 AND BASE OF CURB PROHLE SPACES BIB AND ALTERNATE FULL DEPTH PAVEMENT 38_ AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED STREET PLAN & PROFILES 4 OF 8 31. o r. $T� TA(R18)+00.00 EEEV 35.09 l8 S d a PV (CL) STA 8+5000 w d ^ > STA PVI (CL) d 21+0000 35 AL ELEV 35.09-w 0.054 CL ELEV-3522 020'1 Li WEST 27' LEFT --,, 0.20% Li 0 JIR Li N Sfi% Li U4 0.00% RI' ! 0.00% RT�� 1.._r ` -0.20% RT 3.44% ftT i4 33'EASi 2]' RICHT" 32 `- p� EAST ROW) F`vy\_ / �� '�.ao p c- - J RT o~`_ _ `-EfST 2] `g RIGHT ]l 32 31 WEST ROW dew ne, 'T" n DI .. I.. 31 d G w 29 dN n AL 1.4 2a 2A 27 27 s.5,- _ 26 26 v 25 AA`„ AA n AA",R 'A « AA 0. o• _2_4_x“ AX 23 3�$ .A 22 L'6s5 225 w2 RAG. 5 m2 .2 RX L'2s5 .A RAS, �, RRG 3�$ .111- - „ RRA 6 i 21 \ «y, w n W. « W W n W. « W W W w18+50w W « W W « n W n « W N n W n « 22 an 5101401 1 615109 16+00ry 16+50W 17+00 17+50w 18+00 19+00 19+50w 20+00 20+50 21+00 _ - RADIUS=171 Pi 40 C.P.L. EASEMENT N 1}1594]6120} 6F ,N o E=1332274.9954 33321 T5 ( WEST ROW }}.J6 m -f�. •C es�a'•`�� 4101 AVERS PHARAOH PLAZA j SUPERTEY PROPERTIES 4 PERS SIRE 31 AY CHRTR STREET #201 ® CORPUS 3406 CONSULTANT'S PROJECT MO. 120-11873-002 { i, t •' iSCOTT,. LA p,"J ,.. F r �v - 8 I.�.��' ' �•- �T� t7er .. dtfv -.-;ed" -" 9 � a 8 e 333 J o - - o 34.2141°'" 34.5 3461 i+7- 2J -PT STA. 21+45.13_ 34.811 IJ 34.91 J' 35.01 34.91y 34811 -If .,,,.,9134.89 I '82I`='n A ,,,, n ,I oV + 35. _ _.13' _ _35.1922+00 } 35.25 1 _ °F00 Ip 3561 ,,,, ,,,, ,,,, ,,,, ,,,, „" _1(11/!3535.49 ,,,, _ _ 35.31 23+00 _ _ 35.37} AVERS ST._ 35.421_24+00 _ _ _35'2 25 -- 00 - - 35.611_ _ - _35.6826A``ryry+ o r ;;,.,0-7.72.. N�}510 `]Z2 . 35:25.4 35.311. °. ' 35.3}1 NO10 3513 . 3519 _' 3525 . 35.431 - '35.491 , ` ST 23+BJIB' 15.55 18.0 Ri l5y} - 35.87 STA. 24+2`.IB 33455 3549' 3555 ° 35.731 =}5 file .35.00 ,:i“ e356B�Iw� wu 339E 3400341 3420 0 3430 34 W, 3 43� '3450 34.55 3480_ 3470 3480, 3490 lw WKIAIWAk (�k \® -, .r, 735.10 STOP 7JO 7-,( 35.22 a 33 25 .,� t - la N . .� 33.933�I 33620 33 �.�]290 f ,3.35 S S gr __m, OHF nq-'' 4 c B0 � 334340 `° 4 c a c��#�c 44710 -NOTE *% IN' L OIRECIION AT vmg126 AYERS EAST RO gCCESSIBLE PARKING 0 3 4744 AVERS JOE'S HO, APARTMENTS, AND EFILE IT NOW INCOME TA, CREMEENS J ORRES FAMILY INVESTMENTS 4732 YERS STREET 4834 AYERS STREET EN CORPUS CHRISTI, TEXAS 0 E STOP CORPUS 4718 AVERS INVESTMENT COIN CHRISTI, TExAS 33.R40 UN TTs 961 (� AYERS' TEx4 RSHALL STELLA LE FA GREENVILLE. S.C HORIZONTAL STREET PLAN ,c,..1.... ®® rSCALE: 1" = 40• SSHEET 9A, 37 tt 38 FOR PVNING/MILLING, OVERLAY, AND BASE BID AND ALTERNATE FULL DEPTH PAVEMENT VERTICAL REPLACEMENT. EcvE 1=1 2. SEE _ 3. SEE _-I NEW CONSTRUC110N (MAC) P. 5 STORM WATER PffiP SHEETS 89-84 FOR TOP OF CURB PROFILE SHEETS 111-115 FOR ACCESSIBLE PARKING SPACES 38 AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED STREET PLAN & PROFILES 5 OF 8 a • PVI.( agn ?J PW (CL) 37 400.00ryw ELEV,5.22 /STTA.(21)+50.00STA. -/ -35.25 26+00.00 EL£V-35.B0\36 _/ r _au 0.12% c Gw 0.06% CL -0.z0A Li �r2 080% LT WEST 27' LEFT`` 0.20% LT ___n,,___ ''�.---1--. p,20% RT i4 0.20%`��Z, .,--..�,'.-_ �`� -0.20% RT EAST 2J' 1101 `°< -`�. c - - 2� ! -- i` �- 34 88 32 wEST ROW " EAST ROW .- 32 30 27 27 > a- �A A A A wc,•. 52:9,Aa e an aeari AAC, AAGA., AAC', OA“ AAC',a AA�,��', 55 AAgH� 22 rrrww rrwrwwrww [VA ww .Crww r.rww rww rNww 'Ai; w5..'-.1-22 I CRY P84E41 i E15106 21+00 21+50 22+00 22+50 23+00 23+50 24+00 24+50 25+00 25+50 26+00 CORPUS 53IAF NESS P RK 2UPROPERTIES JACK 4531 AMENS STREET 420 CHRISTI. TEXAS 35.05 FS AOUERA ITAPA A W3 RPES SUPPORTCENTER Z MEXICAN NATIONAL ECA PROPERTIES 3 \ UA AY0NVESENS LP 40 ORLANDO VENUE CORPUS I/ ORLANO 7} 19L WEST ROW}4.2J ICORPUS CONSU CONSULTANT'S0 120-11873-002 4,44;,:a.14.6.,,,,,RS \4C/O p'/ -/ 3F rR n o DATE n JI--,-, L �]5.7fi 35.70 °1 i I I \ FO T `9'R41Y1 le" >9k ra�ai - a >� '1 u �r1 w ..il, ��`:. ROUTE 19/32 � �- " STOP 5fil : .. "9-' v. � it W .- 5 E. a y 2 -IadA J E o - " U I 35.19 3509Lq L��� 35.19 z rix - 35.1 :. 35.09 �f 35.093 ]4.99 �::: 9 3489 z r }4.79f �34 ]4.89 1z 3459 35.80. _ 3573 c 1 o"'k00 0 _35.66 _ f 35.59 35.52 -3]585 STA 3344].59 35.]8 1 1 1180' Li 1 12400 31400 34400 35.18 35,31 35.241 STA }}40759 16.0' Li 35400 ]5.171 35.10 35.29 36152 ar 35.92 - 35.85?' 'i w(`35.80 ' • : }5.7}J .> N '35.781'- 35.71, = 35.445'35.57-) . '35.501• 35.4]!r' 35.}81 ©° ]5.661 ' 35.59 35.381 35311: ,..35.24 NOlE3 O1E 31 '. ..• •• .' ., N P]5.1J1 ..• }♦5.227/' PC STA 35448.9]5.i0.JI�G }470 °. }4fiO T.W wu ]520 _]51 35.20 1 35.30 3520 35.10 3500 34.90 ]480 JJYY HI ��=� . ®, kZ IN a s�� m o � --� MEI S S 1 i nn 9 _ m. ,60 ,,i.F ®I c 2.005 W. ^ F ALL OIRECI10N AT P a 3319 EAST RO C 0 0 :oA -645 a, U ei 11 }0 a R, 33.83 I'i3.30 11.58 3. ACCESSIBLE PARKING 33.42 l �n RADIUS PT. /: ABANDONED BUSINESS ROtiv TTDRIVE sN 7905 VALTOURMANCHEES 802 AVERS . 34.7] -NOTE 3 4E LI a R•S m m GU 4606 AVERS JSI POST AVENUE 4 ER PL NAS RTSAA ALES :EET 8 / CANAL S TIRE SHOP N =17160792.9321 CAN LES CNJERS E-13329B]J779 530S CHRISTI 6 LAT CIRCLE E SEE "STREET INIERSECI10N CO 5 AS PLPNSN} OF 8" SHEEP 49 I cRFTs EXAS MASTED T EKEWEAR CORPUS CHRISM TEXAS FOR TERSECNON DEfNL we HORIZONTAL STREET PLAN ®� SCALE: 1" = 40' NOW.,- 1. SEE SHEET 9A, 37 k 38 FOR PLANING/MILLING• OVERLAY, AND BASE BIO AND ALTERNATE FULL DEPTH PAVEMENT VERTICAL -cuE. i-> NEW CONSTRUCTION (HMAC) 38 $8A REPLACEMENT. 2. SEE STORM WATER P&P SHEETS 3. SEE SHEETS 111-115 FOR F$m 69-84 FOR TOP OF CURB PROFILE ACCESSIBLE PARKING SPACES AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED STREET PLAN & PROFILES 7 OF 8 }7.00 ii aA �LEV 35.92 38 r u 0.140 CL F N W WEST ROW 2 11 _ �a:aE }5 WEST 27 LEFT 0 20$ Li .205 Ri a -0 205 Li - 020A Li 35 \EAST 27 RIGHT .i q _-4� - -O\20A Ri / Pc `7 , .�-A_� 7"-----1'-'1------ v '"- � N✓ - a-� 4V- n1 gT 33 n 32- EAST ROW �N.L p,------_, ,-___ -a- kG 28 28 27 27 91 oo ',9',,, ^BGG gl 23 I- 3 r�G AP 45:3 A ,A ..:, .l 3 r ARG 3 R :;W, ',7 all \ 22 Nf WW NnW naO1.iW nWW kWW nn WW rnWW nrW nW nrWW W..Wn 22 I CITE 2113141 i 115106 31400N 31450 32400 32450 33400 33+50 34400 34+50 35+00 35+50 38400 - 110. 120-11873-002 2 C4 P- flO'y'�. ISTE y H '� '^r^(OTE 14) WWM , CUT PLUG GROUT & W ABANDON (NOTE '3)12OA40 ONt 16'DAX 11) 30PROP, CUT/PLUG 24' O NTs c ( <PRaaos[D RESTRAINED JOINTS 5 A ® PROP 63 LF 12" C900 9 WASEWAOER LINE SEE Zf 8450 (53.11T) REMOVE_ m WATERLINETRANSITION MN• • CUT PLUG GROUT & PROP e DA 900 WATERLINE BY OPEN -CUT _r 24x2 T & \ A UT (905,sWL W RANED VI p,091R 9 0A25 0 (NOTE 0 ANDT) .,) -FH (TYPE (El ] (NOTE 8&1- ,_ S(RENCHLESS) C EJ PROP, R -900" a PILL D Wa(3e. C9 `B0._ TRANSITION WA TERUO: OPE " CUT PLUG GROUT & 1 ABANDON (NOTE13) ` B4 5 12 o e' 10 _. 0 C=r- G �,� " . �� WWMH2 4' WASTEWATER,65 MANHOLE NOTE n AND 12 ,,, '2 ww i2' mry _PROP. 24" TEMP. LT 20.88 LINE �oP SEE SHEET 104 FOR DETAILS e PROP. 7 LF 12" C900 (NOTE11) oAsrE LINE SEE SHEET o+oo 1ATER �o4e+oo DETAILS 9+00 LL c_. T+oo �90oPeN�cui sBLE c w, By Huun� w 2 1e'w"�E- • SPECIAL NOTE: STA. 60 1. CONTRACTOR SHALL IN,ALL WATER SERVICE. EDGEND AND CONNECT TO EXI,ING WATER METER, EXACT LOCATION OF REMOVE ABANDONED SECTIONS OF WASTEWATER LINES 0/03,4 SED WATERLINES. 2. CONTRACTOR 10419 LT 1,8 3. SEE SHEETS o6(RELOCATEN No PLACEMENT .ATER METEF, TO PROPEFOLY LINE AS REF. CITY cs)STANDARDS. SEE SPECIAL WATERLINE NOTE ' SHEET , ON SHT. 106 FOR PROPOSED RESTRAINED JOINTS ON EXISTING 24' WATERLINE. SANITARY SEWER SERVICE WHILE PROPOSED SANITARY 4. LOCATE EXIST. 22 WL PIPE JOIN, AND PROVIDE EXTERNAL RE,RAINTS AT ALL JOINTS. BEFORE CUTTING & PLUGGING. BYPASS PROP. E SHEET 1 5. EXISTING DRQ POSED 24'' WATERLINE N. ,ER ire H3 (NOTE _ EE SHEET 4 FOR s i� LIN s RE TO MENT EXISTING WATERLINES TO TEES PERFORM THE LX DRCHEDULE GS, SHALL PROVIDUTDOWNE TRASH � PUMPS AND OTHER DEWATERING MEASURES As NECESSARY AT NO ADDTDNAL�CDST. — S S k 8 1 3 COMMENT CONTRACTOR SHALL COORDINATE WTH THE CITY AND BUSINESSES TO SCHEDULE 0/HEN WA ER a� SERVICES BE TRANSFERRED FROM THE EXISTING WATERLINES TO THE PROPOSED s�_ 6. TYPICATYPICALL CONTRACTOR SHALL COORDINATE AND SCHEDULE TSE, AND TEMPORA, R� ANE E ow SMSROS�GAT CITY SPECTOR. CONTRACTOR SHALL HAVE A CONTINGENCY PLAN AND RESOURCES R WORK DAMAGES THE EXISTING N THE EVENT CONTRACTOR'S TS&Y AND/OR LINE STOP S OP W WATERLINE. � ���� WITH -TY INSPECTOR TO FEUD ADJUST TO STAY ATLEa FOOT AWA -OUTING F T LAT& -� .EAT T LOOM PI TAP, T EXISTING PPE JOINTS AND TO PROLINE SUFFICIENT CE E WORKING EDDM TAPN ABOVE PROPOSED ®H PR WORKING DR 9. BA -HELL PROPOSED W EXTEND R LINE WITH GEMENT STABILIZED BAND TO A DEPTH 6 PROP ,D LE 1D SHEET D EXTEND GEMENT PPE ARE EDUDSTANT AND AT LEA, 9 FT FROM THE CENTER OF THE HEET ET WASTEWATER LINE AN ,NE SEE 2 IDE FOR D ALs W aw PROPWASTBE ODs INTO SERVICE fi W fi" fi wa,_ 10. D EXISTING , WASTEWATER UNE ABANDONED BEFORE000PROPOSED F' RDATEWATERLINE IS PUT M '""" (NOTE 14) W 11, 30 UAVs AFTER DATE of COMMENCEMENT 3. PRIOR TO WITH WORK ASSOCIATED WATER & WASTEWATER PLAN ABANDONB( OTE )1 HORIZONTAL ITHIN MANHOLE 0 320 330 24 WITH THE PROPOSED 24'x20" TS&V THE 24" TEMP. LINE STOP OR THE PROPOSED 24" RESTRAINED JOINTS SCALE: 1• = 90• scow .6 STA10929 RT 52.46 NTRACOOR SHALL PERFORM Ex LOR 0Rv EXCAVATION LOCATE EXISTING 2' WATERLINE EH, DETAI SEE SHEET 104 FOR THE PROPOSED 12" WASTEWATER P[INEATO DETERMINE OIF THERE ISA CONFLICT. 4CONTRACTOR SHALLSUBMITVERTICAL RESULTS OF EXPLORATORY EXCAVATION To THE ENGINEER FOR REVIEW AND DIRECTION ON WHERE TO LOCATE scow i+ THE PROPOSED 24'X20' TS&V, 24" TEMP, LINE STOP AND 24" RESTRAINED JOINTS, 12. CENTER PROPOSE WASTEWATER PIPE SUCH THAT JOINTS OF WASTEWATER PIPE ARE EOLLIDISTANT AND AT LEAST 9 FT FROM THE CENTER OF THE WATERLINE. 6 38 I I DESCRIPTION AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED WATER & WASTEWATER PLAN & PROFILES 2 OF 8 33 22 WL DIPE 36 PROPOSED CE TER LINE PROPOSED CENTER LINE NOTE 1 (SHEET 03) I 35 EXISTING GROUND WEST 23" LEFT 3, OF AL0 OP. 36 33 , OXISTING GROUND 33 32-o CL 350 DI P PZ 0 EAST 21 RIGHT 32 _ 20 20� zZ ,1 r.. 2 MI 6 NII, 12 MN �� 2R I: 7 VI : (NOT ) WASTEWATER26 a\\ - ✓ en en n n u 45"VERT.B NDS 8 06 FH ASSEMBLY TEE FOR 10 (TYP 4 PLACE,) NOTE 11 WASTEWATER R 25 )o FUSIBLE PVC EXIST PROP.20 JOI (RENCHLE55)( 3,v 24 BY HDD WATERLINE2 PVC 24 -22 OPEN -CUT _ PVC WL BY HDD 21 CITY PftOECi ) E15148 6+00 6+50 6,00 6+50 8+00 8+50 9+00 9+50 10+00 10+50 11+00 SA_ SHE MIT 35 02-1 (30,0 R.D.W. R8 3 PARKING o ILh , M STRIPING G REMAIN 0 Z NOTES: CONSULTANT'S PROJECT MO. 20-11873-002 ,5 -i �' 3 f ,1 l9 — _ �'" 0 Lin 1. PROPOSED STOP �� STRIPINGi0 SIGNS SHALL BE LOCATED ADJACENT STOP BAR. THE -- T6 REMAIN IN-PLACE CROSS STREET PE I -C — \\\ N O SHALL BE THE FIRST E ad C A�o 'a' _ 3 ` RrRR P - - EH I�i o TEEE STREET NAME SIGN ABOVE THE STOP SIGN. aA R—� -00 D00 R——&•0 36+00 0 20 SPACING /00 39+00 on 40+00 2.T 8REQUIRED on 4. i 0s = 0N BOTH FACES 0F SO i0TW = O SIGN PLAQUE. w � ul�I —— • a' vow ID (TYP) AYERS ST. aWHITE SOLIDID (VP1 TJ WHITE BROKEN 000 �'®zo spatN(YP) D_D a' WHITE SOLID (ttP) - - o o O = = = 3. SIGNS SHAH COMPLY N TEXAS UNIFORM CONTROL DEVICES (TMUTCD) , �, ® 2011 EDIRON OR LOWEST VERSION. _ -�_....morIml I��� ,ice X L SIGNS (EXCEPT ON REAYS) S QMP J/T]o' 5 2-1 Mai LANE _T (38.36) GP BA T�//--R0G ����������� HO ROADWAYS) SHOULD SLIPINCLUDE BA ME ixDOT SLIP BASE. 31 .3as R.O.W (NOTE MUST Mil. 1I a R MARKING OSSWALK MARKT \ \ v 5. SEE DETAIL 6 ON SHEET I FOR R, -, N3o./S30)ERER) BLADES (e- ExERuoeD, z Ea) PARKING RS -3 \ STRIPING PLANEXISTING TABLE OF STREET NAMES STRIPING SCALE: I - w' TO REMAIN IN-PLACE 4110 20 DIRECTIONS k d CHIN THIS LIMN ELLOW 60 PAINTRN RESERVED PARKING EON BLUE r- PAVEMENT MARKINGS AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED STRIPING & SIGNAGE PLAN 5 OF 5 ACOESS SEE NOCSLE� AIR,; — 0 I // 0 VAN ACCESSIBLE I i RI BLU' JNDl IVd 0 \ ' PE(xP) `qp SEE DETAIL 2 �` \ 6,, 50-200 PERMIT 0-I SHEET 1,s Willl 4 WIDTH SYMBOL WIDTH PARKING (4" WHITE SOLID � J/L$50RNE) �ASENCER'OnANALRKCN rI DETAIL 2 DETAIL 3 ••U SCALE: N.T.S. SCALE: N.T.S. SEE NOTE 3 Q SHEET SIGN„s 113 fp SEE DETAIL 113 R a TYPE z CURB RAMP ADA NOTES: LOCATE ACCESS AISLE ON PASSENGER SIDE OF ACCESSIBLE PARKING 6” CURB SPACE. CONTRACTOR SHALL CONTACT CITY. REPRESENTATIVE lW0 2. YELLOW ACCESS AISLE PAVEMENT MARKINGS, BLUE & WHITE INTERNATIONAL BARS PRIOR i0 STRIPING TO CHECK �` 3 ' • �' x A ACCESSIBIUTY SYMBOL, ACCESSIBLE PARKING SIGN AND BLUE ACCESSIBLE DETAIL 4 Y PRE -MARKS tm'� SCALE I. - 10 PARKING SPACE AND YELLOW ACCESSIBLE PARKING SPACE STRIPE ARE ALL Go Grp: F. N.T.S. 50 `r INCWDED IN THE ACCESSIBLE PARKING SPACE PAY ITEM WITH UNIT OF 113 MEASURE OF 'EACH" (EA). 113 4 CRY PftOECi i 015106 3. ORIENT FACE OF SIGNS SO THEY ARE SQUARE WITH PARKING SPACE AND CENTER IN SPACE, suc. -,. BODES A I. CMITMCTOR SHALL COORDINATE WIM PUBLIC AND PRIVATE UTILITIES CONSTRUCTION UNITS. IF PHASING CONSISTS OF MULTIPLE FOOT AWAY FROM OPEN EXUVADO. AND DROP-OFFS GREATER OWNERS TO RELOCATE UTILITIES (BOTH UNDERGROUND AND LACTIVE WORK ZONES SHALL NOT EXTEND MORE THAN 1,500 FT STEPS MEN PROVIDE SEPARATE DRAWINGS FOR EACH STEP 12 -INCHES, AND AS DIRECTED BY THE CItt. OVERHEAD)NLSHALL BE IN D STREET LIGHTS SUFFICIENTLY IN ADVANCE OF THE IN LENGTH, UNLESS APPROVED OTHERWISE BY THE CITY. AND/OR IDENTIFY EACH MEP BY SOME SORT OF SHADING, ACCORDANCE WITH TXDOT STANDARD LP110CB-13, TYPE 1 k 2. CONTRACTOR'S WORK i0 P10 SCHEDULE IMPACTS. HATCHING OR COLORING. A BRIEF WRITTEN DESCRIPTION OF N 15. AT LEAST ONE INN M E OF TRAFFIC BO0101 IRA5 AND CENTER VINO MORE THAN 790 FT OF THE CONSTRUCTION ZONE SHALL EACH PHASE D EACH STEP SHALL BE PROVIDED. IEEE TURN LANES AT INTERSECTIONS SHALL OPEN AT AU_ 2. CONTRACTOR STALL COORDINATE SCHEDULE ANO SEQUENCE THE BE EXCAVATED AT A TIME, UNLESS APPROVED OTHERWISE BY Hofs AND ALL INTERSECTIONS SHALL111REMAIN OPEN AT Au TIMES PLAN WITH PUBUC AND THE an. J.SHALL INCLUDE DETAILS ON HOW TO NIKE . UNIQUE UNLESS APPROVED LIMBO. BY THE CTE F CITY AGREES TO PRIVATESITUATIONS INCLUDING,01.HE0BUT NOT TIED i0, INTERSECTIONS, SUBMIT A PROPOSED DETOUR PLLY OR PARTIALLY CLOSE AN INTERSF_CTION. CONTRACTOR SHALL VN FOR RENEW AND APPROVAL unLC0E5 OWNERSpLMATI�GWORK AND PROPOSED TRAFFIC L�RUSanALpNuoolFl na TRAFFIC SIGNAL RELOGTONS, UTILITY RELOCATIONS, DETOURS. THE INTERSECTION OF AVERS AT GOWHAN AND MCARILE. TIS AT N.CONIRACTOR SHALL ENSURE THAI TRAVEL ES 0 pRNEWAY ACCESS MPNPGEN04 ETC. I THE op1440.CTIXR MAY ESTAHusx 000 440 SPEE uMI15 In THE INTERSECTION RADII ARE SUFFlCIE1i i0 ACCOMODATE SOLID ZONE PER CITY OF CORPUS CHRISTI CODE 53.114. AND AS WASTE TRUCKSRT AND SCHOOL BUSES, EMERGENCY SERVICE a APPROVED VEHICLES AND LARGE DELIVERY TRUCKS. 7. CONTRACTOR SHALL COMPLY WITH APPROVED TRAFFIC CONTROL PVN. APPROVED BY CITY TRAFFIC ENGINEERING. 3. THE CONIRACTOR OF THE PROJECT SAUL NEEL AT IMESiF THE CONIRACTOR PROPOSES TO MODIFY THE APPROVED C 17. TNS, TRAFFIC HURONS.00THER TEMPORARY OR ABBREVIATED REQUESTED BY ME QTY, WITH THE CITY AND OTHER QTY CONTROL PL THE PROPOSED MODIFIED PLAN SHALL BE SIGNEDPAVEMENTS MARKINGS P06 ALL WEATHER ACCESS RAR. rWPO CONTRACTORSRESPECT.D RESPECT. ENGINEERS r0 ESTABLISH TRAFFIC Q.CONTRACTOR SHALL ENSURE THAT THE TURNING RADII ACCESS ND SEALED er A PROFESSONH ENGINEER ND SUBMITTED TO THE PAVEMENT PLACEMENT AND REMOVAL SHALL NOT BE PND FOR CC/MOL PVLES M NS AND CONSTRUCTION SCHEDULES WILL MINIMIZE TO BUSINESS DRIVEWAYS ARE SUFFICIENT M ACCOMMODATE TRAFFIC E.NEER FOR REVIEW AND APPROVALSEPARATELY.BUT SHALL BE SUBSIDIARY M THE PAY ITEM FOR IMPACTS i0 THE GENERAL PUBLIC. THE CITY WILL MAKE FINAL SDUD WASTE MUCKS, EMERGENCY SERVICE VEHICLES AND _ TRAFFIC CONTROL ITEMS. masons ON TRAFFIC CONTROL PLANS ANO PROJEcT SCHEDULES URGE DELIVERY TRUCKS. SHALL _ FOR EACH CITY PROJECT IN MESE MEETINGS AND ME CONTRACTORS a MOOT STANDARDS LISTED BELOW (LATEST VERSION),LAND SHALL 18. BE MAINTAINACCESS TO LOC. RESIDENTS MO ED THROUGHOUT ME CONSTRUCTION PERIOD. ES SHALL COMPLY WITH ME REQUIREMENTS OF THE CONTRACT MCCUNE.. THE MUST NIDE BY THE FINAL OECISIOxS. P TRAVEL LANES SHALL NOT BE USED FOR LOADING AND i STANDARDS INCLUDED IN THE CONTRACT DOCUMENTS BY ALL-WEATHER ACCESS COMMIES NxT INING A MEANS OF UNLOADING MATERIALS, EQUIPMENT NO WASTE MAMMALS. REFERENCE AND ARE LOURED CN ZOOM WEBSITE AT INGRESS AND EGRESS FROM A RESIDENCEORBUSINESS THROUGH 4. PHASING: ADVERSE WEATHER AND FLOOR.. /.se've/sto"ea.a/1o.n1m .s//www t00 CONSIILT41415 PROJECT N0. 120-11873-002 I AT V1 { ,':'•} 4 H'..f 1, , 3/II. Yf E i Cy 1': J o J E r = o - - < - - J : z N - - O.CONTRACTOR SHALL ANALYZE, AND TEMPORARY TCP SHALL 1y THE CONMACrOR SHALL USE TYPE A GR 1-2 BASE MATERIAL FOR CON/1HUC11ONo910n00809 AME CONTRACTOR S RESPONSIBLE FOR PREPARING AND ADDRESS, PAVEMENT EDGE CONDITIONS THAT HAVE SLOPE A.'DARIN E AND CONSTRUCTION STANDARDS' TEMPORARY TRNSnO0S M DRNEWAYS DURING CCNSTR CIIOn SUBMITTING A PROPOSED PHASING AND SEQUENCING PUN. AND STEEP ER THAN 3:1 i0 DETERMINE APPROPRIATE MODIFICATIONS ,TRAFFIC CONTROL PVN STANDARDS' OMERWISE BY MECAVATED EMATERIAL FOR CItt IINSPECiOR.UAPEQ OLESS APPROWDUSE TRAFFIC CONTROL PLAN (TCP) THAT COMPLIES M AND TREATMENTS FOR IENPORN3Y TRAVEL LANES BASED ON, TILNSOONS r0 EXISTING % DRIVEWAYS OUTING CONSTRUCTOR, Y SEQUENCING AND OTHER REQUIREMENTS INDICATED IN THE BUi NOT LIMITED M, THE WORK ZONE CONDITIONS, PROPOSED g APPROVAL FROM THE CORPu5 MATERIAL IS APPROVED BY THE CRY NSPECT CONTRACT DOCUMENTS. PRIOR M IMPLEMENTING ANY TCP WRITER SEQUENCING, CONSTRUCTION SPEED, ROADWAY GEOMETRY, ETC. on.FORR. MEASURES THE PROPOSED PHASING AND ICP SHALL BE ANY ASSOCIATED COSTS SHALL BE CONSIDERED SUBSIDIARY i0 incase 20. PEDESTRIAN ACCESS i0 140105 40 REPLACE EMSTING SIDEWALKS, SUBMITTED FOR RENEW AND APPROVAL i0 THE FOLLOWING. THE TRAFFIC CONTROL BID ITEMS.COP. OF THE RT. WRITTEN APPROVAL ALONG WITH DEM. CF RB RNPS AND CR055 wOAKS SHALL BEP ROM. AT ALL nu , WHEN UMESS APPROVED OTHERWISE BY THE CItt. TEMPORARY PEDESTRIANTEMPORARY BUS STOP RELOCATIONS AND ACCESS SHALL COMPLY WITH T. AND ADA 1) OWNER'S PROJECT TEAM (OPT), R.CONTRACTOR SHALL DESIGN, AND MODIFY, THE TCP TO SUBMITTING THE PROPOSED TRAFFIC CONTROLDI NN AVIS FOR TEMPORARY PEDESTRIAN ACCESS IS INCIDENTAL MSMECOSIS TRAFFIC 2) CIMS TRAFFIC ENGINEERING DEPARTMENT (STREET CONSIDER OTHER CONCURRENT CITY AND MOOT CONSTRUCTION 10. PROVIDE ME RTA WITH AT LEAST 30 CALENDAR DAY PRIOR NOTICE PROJECTS WITHIN I OF THE PROJECT LIMITS OPERATIONS), CE THATHAVE A OF *01101 S THAT WILL REQUIRE ME CLOSURE ANO/OR RELGG0ON CONTROL ITE. BO ITEM In ME BID FORM. 3) TXDOT (FOR PORTIONS OF TCP WITHIN TXDOT ROW). AND WORK DURATION LASTING 6 MONTHS OR LONGER. OF BUS STOPS. CONTACT THE ern M COORDINATE ME REMOVAL AND 21. CONTRACTOR IS RESPONSIBLE FOR IOBMNDNTEMPORARY TRAFFIC conrem SIGNAGE AND DEVICES muPERMIT FOO WIU_ BE REPLACEMENT OF MA SIGNAGE. BENCHES. ETC AFI0 ro COORDINATE RATE 4) OTHER STAKEHOLDERS (SEE OTHER NOTES CONCERNING 5. THE CONTRACTOR IS RESPONSIBLE FOR PREPARATION OF TRAFFIC CONTROL LOG1E0 WITHIN A OCIATTXDOT RIGHT OF WAY Ai SPIE. NOrSPERMIT THE FIRE DEPARTMENT. RTA, ANO CCISO). PROJECT SPECIFIC TRAFFIC CONTROL PLANS, INCLUDINGPLAN. PAY. Ail SIALCOSISOCNTEO WITH OBiOJINIH ME rtt10i PERMIT NE INOLEENi N ME CONTRACTOR SHHL NOTIFY ALL RESIDENTS NO B.S. THE GENERAL OTES SHEET 4 0 CONCERNING COMPROPLSW PHASING, S SEQUENCING AND DETOUR EQUENNS, THAT WESLEY VNOERNAN, ]81 p903-]S70�WJNOENANOCCRTAORG 22.8 BUSINESS ( 5) COMPLY DO ANY SPECIAL RESTRICTIONS FOR SEQUENCING CORDON ROBINSON, 381-90]-]483, GORDON50CCRTA.O5G BUSINESS OWNERS LOCATED WITHIN THE CONSTRUCTION LIMITS A REOUIRENEITS FOR COORDINATING NO SEOUENCINC THE WORK. WORK AND OTHER REQUIREMENTS INDICATED IN ME CONTRACT DOCUMENTS, AND THAT COINCIDE WITH THE CONTRACTOR'S NUN OF 10 WORKING DAYS (BUT NOT MORE THAN 15 WORKING C.CONTRACMR SHALL MAINTAIN TARO -WAY VEHICULAR TRAFFIC OSCAR vARC4S, ]BI -90.1-]55], OSC4iVOCCIifAORG DAYS) PRIOR M INPLERENTATING EACH PHASE OR CHANGE OF ME (WITH 11 FOOT MINIMUM UNE WIDTHS) ALONG AYERS NO CONSTRUCTION MEANS AND METHODS. 1 CONTRACTOR SHALL OBTAIN WRTIEN APPROVAL FROM THE FIRE BTRAFFIC OARDS NOrvPOR01 PLAN.HOTIH STIONSNSHHLGBETRGB 9EDiOW MESSAGE INTERSECTING STREETS AT ALL TINES. TRAVEL LANES SHALL BE 8. THE TRAFFIC CONTROL PLAN (TCP) DRAWINGS SHALL COMPLY 1 DEPARTMENT. RTA AND CORPUS CHRIS11 INDEPENDENT SCHOOL AN -WEATHER SURFACE THAT IS FREE FROM CONSTRUCTION WITH THE FOLLOWING.°IMMO. FOR ALL PROPOSED DETOUR PUNS. conrexace SHALLA. MESSAGE BOARD. CONTRACTOR SHALL PROVIDE ETHER STATIC OR EQUIPMENT NINCLUDED DEBRIS, INCLUDING, BUT NOT LIMITED TO, INCLUDE COPIES OF MESE WRITTEN APPROVALS WHEN SUBMITTING ELECTRONIC MESSAGE BONDS. MESSAGE BOARDS SHALL BE LOCATED CRITERIA INDICATED IN SECTION 01 29 01 - MEASUREMENT AND THE PROPOSED TRAFFIC CONTROL PVN. AT EACH END OF AYERS STREET IN BOM THE NORM AND SOUTH BASIS FOR PAYMENT. THE COST FOR ANY ADDITIONAL A.ALL TRAFFIC CONTROL PLANS (INCLUDING PROPOSED REVISIONS) 12. CONTRACTOR SHALL SUBMIT ALL PROPOSED TRAFFIC CONTROL PLANS BOUND DIRECTIONS, AND ON GCOW� ALONG M8000 T AND THDW sr BE 1EMPORNY HNAC NEEDED FOR TEMPORARY TRAVEL LINES. AND 0440SUBMITTED BY THE CONTRACTOR SHALL BE PREPARED, SIGNED (INCLUDING PROPOSED REVISIONS) TO ME CM' TRAFFIC ENGINEER 00N150 104 5401HIN 2W E GSW OF THE AYERS DS SHALLBE N. OTHER REQUIRED TEMPORARY EASURES, DEVICES, SIGNAGE, AND SEALED BY ME CONTRACTOR'S REGISTERED PROFESSIONAL FOR APPROVAL AT LFIST 21 WORKING OATS PRIOR M CONTIUCTOR'S CONTRACTOR 5 COR IE M THE C 15PECTB TO ETC., SHALL BE CONSIDERED SUBSIDIARY TO THE TRAFFIC ENGINEER LICENSED BY THE STATE OF TEXAS. R. FOLLOWING THE CITY'S DETERMINE R THE EXACT OWGMNNI FOR EACH I MESSAGE BOARD. CONTROL BID ITEMS. PROPOSED 00 THEHENTATION G MESSAGE BOARDS ARE NOT LOCATION O FOR ME DURATION OF ME B.SHALL COMPLY WITH MUM GUIDELINES. APPROVAL OF TCP, ME CONTRACTOR SHALL PROVIDE THE PROJECT. THEY PRONLY R OUIREO P Ix WITH D.CONIRACMR SHALL MAINTAIN THE CENTER TURN LANE AT FOLLOWING WRITTEN NOTICES (NOTICES ARE WORKING OAK AND EACH PHA. OR CHANGE IN ME TRAFFIC CONTROL PVN. N SIGNALIZED INTERSECTIONS AT ALL num, UNLESS APPROVED CSHALL COMPLY WITH THE REQUIREMENS INDICATED IN THE EXCLUDE WEEKENDS AND HOLIDAYS). B. DOOR HANGER - CONTRACTOR SHALL PROVIDE DOOR HANGERS IN OTHERWISE BY THE CINC.AND SHALL DRAWINGS AND SPECIFICATIONS AND SHALL CONSIDER THE A.SEVENTY-TYRO (72) HOUR WRITTEN NOTICE M THE ONNER'S 50 HALL SUBMIITTI RCP SED DOOR(fHAN"Gi µ0G THE C' ITY FOGAD REVIEW E.CONiRACMR SHALL MAINTAIN ACCESS i0 PEDESTRIAN CONTRACTOR'S MEANS AND METHODS. AUTHORIZED REPRESENTATIVE (ON) AND THE CITY'S TRAFFIC ANO APPROVAL CON5LWTOR SHALL COOROINAIE THE DISTRIBUTION CROSSWALKS OR PROVIDE ALTERNATE TEMPORARY ADA ENGINEERING DEPARTMENT (STREET OPERATIONS), PRIOR i0 Cms INSPEcrax. NonFIGMNs COMPLIANT CROSSWALKS. D.NININQ8 PLAN SIZE SHALL BE 11'%1 J" AND MINIMUM SCALE IMPLEMENTING THE TCP AND COMMENCING CONSTRUCTION (SEE SHALL INCLUDE ME FOLLOWING. SHALL BE 1"=100'. OTHER NOTES CONCERNING MESSAGE BOND NOTIFICATION 1) CITY F. EACH WORK ZONE SHALL BE RESTORED WITH 0THER REQUIREMENTS). 2) NAME FOF THE SPROJECT, PERMANENT OR TEMPORARY ASPHALT PAVEMENT PRIOR M 3) CITY PROJECT NUMBER, OPENING TO TRAFFIC PRIOR TO ADVANCING M THE NEXT WORK E.SHALL PROVIDE SUFFICIENT DETAILS SHOWING THE NECESSARY B.NOTFY MOT FORTY-EIGHT (48) HOURS PRIOR TO ANY TRAFFIC 4) NAME ZONE. PLACEMENT OF A TRAFFIC CONTROL DEVICES (I.E., SIGNS, CONTROL IN TXDOT RIGHT-OF-WAY. 5) DUNE ORCEll PHONE NUMBER OF CONTRACTOR'S CONTACT PAVEMENT T MARKINGS, BARRICADES, DELINEATION, TEMPORARY 019250N(8)AN THAT CAN BE 004100NU 24/7, C.CONiRACMR SHALL PROVIDE SUTIPPER DISTANCE TRAFFIC SIGNALS, TEMPORARY PAVEMENT, TEMPORARY DRIVEWAYS, C.PRONDE WUD WRITTEN NOTICES i0 AND APPROVALS FROM THE RTA, e) NE ND CELLPHONE Mmammon.)TIE NUMBER OF Omammon.)mammon.)BEPREEN WORK ZONES THAT COMPUES AS THE TEXMANUAL ETC.). FIRE DEPARTMENT AND SCHOOL DISTRICT AS INDICATED IN NOTE THAT CAN SE CONTACTED 24/7, OF UNIFORM TRAFFIC CONTROL DEVICES (TM UTCO), LATEST 10 II ANO 12 EDITION. F.SHALL INCLUDE AN ADVANCED WARNING SIGNAGE LAYOUT WIM SEAL DESCRIPTION PoRTFM SOUTH Ou D INE CLOSURE THONG YARN STREET BETWEEN FIRST STREET ANDSECOND DIMENSIONS AND APPLICABLE NOTES AND SHALL BE DESIGNED D.BEFORE SWITCHING TO THE NEXT PHASE OF THE WORK PROVIDE 910044E H.AT LEAST HALF OF EACH INTERSECTION SHALL REMAIN OPEN IN ACCORDANCE WITH MUCH ANO/OR STANDARD HIGHWAY SIGN ONE (1) WEEK WRITTEN NOTICE i0 THE OWNER'S AUTHORIZED B) UIE AND ANTICIPATED DURATION IT WILL BE IMPLEMENTED. REPRESENTATIVE TO MAINTAIN TWO-WAY TRAFFIC AT ALL TIMES, UNLESS DESIGNS (SHSO) FOR TEXAS. REPRESENTATIVE (OAR), ME C111,5 TRAFFIC ENGINEERING 2]. CONTRACTOR SHALL PARTICIPATE IN ...TORY MONTHLY MEETINGS APPROVED OTHERWISE BY THE CITY.OR (STREET OPERATIONS), RTA AND FIRE DEPARTMENT, WER1IVEw y CIAGGTY SIiGBUTHIE Eeus nE55SSES TO 61 DINA10 PARKING ANO G.SHALL CLUDE GRAPHICAL 0 NARRATIVE DESCRIPTION OF AS WELL AS AFFECTED BUSINESSES. SCHOOLS. AND RESIDENCES . I. CONTRACTOR SHALL ALTERNATE THE CLOSURE OF CROSS THE SEQUENCE OF CONSTRUCTION WIN A BRIEF DESCRIP110N 24 CONTRACTOR SFIALL PROVIDE TEMPORARY BLUE GN BOARDS TO S M M STREETS AVOID COMPLETE OR PARTIAL CLOSURE OF PRO OR OF E OVERALL PROJECT PHASING IN THE ORDER THEY ARE DISECr TRAFFIC i0 BUSINESSES IN ACCORDANCE (WITH CITY STANDARD E.SEE OTHER DRAWING OMS 0 SPECIFICATION SECTIONS FOR ORE SIMULTANEOUS ADJACENT CIT CRO55 STREETS, UNLESS SCHWULfO i0 BE PERFORMED. ADDITIONAL N011FIGTION REQUIREMENTS. IN THE EVENT OFA SPE190010 N SECTION 025802. APPROVED OTHERWISE BY THE CIN. CONFLICT WITH ABOVE NOTIFICATION REQUIREMENTS AND OHM ONE (1)II/EMEIOJO8 NOME BEFORE ANY H.SHALL INCLUDE TYPICAL STREET SECTIONS FOR EACH PHASE NOTIFICATION REQUIREMENTS, THE MORE STRINGENT N SEOUBNCIN 1 M RTA J.AT LEAST ONE PERMANENT OR TEMPORARY BUSINESS DRIVEWAY WHICH SHOW EXISTING AND PROPOSED TRAVEL LANES AND REQUIREMENT SHALL PREVAIL. POLICE, FIRE, CORPUS CHflISTININDEPENDENT SCHOOL DISTRICT AND SHALL REMAIN OPEN AT ALL TINES, UNLESS APPROVED PROPOSED CONSTRUCTION EEMENTS. THIS INCLUDES TRAVEL cm MUnc ENGINEER. OTHERWISE BY THE CITY. LANE WIDTHS, CONSTRUCTION ZONE, CONSTRUCTION PAVEMENT 13 N CO r. PRCP05ED C CONTROL PLSHOAL BE REVI IF OUTING THE COURSE OF THE PROJECT IT IS DETENDI 1140 AS NECESSARY NRUFIN ED 28. TIMI NKINCS, BARRIERS. BUFFER ZONES, AND DROP-OFFS. MARKINGS. SARY TO COORDINATE WITH EMERGENCY SERVICES os. ADDITIONAL TRAFFIC CONTROL MMURES E REQUIRED i0 SAFELY K.AT LEAST ONE PERMANENT OR TEMPORARY PARKING SPACE AT POLICE, FIRE EMS), RTA, SCHOOL BUS ROUTS, AND OMER CITY 30018 TRAFFIC THROUGH.5441! AROUND THE 1 1110T. MBE EACH BUSINESS ON THE NORTHBOUND SIDE OF AYERS SHALL I. SHALL INCLUDE PLAN NEW SHEETS WHICH DEPICT THE AREAS CONTRACTORS M MINIMIZE PUB. IMPACTS. BE PROVIDED BY THE CONTRACTOR Ar REMAIN OPEN AT ALL TIMES, UNLESS APPROVED OTHERWISE BY OF CONSTRUCTION WITH AREAS OF TRAFFIC FOR EACH PHASE4. CONTRACTOR'S SHALL PROVIDE WW PROFILE CONCRETE BARRIERS NO ADDITIONAL COST. THE CITY. AN,:, DIG100 TEMPORARY PAVEMENT LOGTONS. 1 0 ' CTO 0 S 0 R : MS GUS .. kV M T (1PCB) BETWEEN OPEN LANES OF TRAFFIC THAT ARE LESS MAN 8 - - = F i Q I I AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED TRAFFIC CONTROL NOTES & PHASING 1 OF 3 - _ A A a 1i01fRERE Exi MARKInCS FOR SIREES SHALL eE TYPE I yL 2Z. 888.7081703 PAVEM \I THERMOPLASTIC 28. OBREMTNC EXISTING PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPPAATr. BUT SHAH BE SUBSIDIARY TO THE PAVEMENT MARKING PAY ILEACS 29 AT LEAST 18 HOURS PRIOR TO APPLYING NPPERMANENT R NGS, THE CONTRACTOR SHAH NOTFY THE CTYNSPECTOR ANDp. OBTAIN CTY APPROVAL FOR THE LOGTON AUGMENT MO LAYOUT OF ME PAVEMENT MARKINGS. CONTRACTOR SHAH CONTACT THE CITY REPRESENTATIVE TWO DAYS PROR TO STRIPING r0 CHECK omprIc Iwo MMMMNINc TMIC CONTROLS imouc HWr THE RDUMTON OF THE CONTRACT FOR ALL PHASES OF THE WORK, IM ACCORDANCE WITH TACO THE COOATE THE INSTALLATION OF PVC DI. CONTRACTOR SHAH RAIN ELECTRICAL ONDUIT FOR STREET LIGHTING ISTH AE.P. 32. CONT 9C0OROSHALL NOWT THE CIN TRAFFIC ENGINEERING DEPARTMENT AT LEAST 72 HOURS PRIOR TO Y REQUIRED RE-PROM/01M NC ANO/OR TIMING ADJUSTMENTS FOR TRAFFIC nLS CRACOW) SONS PHO TRAPRCWRING OR v003 D .N. CAMERAS EWRL BE DONE BrTHE BYn0 DEPARTMENT. THE TRMFC CONTROLLER WILL BE PROCRAMMEO ENGINEERING C CITY TRAFFIC THE T NC OF EACH PHASE FOR ES AND PEDESTRIANS, AS WELL AS MGM.. THE VOW DETECTION ZONES FOR EACH CAMERA 00. CONTLOTOR SHALL PROTECT T IiMC GROUND BOXES AND T IiMC MHG CONSTRUCTION. CONTRACTOR SHALL. CLEAN OUT. REPAIR SASUNEEDED. AND LEMUST TRAFFIC GROUND BOXES TO MISR GRADE AND PULL TRAFFIC SIGNAL CABLES AS REQUIRED r0 COMPLETE TRAMC SIGNAL ADJUSTMENTS. CONTACT THE CITY TRAFFIC ENGINEERING DEPARTMENT AT 828-3540 FOR T.PRC SIGNAL GBLE LAE LOCATE ASSISTANCE. 4 IF 0,00 ONAL TCP COSTS ANDITI D ADDITONAL PAYMENT WILL NOT BE MADE FOR TRAPRC CONTROL KOH., IF THE WORK EXCEEDS THE ALLOWABLE NUMBER OF CONSTRUCTION OATS UNLESS CITY AGREES AND EXECUTES A CHANGE ORDER FOR THE MORON& TCP COSTS AND TIME EXTENSION. S REPLACING EXISTING SIGNS AND PAVEMENT MARKINGS THAT CONPUCT WITH PROPOSED CMSTRUCTON. 30 THE CONTRFLNR SHALL CONDUCT HIS OPERATION INA MANNER SUCH OTHERTHAT TRUCKS AND EOUIMFNT DO NOT CREATE A MISMHCE OR SAFETY HAZARD IN ANY PUBLIC OR PRIVATE STREET. 37. Ail NEW SIGNS SHALL RE FORMATES OF FLATSHEET uMMInuM WITH EXCEPTION OF STREET MAME BLADES. THE SHEETING TYPE C OR FLORESCENTTYPE WITH ANT�ITY GRAFFIT PER ON BOTH IDES CP SION AND SHALL MEET TRAITCO STANDARDS. 30. SAH SIGNS WILL BE INSTALLED WITH MANGO. SHP &SE SYSTEM UNLESS OTHERWISE APPROVED En THE OM 38 TEMPORARY TR/TM CONTROL PLANS SHALL MIME THE CONTRACTOR TO PERFORM DALY DAY TIME INSPECTIONS 700 MONTHLY NIGHT TIME INSPECTIONS OF 1RAFFlC CONTROL DENCES AND SIGNAGE FOR CONFORMANCE WBH MUTCD REOUIREMQJrs. [EACs.. SHAH BE REPAIRED, 8..03, REALIGNED, OR REPLACED WBHIN 24 HOURS, OR IMMEDIATELY IF CITY INSPECTOR DETERMINES THE OEFlCIENCY IS AN IMMEDIATE THREAT r0 PUBLIC WEN. C120-11S PROJECT-2 120-I t873-Do2 Fy�� 0 f 'F� 6 5 i 1 e RK C u 0 _ = _ x;r z 'SIGNAL _ k 4 d AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED TRAFFIC CONTROL PHASING PLAN 2 OF 3 CITY PROJECT i 015106 A NOT USED calrsOE 1.1"5 PNO.IEcr 00. 120-11873-002 Fy si Zfl C JN k 4 d 1 AYERS ST. PEDESTRIAN IMPROVEMENTS AND TURN LANE - SPID TO GOLLIHAR (BOND 2014) - REVISED NOT USED CR P123EC11 / E15106 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance wi the Drawin s,� ecifications and �cntra_c a pocu ts, this Bid Proposal is submitted by CMS ` t�'1dt �'.t"... '!. (.01,1 Xf I t ID►1,,L type or print name of company) on: Wednesday, March 20, 2019 by 2:00 PM for Project No. E15106 — Ayers Street Pedestrian Improvements and Turn Lane Addition — SPID to Gollihar (Bond 2014) - Revised . 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 - Project No. E15106 — Ayers Street Pedestrian Improvements and Turn Lane Addition — SPID to Gollihar (Bond 2014) - Revised 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: Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-1 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 Addendum No. Addendum Date Signature Acknowledging Receipt 1- (01-e: 10 - `- I �,Z-,5 --, L( -w v I I - a(D- a ,_-_,E-2,_,,I.--- 3(t r'0 I -I0- 1C1 41" av 1- .c)--. 11 z._.?):, 40 -- 3-- I .--r� 4- (s4 -- H- H - / .z �- -. r7 (. ,, ,`� 3 �-) - i q /, / - -- 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; Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-2 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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 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. Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-3 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 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 485 calendar days for the Base Bid or 425 days for the Base Bid plus Additive Alternate #1 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 30 calendar days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated in Section 00 30 01 BID FORM. 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. Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-4 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 G. SECTION 00 4516 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. 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. Bid Acknowledgement Form Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-5 ADDENDUM NO. 7 — ATTACHMENT A Rev 10/2018 ARTICLE 12 - BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: Haas -Anderson Construction, Ltd. (typed or printed full legal n me of Bidder) B(71 � r�_r (individual's signature) Name: D , 0 % I`in(Ls (typed or printed) Title: p Qridenon Menage ac ?•, !1* c Attest:1/1 (typed or Por printed (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: e - aqs----c rio , 1AI 1.2Sir-4.7 Phone: -25 Email: c iC__LI (Y'—h Q oo of e <�✓�'� (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 Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 003000-6 ADDENDUM NO. 7 —ATTACHMENT A Rev 10/2018 00 30 01 B11) FORM Project Name: Ayers St. Pedestrian Improvements and Turn Lane - SPID to Gollihar - Revised (Bond 2014) Project Number: E15106 Owner: City of Corpus Christi Bidder: Haas -Anderson Construction, Ltd. OAR: LS Designer: Lockwood, Andrews & Newnam, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION (MAXIMUM 5%) LS 1 $ 500,000.00 $ 500,000.00 A2 BONDS LS 1 $ 63,000.00 $ 63,000.00 A3 STORMWATER POLLUTION PREVENTION LS 1 $ 50,000.00 $ 50,000.00 A4 SILT FENCE LF 3,732 $ 4.80 S 17,913.60 A5 BLOCK SOD SY 5,016 $ 5.15 $ 25,832.40 A6 HYDROMULCH/SEEDING SY 6,447 $ 1.20 $ 7,736.40 A7 SILT FENCE (NORTH OF GOLLIHAR) LF 636 $ 5.10 $ 3,243.60 A8 BLOCK SOD (NORTH OF GOLLIHAR) SY 427 $ 6.65 S 2,839.55 A9 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) MO 14 $ 15,000.00 $ 210,000.00 Al0 TRAFFIC CONTROL PLAN AND PREP LS 1 $ 130,000.00 $ 130,000.00 A11 TRAFFIC CONTROL PLAN MOBILIZATION / ADJUSTMENTS EA 3 $ 15,000.00 $ 45,000.00 Al2 STORMWATER POLLUTION PREVENTION PLAN (NORTH OF GOLLIHAR) LS 1 $ 10,000.00 $ 10,000.00 A13 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) (NORTH OF GOLLIHAR) MO 3 $ 5,000.00 $ 15,000.00 A14 TRAFFIC CONTROL PLAN AND PREP (NORTH OF GOLLIHAR) LS 1 5 15,000.00 $ 15,000.00 A15 TCP MOBILIZATION / ADJUSTMENTS (NORTH OF GOLLIHAR) EA 2 $ 2,500.00 5 5,000.00 A16 OZONE ACTION DAY DAY 5 5 3,000.00 5 15,000.00 A17 SITE CLEARING AND STRIPPING AC 4 $ 200,000.00 $ 800,000.00 SUBTOTAL PART A - GENERAL (ITEMS Al THRU A17) $ 1,915,565.55 Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 REMOVE AND DISPOSE OF CONCRETE DRIVEWAYS SF 20,905 $ 1.90 $ 39,719.50 B2 REMOVE AND DISPOSE OF ASPHALT DRIVEWAYS SF 4,991 $ 0.75 5 3,743.25 B3 REMOVE AND DISPOSE OF CONCRETE BUS PAD SF 1,189 $ 2.55 $ 3,031.95 64 REMOVE AND DISPOSE OF MISC. CONCRETE SF 14,543 $ 2.50 $ 36,357.50 B5 STREET EXCAVATION SY 4,515 $ 17.00 $ 76,755.00 B6 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT REMOVAL AND DISPOSAL SY 9,225 $ 22.00 $ 202,950.00 87 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL AND DISPOSAL SY 162 $ 102.00 $ 16,524.00 Ilid Forte Ayers St. Pedestrian Improvements Turn Lane SPID to Gollihar (13ond 2014)— Revised. Project No. [15106 003001-Paec1of10 ADD[`DI:M NO. 7 — A 11 AC11MEN"1 A Rev 10/2018 00 30 01 131D FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B8 FULL DEPTH PAVEMENT REPLACEMENT - 12" COMPACTED SUBGRADE PREPARATION (1' B.O.G.) SY 9,387 $ 4.15 S 38,956.05 B9 FULL DEPTH PAVEMENT REPLACEMENT GEOGRID (TENSAR BX1100 or TX -5) SY 9,387 $ 2.55 $ 23,936.85 B10 FULL DEPTH PAVEMENT REPLACEMENT - 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 9,387 $ 31.00 8 290,997.00 B11 FULL DEPTH PAVEMENT REPLACEMENT - PRIME COAT (0.20 GALLONS/SY) GAL 1,420 $ 6.10 $ 8,662.00 B12 FULL DEPTH PAVEMENT REPLACEMENT - 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 7,064 $ 33.00 $ 233,112.00 B13 FULL DEPTH PAVEMENT REPLACEMENT - 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY 7,064 $ 22.00 $ 155,408.00 B14 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY 4,515 $ 4.15 $ 18,737.25 B15 GEOGRID (TENSAR BX1100 or TX -5) SY 4,515 $ 2.55 $ 11,513.25 B16 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 4,515 $ 31.00 $ 139,965.00 817 PRIME COAT (0.20 GALLONS/SY) GAL 730 $ 6.10 $ 4,453.00 B18 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 3,630 $ 33.00 $ 119,790.00 B19 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY 3,630 $ 22.00 $ 79,860.00 B20 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >0" TO <=1") SY 6,825 $ 2.45 $ 16,721.25 B21 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >1" TO <=2") SY 2,940 $ 4.90 $ 14,406.00 B22 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >2" TO <=4") SY 4,360 $ 9.80 $ 42,728.00 823 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >4" TO <= 6") SY 2,370 $ 15.00 $ 35,550.00 B24 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >6" TO <= 8") SY 380 $ 20.00 $ 7,600.00 B25 PLANING & TEXTURING CONCRETE PAVEMENT, TXDOT ITEM 354 & 483, SPECIAL SPEC. 3004 (TOTAL PLANING THICKNESS >0" TO <=2") SY 100 $ 330.00 $ 33,000.00 B26 22 AC LEVEL -UP - TYPE 'D', TXDOT ITEM 340, PG64 TON 2,900 $ 125.00 $ 362,500.00 827 1-112" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 SY 16,875 $ 19.00 $ 320,625.00 B28 SAW CUT (1-1/2" MAX) EXISTING HMAC PAVEMENT AT FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT LF 8,120 $ 3.60 $ 29,232.00 B29 HMAC PAVEMENT CORE/DRILL HOLE - 1" DIA. EA 20 $ 480.00 $ 9,600.00 B30 HMAC PAVEMENT CORE HOLE - 6" DIA. EA 9 8 691.00 $ 6,219.00 B31 CONCRETE DRIVEWAY (6" THICK) SY 3,724 $ 150.00 $ 558,600.00 B32 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(24")(SLD)(100 MIL) - STOP BAR LF 262 $ 17.00 $ 4,454.00 Rid Donn Ayers St. Pedestrian Improvements Turn Lane SPI[) to Gollihar (Bond 2014) — Revised. Project No. E15106 003001 -Page 20110 ADD1.NDU\1 NO. 7 — A'11 ACI1\9I:NT A RCN' 10/2018 00 30 01 13ID FORN1 Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B33 REFLECTIVE PREFORMED PAVEMENT MARKINGS TY.1 (W)(TRIANGLES)(SLD)(100 MIL) - YIELD BAR LF 20 $ 30.00 $ 600.00 B34 REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(24")(SLD)(100 MIL) - ROAD LF 518 $ 17.00 $ 8,806.00 B35 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(8")(SLD)(100 MIL) - ROAD LF 1,344 $ 0.95 $ 1,276.80 B36 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(SLD)(100 MIL) - ROAD LF 2,376 $ 0.45 $ 1,069.20 B37 REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(SLD)(100 MIL) - ROAD LF 7,450 $ 0.45 $ 3,352.50 B38 REFLECTIVE PAVEMENT MARKINGS TY.1 (B)(4")(SLD)(100 MIL) - PARKING LF 341 $ 3.90 $ 1,329.90 B39 REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(BKN)(100 MIL) - ROAD LF 870 $ 0.50 $ 435.00 B40 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(BKN)(100 MIL) - ROAD LF 1,930 $ 0.45 $ 868.50 B41 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(BKN)(100 MIL) - ROAD - LANE -DROP LF 856 $ 0.50 $ 428.00 B42 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(COMBO STRAIGHT/RIGHT TURN ARROW)(100 MIL) EA 1 $ 451.00 $ 451.00 B43 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(RIGHT TURN ARROW)(100 MIL) EA 13 $ 235.00 $ 3,055.00 B44 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(LEFT TURN ARROW)(100 MIL) EA 21 $ 235.00 $ 4,935.00 845 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(DIRECTIONAL ARROW)(100 MIL) EA 13 $ 632A0 $ 8,216.00 B46 PREFABRICATED PAVEMENT MARKINGS TY.1 (W)(WORD)"ONLY"(100 MIL) EA 18 $ 331.00 $ 5,958.00 B47 RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-A A) YELLOW EA 246 $ 3.90 $ 959.40 B48 RAISED REFLECTIVE PAVEMENT MARKINGS (TYII- C) WHITE EA 194 $ 3.90 $ 756.60 B49 RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-B B) BLUE EA 19 $ 3.90 $ 74.10 B50 COMBO STOP SIGN (R1-1)/STREET NAME SIGN (INCL. METAL POLE AND FOUNDATION) EA 5 $ 933.00 S 4,665.00 B51 SPEED LIMIT SIGN (R2-1)(INCL. METAL POLE AND FOUNDATION) EA 3 $ 692.00 $ 2,076.00 B52 RIGHT TURN ONLY SIGN (R3-5R)(INCL. METAL POLE AND FOUNDATION) EA 2 $ 632.00 S 1,264.00 B53 RIGHT LANE MUST TURN RIGHT (R3-7)(INCL. METAL POLE AND FOUNDATION) EA 4 5 662.00 $ 2,648.00 B54 NO PARKING SIGN (R8-3)(INCL. METAL POLE AND FOUNDATION) EA 12 $ 632.00 $ 7,584.00 655 PEDESTRIAN CROSSING AHEAD SIGN (W11-2) (INCL. METAL POLE AND FOUNDATION) EA 1 $ 692.00 $ 692.00 B56 LANE ENDS MERGE LEFT SIGN (W4-2) (INCL. METAL POLE AND FOUNDATION) EA 1 $ 692.00 $ 692.00 Bid Form Ayers St. Pedestrian improvements Turn Lime SP1D to GaIlihar (Bond 2014) - Revised. Project No. [15106 003001-P,nwc3of10 ADI)ENI)UM NO. 7 - ATI.ACI IMENT A Rev 10/2018 00 30 01 00) FORM Basis of Bid item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B57 LANE -DROP SIGN (W4 -2R) (INCL. METAL POLE AND FOUNDATION) EA 1 S 692.00 $ 692.00 B58 CENTER LANE ONLY W/ "BEGIN" (R3-9B)(M4 14)(INCL. METAL AND FOUNDATION) EA 8 $ 752.00 $ 6,016.00 B59 CENTER LANE ONLY W/ "END" (R3-9B)(M4-6)(INCL. METAL AND FOUNDATION) EA 8 $ 752.00 $ 6,016.00 B60 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 30,000.00 S 30,000.00 SUBTOTAL PART 63- STREET IMPROVEMENTS (ITEMS 131 THRU B60) $ 3,050,622.85 Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 CONCRETE BUS PAD SF 3,960 $ 23.00 $ 91,080.00 C2 6" TYPE A, GRADE 1 CRUSHED, LIMESTONE BASE PER TXDOT STD. ITEM NO. 247 SY 440 $ 48.00 $ 21,120.00 C3 CONCRETE SHELTER PAD SF 1,800 $ 13.00 $ 23,400.00 C4 REMOVE CONCRETE CURB (NORTH OF GOLLIHAR) LF 139 $ 6.35 $ 882.65 C5 REMOVE ASPHALT DRIVEWAY (NORTH OF GOLLIHAR) SF 1,224 $ 0.65 $ 795.60 C6 CONCRETE DRIVEWAY (6" THICK) (NORTH OF GOLLIHAR) SY 170 $ 135.00 $ 22,950.00 C7 REMOVE EXISTING CONCRETE FLUME (NORTH OF GOLLIHAR) LS 1 $ 339.00 $ 339.00 C8 REMOVE EXISTING CONCRETE SIDEWALK (NORTH OF GOLLIHAR) SF 372 $ 1.25 $ 465.00 C9 REMOVE EXISTING RAMP (NORTH OF GOLLIHAR) SF 78 $ 2.15 $ 167.70 010 4" CONCRETE PEDESTRIAN SIDEWALK (NORTH OF GOLLIHAR) SF 2,629 $ 9.00 $ 23,661.00 011 ADA CURB RAMP (NORTH OF GOLLIHAR) SF 660 $ 23.00 $ 15,180.00 C12 CONCRETE HEADER CURBS AT CURB RAMPS AND LANDINGS (NORTH OF GOLLIHAR) LF 60 $ 33.00 $ 1,980.00 SUBTOTAL PART C - RTA IMPROVEMENTS (ITEMS C1 THRU C12) $ 202,020.95 Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 REMOVE EXISTING CONCRETE SIDEWALK SF 2,004 $ 1.25 $ 2,505.00 02 REMOVE EXISTING RAMP SF 510 $ 1.95 $ 994.50 D3 REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(24")(SLD)(100 MIL) - CROSSWALK LF 731 $ 17.00 $ 12,427.00 D4 4" CONCRETE PEDESTRIAN SIDEWALK SF 29,003 $ 12.00 $ 348,036.00 D5 12" HIGH SIDEWALK RETAINING CURB LF 30 $ 80.00 $ 2,400.00 D6 ADA CURB RAMP SF 3,916 $ 23.00 $ 90,068.00 07 CONCRETE HEADER CURBS AT CURB RAMPS AND LANDINGS LF 370 $ 33.00 $ 12,210.00 D8 VAN ACCESSIBLE PARKING SPACE (INCLUDES 4" BLUE REFLECTORIZED ACCESS AISLE PAVEMENT MARKINGS, WHITE ON BLUE INTERNATIONAL SYMBOL PAVEMENT MARKING, 4" BLUE REFLECTORIZED PARKING STRIPE & RESERVED PARKING SIGN) EA 3 $ 1,440.00 $ 4,320.00 SUBTOTAL PART D - ADA IMPROVEMENTS (ITEMS 01 THRU 08) $ 472,960.50 I3id Form Ayers St. Pedestrian improvements Turn Lan- SPID to Golliliar (Bond 2014) -- Revised. Project No. E15106 00 30 01 - Page 4 of 10 ADDENDUM NO. 7.- 1V1i ACI IMENT A Rcv 10!201$ 00 30 01 131D FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El REMOVE EXISTING HEADWALL LF 75 $ 56.00 S 4,200.00 E2 REMOVE EXISTING INLET TOP TO BE REMOVED & REPLACE W/CUSTOM LID TOP EA 2 S 3,900.00 $ 7,800.00 E3 REMOVE EXISTING GRATE INLET EA 21 $ 730.00 $ 15,330.00 E4 REMOVE EXISTING GRATE INLET AND REPLACE W/ STANDARD GRATE INLET (NORTH OF GOLLIHAR) EA 2 $ 5,010.00 $ 10,020.00 E5 REMOVE CURB AND GUTTER LF 421 $ 6.35 $ 2,673.35 E6 REMOVE CONCRETE CURB LF 295 S 2.85 $ 840.75 E7 REMOVE EXISTING 18" RCP (SINGLE) LF 1,117 $ 30.00 $ 33,510.00 E8 REMOVE EXISTING 2-18" RCP (DUAL) LF 2,161 $ 60.00 $ 129,660.00 E9 REMOVE EXISTING 24" RCP LF 479 $ 61.00 $ 29,219.00 E10 REMOVE EXISTING 36" RCP LF 358 S 94.00 $ 33,652.00 El 1 18" RCP LF 1,023 $ 231.00 $ 236,313.00 E12 24" RCP LF 2,042 $ 190.00 $ 387,980.00 E13 36" RCP LF 1,067 $ 236.00 $ 251,812.00 E14 6'X3' BOX CULVERT LF 2,171 $ 447.00 $ 970,437.00 E15 TRENCH SAFETY FOR STORM WATER PIPE/BOX LF 6,302 $ 3.00 $ 18,906.00 E16 4' DIAMETER TYPE 'A' MANHOLE EA 10 $ 4,910.00 $ 49,100.00 E17 5' DIAMETER TYPE 'A' MANHOLE EA 2 $ 4,770.00 $ 9,540.00 E18 MANHOLE RISER EA 11 $ 3,640.00 $ 40,040.00 E19 TRENCH SAFETY FOR STORM WATER MH/INLET/RISER EA 47 $ 67.00 $ 3,149.00 E20 STD. 6" CURB AND GUTTER LF 7,762 $ 25.00 $ 194,050,00 E21 PROP. 36" RCP TO EXISTING JUNCTION BOX EA EA 1 $ 4,350.00 $ 4,350.00 E22 CONNECT TO EXISTING GRATE INLET EA 2 5 1,870.00 S 3,740.00 E23 CONNECT TO EXISTING CURB INLET EA 3 $ 1,870.00 $ 5,610.00 E24 5' CURB INLET EA 24 $ 4,780.00 $ 114,720.00 E25 INLET PROTECTION EA 24 $ 181.00 $ 4,344.00 E26 INLET PROTECTION (NORTH OF GOLLIHAR) EA 4 $ 181.00 $ 724.00 E27 4'x4' GRATE INLET (GROUT FILLED TO FLOWLINE) EA 35 $ 4,900.00 $ 171,500.00 E28 SAFETY END TREATMENT (S.E.T.) 36" RCP EA 3 $ 3,400.00 $ 10,200.00 E29 SITE GRADING AND EMBANKMENT SY 24,124 $ 2.60 $ 62,722.40 E30 GRADE EXISTING DITCH TO DRAIN SY 1,118 S 6.15 $ 6,875.70 E31 CONCRETE WINGWALL WITH PARALLEL WINGS, TYPE PW 2, NON -SKEWED BOX CULVERT, STA. 10+63.16 LS 1 $ 12,600.00 $ 12,600.00 E32 OUTFALL RIPRAP SY 20 5 146.00 S 2,920.00 E33 5' CONCRETE VALLEY GUTTER LF 77 $ 112.00 $ 8,624.00 E34 6" CONCRETE SLOPE PROTECTION, INCLUDING 24" TURNDOWN SY 21 $ 221.00 $ 4,641.00 E35 LOW PROFILE CONCRETE BARRIERS EA 90 $ 1,340.00 $ 120,600.00 E36 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 Bid Form .\\crs St. Pedestrian lnlpruccincnts Turn Lane SP11) to Gallihar (Bond 2014) — Revised. Project No. [ 151061 00 30 01 - Page 5 of 10 ADD[_NDI M NO. 7 ATTA('l IMI.NT Rev 1012018 00 30 01 130) FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (ITEMS El THRU E36) $ 2,987,403.20 Part F - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 REMOVE AND SALVAGE EXISTING FIRE HYDRANT EA 11 $ 1,350.00 ' $ 14,850.00 F2 GROUT & ABANDON -IN-PLACE EXISTING 8"' WATERLINE LF 1,553 $ 20.00 $ 31,060.00 F3 GROUT & ABANDON -IN-PLACE EXISTING 24" WATERLINE LF 155 $ 46.00 $ 7,130.00 F4 6" C900 PVC WATERLINE BY OPEN CUT LF 25 $ 142.00 $ 3,550.00 F5 8" C900 PVC WATERLINE W/ RESTRAINED JOINTS BY OPEN CUT LF 750 $ 102.00 $ 76,500.00 F6 8" DIA. FUSIBLE PVC WATERLINE BY HDD LF 890 $ 289.00 $ 257,210.00 F7 20" PVC (C905 SDR18) WATERLINE W/ RESTRAINED JOINTS BY TRENCHLESS METHOD LF 164 $ 912.00 $ 149,568.00 F8 20" PVC (C905 SDR18) WATERLINE W/ RESTRAINED JOINTS BY OPEN CUT LF 16 $ 669.00 $ 10,704.00 F9 24" DIA. TEMPORARY LINE STOP EA 2 $ 51,200.00 $ 102,400.00 F10 ADD EXTERNAL RESTRAINT TO EXISTING 24 -INCH DIP PIPE JOINTS EA 16 $ 3,870.00 $ 61,920.00 F11 2 -INCH COMBO LOW PROFILE AIR RELEASE VALVES W,'VENTS BOLLARDS AND MANHOLE EA 1 $ 21,600 00 $ 21,600.00 F12 REMOVE EXISTING 24" DIP WATERLINE AT CROSSING W/ PROPOSED RCB LF 30 $ 126.00 $ 3,780.00 F13 24 -INCH CUT AND PLUG D.I. M.J. EA 2 $ 4,230.00 $ 8,460.00 F14 8 -INCH CUT AND PLUG D.I. M.J. EA 5 $ 3,140.00 $ 15,700.00 F15 6 -INCH CUT AND PLUG D.I. M.J. EA 1 $ 2,370.00 $ 2,370.00 F16 24" X 20" ECCENTRIC TOP REDUCER D.I. M.J. EA 2 $ 4,180.00 $ 8,360.00 F17 24"X20" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 2 $ 37,100.00 $ 74,200.00 F18 8"X8" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 5 $ 7,340.00 $ 36,700.00 F19 8"X6" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 16 $ 5,800.00 $ 92,800.00 F20 6"X6" TAPPING SLEEVE & VALVE (TS&V) W/BOX EA 1 $ 6,220.00 $ 6,220.00 F21 TRENCH SAFETY FOR WATER LINES LF 642 $ 3.60 $ 2,311.20 F22 NEW FIRE HYDRANT ASSEMBLY (TYPE 1) EA 20 $ 8,380.00 $ 167,600.00 F23 NEW FIRE HYDRANT ASSEMBLY (TYPE 2) EA 4 $ 7,830.00 $ 31,320.00 F24 6" GATE VALVE WITH BOX & COVER EA 1 $ 1,390.00 $ 1,390.00 F25 8" GATE VALVE WITH BOX & COVER EA 5 $ 1,960.00 $ 9,800.00 F26 REPLACE EXISTING WATER SERVICE WITH NEW SERVICE CONNECTION EA 7 $ 3,580.00 $ 25,060.00 F27 RELOCATE EXIST. WATER METER (INCLUDES ALL REQ'D FITTINGS, VALVES, AND METER BOXES) EA 7 $ 2,580.00 $ 18,060.00 F28 ADJUST EXISTING WATER VALVE BOX TO FINISH GRADE EA 8 $ 1,030.00 $ 8,240.00 F29 ADUST EXISTING MANHOLES, VALVE BOXES AND METER BOXES TO FINISH GRADE AT SIDEWALKS AND CURB RAMPS (NORTH OF GOLLIHAR) EA 40 $ 1,530.00 $ 61,200.00 F30 8"X6" REDUCER D.I. M.J. EA 1 $ 554.00 $ 554.00 F31 8"X8"X6" TEE D.1. M.J. EA 5 $ 818.00 $ 4,090.00 Bid Donn Ayers St_ Pedestrian Improvements Turn Lane SI'II) to Collihar (Uond 2014) — Revised_ Project No. 015106 00 30 01 - Page 6 of 10 \DDI/NDl;M NO. 7 - AT I'ACliN11iN'1 A Rev 10/2018 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT F32 8"X8"X8" TEE D.I. M.J. EA 5 $ 854.00 $ 4,270.00 F33 8 -INCH DUCTILE IRON PIPE LF 84 $ 226.00 $ 18,984.00 F34 8 -INCH D.I. BLIND FLANGE EA 4 $ 397.00 $ 1,588.00 F35 8 -INCH D.I. 11.25 DEG M.J. BEND EA 4 $ 698.00 $ 2,792.00 F36 8 -INCH D.I. 22.5 DEG M.J. BEND EA 4 $ 702.00 S 2,808.00 F37 8 -INCH D.I. 45 DEG M.J. BEND EA 10 $ 692.00 S 6,920.00 F38 8 -INCH D.I. 90 DEG M.J. BEND EA 8 $ 714.00 $ 5,712.00 F39 20 -INCH DUCTILE IRON PIPE LF 40 $ 484.00 $ 19,360.00 F40 20 -INCH D.I. 45 DEG M.J. BEND EA 4 $ 2,460.00 $ 9,840.00 F41 20 -INCH D.I. 90 DEG M.J. BEND EA 6 $ 2,980.00 $ 17,880.00 F42 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (ITEMS F1 THRU F42) $ 1,454,861.20 Part G -WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 CUT, PLUG, GROUT AND ABANDON 12" WASTEWATER LINE LF 364 $ 25.00 $ 9,100.00 G2 CUT, PLUG, GROUT AND ABANDON 10" WASTEWATER LINE LF 75 $ 30.00 $ 2,250.00 G3 REMOVE EXISTING WASTEWATER MANHOLE EA 3 $ 3,150.00 $ 9,450.00 G4 12" PVC C900 DR18 LF 385 $ 156.00 $ 60,060.00 G5 10" PVC C900 DR18 LF 85 $ 154.00 $ 13,090.00 G6 4` DIA WASTEWATER MANHOLE EA 6 $ 15,900.00 $ 95,400.00 G7 ADJUST EXISTING MANHOLES TO GRADE EA 11 $ 3,940.00 $ 43,340.00 G8 REMOVE AND REPLACE 12" WASTEWATER LINE AT WATERLINE CROSSINGS EA 6 $ 5,320.00 $ 31,920.00 G9 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 $ 10,000.00 $ 10,000A0 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (ITEMS G1 THRU G9) $ 274,610.00 Part H -GAS IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Hi BACKFILL AND COMPACT NEW GAS LINE TRENCHES CY 300 $ 52.00 $ 15,600.00 SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H1) $ 15,600.00 Part I -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) (NOTE 1) A9 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) MO -14 $ 15,000.00 $ (210,000.00) B5 STREET EXCAVATION SY -4,515 $ 17.00 S (76,755.00) B6 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT REMOVAL AND DISPOSAL SY -9,225 $ 22.00 $ (202,950.00) B7 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL AND DISPOSAL SY -162 $ 102.00 $ (16,524.00) B8 FULL DEPTH PAVEMENT REPLACEMENT - 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY -9,387 $ 4.15 $ (38,956.05) B9 FULL DEPTH PAVEMENT REPLACEMENT GEOGRID (TENSAR BX1100 or TX -5) SY -9,387 $ 2.55 $ (23,936.85) Bid Forni Ayers St. Pedestrian improvements Turn Lane SPID to Gollihur (Bond 201.4) Revised. Project No. E.15106 00;001- Page 7of10 ABI)FNI)IJM NO. 7 — A"1-fACI INIENT A Rev 10/3018 00 31) 01 131D I (7R\1 Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B10 FULL DEPTH PAVEMENT REPLACEMENT - 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 9,387 $ 31.00 $ (290,997.00) B11 FULL DEPTH PAVEMENT REPLACEMENT - PRIME COAT (0.20 GALLONS/SY) GAL -1,420 $ 6.10 $ (8,662.00) B12 FULL DEPTH PAVEMENT REPLACEMENT - 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 7,064 $ 33.00 $ (233,112.00) B13 FULL DEPTH PAVEMENT REPLACEMENT - 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY -7,064 $ 22.00 $ (155,40$.00) B14 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY -4,515 $ 4.15 $ (18,737.25) B15 GEOGRID (TENSAR BX1100 or TX -5) SY -4,515 $ 2.55 $ (11,513.25) B16 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY -4,515 $ 31.00 $ (139,965.00) B17 PRIME COAT (0.20 GALLONS/SY) GAL -730 $ 6.10 $ (4,453.00) B18 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY -3,630 $ 33.00 $ (119,790.00) B19 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY -3,630 $ 22.00 $ (79,860.00) B20 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >0" TO <=1") SY -6,825 $ 2.45 $ (16,721.25) B21 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >1" TO <=2") SY -2,940 $ 4.90 $ (14,406.00) B22 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >2" TO <=4") SY 4,360 $ 9.80 $ (42,728.00). B23 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >4" TO <= 6") SY -2,370 $ 15.00 $ (35,550.00) B24 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >6" TO <= 8") SY -380 $ 20.00 $ (7,600.00) B25 PLANING & TEXTURING CONCRETE PAVEMENT, TXDOT ITEM 354 & 483, SPECIAL SPEC. 3004 (TOTAL PLANING THICKNESS >0" TO <=2") SY -100 $ 330.00 $ (33,000.00) B26 22 AC LEVEL -UP - TYPE '0', TXDOT ITEM 340, PG64 TON -2,900 $ 125.00 $ (362,500.00) B27 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 SY -16,875 $ 19.00 $ (320,625.00) B28 SAW CUT (1-1/2" MAX) EXISTING HMAC PAVEMENT AT FULL DEPTH PAVEMENT REMOVAL AND REPLACEMENT LF -8,120 $ 3.60 $ (29,232.00) B29 HMAC PAVEMENT CORE/DRILL HOLE - 1" DIA. EA -20 $ 480.00 $ (9,600.00) B30 HMAC PAVEMENT CORE HOLE - 6" DIA. EA -9 $ 691.00 $ (6,219.00) 11 TRAFFIC CONTROL ITEMS (SIGNS, BARRICADES, CHANNELIZING DEVICES, ETC.) MO 16 $ 15,000.00 $ 240,000.00 12 STREET EXCAVATION SY 4,515 $ 14.00 $ 63,210.00 13 STREET EXCAVATION - FULL DEPTH HMAC PAVEMENT REMOVAL AND DISPOSAL SY 17,108 $ 21.50 $ 367,822.00 14 STREET EXCAVATION - FULL DEPTH CONCRETE PAVEMENT WITH HMAC OVERLAY REMOVAL AND SY 6,964 $ 39.00 $ 271,596.00 13id Fonn Ayers St. Pedestrian Improvements Turn Lane SPI]) to Gollihar (Bond 2014) — Revised. Project No. 1.:15 106 0030 O1 - Page 8 of 10 ADDEND!;\ NO. 7 — Av1TACI ]\IENT .\ Rev 1012013 00 30 01 1311) FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 15 12" COMPACTED SUBGRADE PREPARATION (1' B.O.C.) SY 28,587 2.80 $ 80,043.60 16 GEOGRID (TENSAR BX1100 or TX -5) SY 28,587 $ 2.40 $ 68,608.80 17 11" CRUSHED LIMESTONE BASE TYPE A GRADE 1-2 SY 28,587 $ 27.50 $ 786,142.50 18 PRIME COAT (0.20 GALLONS/SY) GAL 5,080 $ 4.50 $ 22,860.00 19 5" TYPE 'B' HMAC, TXDOT ITEM 340, PG64-22 SY 25,379 $ 29.00 $ 735,991.00 110 3" TYPE 'D' HMAC, TXDOT ITEM 340, PG64-22 SY 25,379 $ 18.00 S 456,822.00 111 PLANING & TEXTURING HMAC PAVEMENT, TXDOT ITEM 354 (TOTAL PLANING THICKNESS >0" TO <=2") (FROM STA. 2+00 TO APPROX. STA. 4+68) SY 2,190 $ 9.00 $ 19,710.00 112 HMAC LEVEL -UP - TYPE '0', TXDOT ITEM 340. PG64 22 (FROM STA. 2+00 TO APPROX. STA. 4+68) TON 50 $ 142.00 $ 7,100.00 113 1-1/2" MIN. HMAC OVERLAY - TYPE D, TXDOT ITEM 340, PG64-22 (FROM STA. 2+00 TO APPROX. STA. 4+68) SY 2,190 $ 15.00 $ 32,850.00 SUBTOTAL PART 1 - ADDITIVE ALTERNATE NO. 1 (ITEMS 11 THRU 113) & DELETE ITEMS B5 THRU B30 $ 642,955.25 13id Donn Ayers St. Pedestrian [tnprovcmcnts Turn Lane SPID to Goliihar (Bond 2014) — Revised. Project No. [15100 00 3001-Par.e9of10 ADDENDUM NO. 7 — ATI ACI IMENT A Rev 10/2018 00 30 01 1311) FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (ITEMS Al THRU A17) S 1.915,565.55 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B60) S 3,050,622.85 SUBTOTAL PART C - RTA IMPROVEMENTS (ITEMS Cl THRU C12) $ 202,020.95 SUBTOTAL PART D - ADA IMPROVEMENTS (ITEMS 01 THRU D8) $ 472,960.50 SUBTOTAL PART E - DRAfNAGE IMPROVEMENTS (ITEMS El THRU E36) 3 2,987,403.20 SUBTOTAL PART F - WATER IMPROVEMENTS (ITEMS F1 THRU F42) S 1,454,861.20 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (ITEMS G1 THRU G9) $ 274,610.00 SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS H1 THRU Hi) 3 15,600.00 TOTAL PROJECT BASE BID (PARTS A THRU H) $ 10,373,644.25 SUBTOTAL PART I -ADDITIVE ALTERNATE NO. 1 (ITEMS 11 THRU 113) & DELETE ITEMS B5 THRU B30 $ 642,955.25 TOTAL PROJECT BASE BID AND ADDITIVE ALTERNATE NO. 1 (PART A THRU I) $ 11,016,599.50 NOTES: 1. ALTERNATE NO. 1 DELETES THE BASE BID ITEMS 85 THRU B30 IN THEIR ENTIRETY. THE UNIT PRICE FOR ITEMS B5 THRU B30 IN ALTERNATE NO. 1 SHALL MATCH THE UNIT PRICES IN BASE BID ITEMS B5 THRU B30. 13id Form Ayers St. Pedestrian improvements "1 urn lane SP11) W Gullihar (Bond 2014) -- Revised. Project No. 015100 00 30 01 -Pate 10 of 10 ADDI ND1 M NO. 7 — A'ITACIIMENT A RCN' 1012018 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. LJ 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: By: Name: Title: Business address: Phone: Haas -Anderson Construction, Ltd. (typed or printed) (signature -- attach evidence of authority to sign) D , 1T99-5 le (typed or printed) ()D- h 01' el 11H q,,4.,,,,r,y,!-744--2 j"? 5� Email: (7,1CuG/Qv; �,,c-i ,; covv-‘ END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Ayers St. Pedestrian Improvements & Turn Lane ADDENDUM NO. 6 — ATTACHMENT A SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 10/2018 00 30 05 City of Corpus Christi Disclosure of Interest r SUPPLIER NUMBER TO BE ASSIGNED BY CI IY C PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus Chnsti DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. if the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: Haas -Anderson Construction, Ltd. 1 "t - /4016,61, CITY: 6t'/j,t..S?O4lrei; ZIP: I 2. Partnership 3. 5. Other Er/ FIRM IS: 1. Corporation 4. Association Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name yik 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 A)' /4Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name / . Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in e above named "firm." Name oil Consultant City of Corpus Christi 00 30 05 -1 Disclosure of Interest Rev 01-13-2016 Ayers St. Pedestrian Improvements & Turn Lane - SPID to Gollihar (Bond 2014) - Revised, Protect No. E15106 ;w „.4 �.,.w. s" t • FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to theCity of Cornus Christi, Texas as changes occur. Certifying Person: L 1 i 7 (Type or Prins) Signature of Certifying Person: Title: ?/„ DEFINITIONS Date: 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 - 2 Disclosure of Interest Rev 01-13-2016 Ayers St. Pedestrian Improvements & Turn Lane - SPID to Gollihar (Bond 2014) - Revised, Project No. E15106 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: Ayers St. Pedestrian Improvements & Turn Lane — SPID to Gollihar (Bond 2014) - Revised Project No. E15106 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: Naas -Anderson Construction, Ltd. ...�.,., By: Name: Title: Business address: Phone: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) p - 2 ., aS:Artd®r fi I ansge a' M4, :,r ftoa fh,il 4 L &r -,o/ its i` �r?l 341 - EmaiI: dir—b 4.1 gV14 7-S --4,-10. (`c , Caefrt END OF SECTION Non -Collusion Certification 00 30 06 - 1 Ayers St. Pedestrian Improvements & Turn Lane ADDENDUM NO. 6 — ATTACHMENT A SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 10/2018 »r a a4�:s�u:;! Certificate of Corporate Resolution 092618 1, Randall A Moore, the undersigned Vice President and Secretary of Haas -Anderson Management L.C. (The "Corporation") hereby certifies that: The Corporation is duly organized and existing under the laws of the State of Texas and the following is true, accurate and complete transcript of a resolution duly passed and adopted by the Board of Directors of said Corporation at a meeting duly held on the 26th day of September, 2018 at which meeting there was present and acting throughout a quorum authorized to transact business hereinafter described, and that the proceedings of said meeting were in accordance with the charter and by-laws of said Corporation and that said resolutions have not been amended or revoked and are in full force and effect. Resolved, that the individuals named below are hereby appointed as the current Officers of the Corporation to the positions appearing next to their names: Darryl O. Haas President Drew P. Cullen Vice President Randall A. Moore Vice President and Secretary RESOLVED FURTHER, that each Officer above may enter into contracts or execute and deliver instruments on behalf of the Corporation; RESOLVED FURTHER, that the each of the officers named above shall serve in his or her respective capacity until a successor is duly qualified and appointed by the Board of Directors of the Corporation; RESOLVED FURTHER., that these Officers are empowered to carry out the day-to-day business of the Corporation, to perform all acts necessary and appropriate to carry out the business of the Corporation; RESOLVED FURTHER, that all acts, transactions, agreements, or actions undertaken by any of the Officers, Directors, and/or representatives of this Corporation, prior to this date, in connection with the foregoing matters, the formation of the Corporation, and all matters resolved in all previous resolutions of the Corporation, are hereby ratified and confirmed as the valid actions of the Corporation, effective as of the date such actions were taken; RESOLVED FURTHER, that all resolutions, consents, certificates, agreements, and actions undertaken prior hereto by any of the Officers and/or Directors of this Corporation, are hereby ratified and confirmed as the valid actions of the Corporation, effective as of the date such actions were taken; and RESOLVED FURTHER, that the Officers and Directors of the Corporation be, and they hereby are, authorized to do any and all acts and things and to execute any and all agreements, consents, certificates, and documents as in their opinion, or in the opinion of counsel to the Corporation, may be necessary or appropriate in order to carry out the purposes and intent of any of the foregoing resolutions. PASSED, by the Board of Directors of the Corporation this 26'" day of September 2018. Darryl O. Haas President Haas -Anderson Management L.C. Drew P. Cullen Vice President Haas -Anderson Management L.C. dall A. Moore Vice President and Secretary. Haas -Anderson Management L.C. In Witness whereof; I have signed this certification for the Corporation on Septe , 2. I8. ♦ f andall A. Moore, Secretary RAM 1 Haas -Anderson Management L.C. BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Haas -Anderson Construction, Ltd. , as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Corpus Christi, as Obligee, in the sum of Five Percent (5%) of Amount Bid by Principal Dollars ($Five Percent (5%) of Amount Bid by Principal) 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 Project No. E15106 Ayers Street Pedestrian Improvements and Turn Lane Addition — SPID to Gallihar — (Bond 2014) ("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 20 day of March, 2019. Haas -Anderson Construction, Ltd. (Principal) By: pit , •r 1 t.,/ _ Travelers Casualty and Surety Company of America By: a urn ()I/Aar Lonna Pokrant, Attorney -in -Fact TRAVELERS) 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 Lonna Pokrant of Corpus Christi Texas , their true and lawful Attorney -in -Fact 10 sign, execute, seal and acknowledge any and all bonds, recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. Robert L. Raney, Senior 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 .w mmita. 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 Chaimian, 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 AZO day of (gatch , Qot9 Kevin E. Hughes, Assi'tant Secretary To verify the authenticity of this Power of Attorney, please call us at1-800-421-3880. Please refer to the above-named Attorney -in -Fact aid the details of the bond to which the power is attached. STPAUL Wr 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. 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 13, 2019, is between the City of Corpus Christi (Owner) and Haas -Anderson Construction, Ltd (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: Ayers St. Pedestrian Improvements & Turn Lane — SPID to Gollihar (Bond 2014) - Revised Project No. E15106 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood, Andrews & Newnam, Inc. 500 N. Shoreline Blvd., Suite 905 Corpus Christi, Texas 78401 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINED Kent Power, P.E. — Acting Construction Management Engineer City of Corpus Christi — Engineering Services 4917 Holly Road, Bldg #5 Corpus Christi, TX 78413 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 425 calendar days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 455 calendar days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 52 23 - 1/6 Rev 06-22-2016 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,000.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,000.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid + Add. Alt. No. 1 $ 11,016,599.50 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 52 23 - 2/6 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 52 23 - 3/6 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. 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. Agreement Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 52 23 - 4/6 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 52 23 - 5/6 Rev 06-22-2016 ATTEST Digitally signed by Rebecca Huerta ON: cn=Rebecca Huerta, o=Gty of Corpus Cbristi. ou=City Secretary, email=rebeccabracctexas. com, =US Date: 2019.09.12 09:55:09 -05'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Digitally signed by Kent Mcllyer DN: cn=Kent Mcllyar. o. ou. email=kentmc@cctexas.com. c=US Date: 2019.09.05 16:39:38 -05'00' Assistant City Attorney CITY OF CORPUS CHRISTI J.H. Edmonds, P.E. Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2019.09.10 15:25:19 -05'00' Director of Engineering Services Ord. 031834 BY COUNCIL 08/13/2019 RH/AB AUTHORIZED Digitally signed by RH/AB Date: 2019.09.10 16:35:58 -05'00' ATTEST (IF CORPORATION) CONTRACTOR Haas -Anderson Construction, Ltd (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Darryl O. Haa Digitally signed by Darryl 0. Haas S Date: 2019.08.14 17:31:22 -05'00' President, Haas -Anderson Mgmt., L.C. Gen. Partner P.O. Box 7692 Address Corpus Christi, Texas 78467 City 361/853-2535 Phone dcullen@haas-anderson.com State Zip Fax EMail END OF SECTION Agreement Ayers St. Pedestrian Improvements & Turn Lane SPID to Gollihar (Bond 2014) — Revised, Project No. E15106 00 52 23 - 6/6 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 107110363 Contractor as Principal Name: Haas Anderson Construction, Ltd Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 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: Protect No. E15106 Ayers St Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) Revised Award Date of the Contract: August 13, 2019 Contract Price: $11,016,599.50 Bond Dale or Bored: August 15, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Travelers Casualty and Surety Company of A Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 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): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78469-3280 Telephone: 361-883-3803 Email Address: Ipokrant@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number. 1-800-252-3439 Performance Bond 00 6113 -1 E15106 Ayers St Pedestrian Impr & Turn Ln Addition SPID to Gollihar (Bond 2014) Revised 7-8-2014 »erica 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 al! liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal/ Signature: i f�i<%//��-�5►-� Surety Signature. '14 ♦ 1. Name: 0. 0. /44- os Name: Lonna Pokrant Title: Pr, id;Pg. Naas -Anderson Masse eng., ki.... Title: Attorney -in -Fact CaileFmail Address: Email Address: Ipokrant (7 keetchins com / p:1 L....s o haat- R^.1*el CM.tb.A4 (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E15106 Ayers St Pedestrian Impr & Turn Ln Addition SPID to Gollihar (Bond 2014) Revised 006113-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Lonna Pokrant of Corpus Christi 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: Ti Robert L. Raney, Sehfor 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. Y,n My Commission expires the 30th day of June, 2021 ?MM ` , ` -Q- Q Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more 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 Attomey 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 15 day of 6(k3Ltst , aQ i9 Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. ST PAUL 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. 00 6116 PAYMENT BOND BOND NO, 107110363 Contractor as Principal Name: Haas -Anderson Construction, Ltd Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 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: Proiect No. E15106 Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) Revised Award Date of the Contract: August 13, 2019 Contract Price: $11,016,599.50 Bond Date of Bond: August 15. 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Travelers Casualty and Surety Company of Amer Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 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): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: Ipokrant©keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number. 1-800-252-3439 ica Payment Bond Form 00 6116 -1 E15106 Ayers St Pedestrian Impr & Turn Ln Addition SPID to Gollihar (Bond 2014) Revised 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that tithe Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Signature: Name: Tltle:17- Email Address; Principal Surety Signatur ' S S cn �Q,_ \-4)VAD-rj—, idg/,���— j%. 0. %T4&S Name: Lonna Pokrant J ° :r.2: -4A. Ja• :ft tru ccr Title: Attorney -in -Fact ,. !7,?2 P : tlar Email Address: Ipokrant@keetchins.com cl lla.os Q Ac s— a .i •IDet o 4 . a r4 (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E15106 Ayers St Pedestrian Impr & Turn Ln Addition SPID to Gollihar (Bond 2014) Revised 006116-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Lonna Pokrant of Corpus Christi Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017, State of Connecticut By: City of Hartford ss. Robert L. Raney, Serifor 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 ()ALA- 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 Attomeys-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 Attomey executed by said Companies, which remains in full force and effect. Dated this 15 day of 6(r1�1 LSt , j_09 ,C ANQ p �G L 4 7 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. ST PAUL WI 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. / ® CERTIFICATE OF LIABILITY INSURANCE A�o DATE (MM/DDIYYYY) E/29/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER Upshaw Insurance Agency, Inc. 801 S. Fillmore, Suite 300 Amarillo TX 79101 CONTACT NAME: Lauren Freeman PHONE FAX (A/C, No, Ext): 806-468-0400 (A/C, No): 806-468-0450 ADDRESS: laurenf@upshaw-insurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Travelers Casualty Insurance 19046 INSURED HAASAND-01 Haas -Anderson Construction, Ltd.; HAAS -Anderson Management, L.C; HAC Equipment, LTD; HAC Materials LTD; HAC Materials Management, L.C.; Hac Holdings, LLP; ELDT Invt. LTD 1402 Holly Road Corpus Christi TX 78467 INSURER B : Colony Insurance Co. 39993 INSURER c: Great American Insurance Co 16691 INSURERD: $ 1,000,000 INSURERE: INSURER F : X COVERAGES CERTIFICATE NUMBER: 2009784221 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE INSD DDL NSD SWUBR VD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y DT -CO -7J905445 9/1/2019 9/1/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE PREM SESO(Ea occur ence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES ' PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY x SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y BA -7J777824-19 9/1/2019 9/1/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y CUP -7J941561-18-26 9/1/2019 9/1/2020 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED X RETENT ON $ 10.000 Prod/Comp Ops Agg $ 1,000,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A Y UB -7J940299-18 9/1/2019 9/1/2020 X PER STATUTE ERH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B A C Pollution Equipment/Property Excess Liability Y CPLUS307456 QT -660-8J645106 TUE1399241-02 9/1/2019 9/1/2019 9/1/2019 9/1/2020 9/1/2020 9/1/2020 Occurrence/Aggregate Leased/Rented Limit Occurrence/Aggregate $5,000,000 $750,000 $19,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Endorsements shown here only apply if there is a written contract between the named insured and certificate holder. GL: Policy includes a blanket additional insured endorsement including primary non-contributory language and completed operations see attached (CG D6 04 08 13) and blanket waiver of subrogation see attached (CG D3 16 11 11). AU: Policy includes a blanket additional insured endorsement including primary and non-contributory language and blanket waiver of subrogation. UMB: Policy follows form on underlying additional insureds and contains a waiver of subrogation endorsement. UMB: underlying policies include GL,AU & WC. WC: Policy includes a blanket waiver of subrogation endorsement. 30 days notice of cancellation applies, except 10 days for non-payment. Ayers St. Pedestrian Improvements & Turn Lane Addition SPID to Gollihar (Bond 2014) -Revised Project No. E15106 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Engineering Attn: Construction Contract Admin. PO Box 9277 Corpus Christi TX 78469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED -AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: CO .- O= O= O= 11111.1111111111111111 1111111111111111111111 r..01111111111111111111111111 (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; Othe person or organization is an additional 0= insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 08 13 004481 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid Page 2 of 3 and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- © 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: .111111111111111.1111 1111111111111111111111 clmilemain dimmiimmi 0 0ammem C4 mamemes al h n CG D6 04 08 13 004482 COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 co- 0 0= ,11111.11111111111111111 E 0= 0 111111111111111111111111 111111111111111111111 004485 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CGD3161111 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section 1— Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION III — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 11111111111111111111.1 1111111111111111.111111 1111111111111111111 in No ctommos 0 o_ 0 Lo11111111111111111111111111111 111111111111111111111111 0_ 0=1111111111111111111111111 v 004486 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. © 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. Page 4of6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 hammosimi CO limemen -- -- 0= 0= 0= N h'. 0mmoran 0= 0 004487 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section 11— Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; CG D3 16 11 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: Page 6of6 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 N o. 0 111111111111111111111.11 TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — 001 POLICY NUMBER: UB -7J940299 -18-26-G TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation 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. 1. SCHEDULE NUMBER OF DAYS ADVANCE NOTICE: 30 (or **) 2. NOTICE WILL BE MAILED TO: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. op ADDRESS: o. THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. mememer N tommom 0 11111111111111111111111 h111111211111111111111111 Owimemen 0=111.11111111111111111111 Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 08-27-18 ST ASSIGN: Page 1 of 1 001902 TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) — 001 POLICY NUMBER: UB -7J940299 -18-26-G 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. 1. U x Specific Waiver Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 0 0 m 0 0 0 CI 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: $ SEE SCHEDULE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 9/1/2019 Policy No. UB -7J940299-18 Endorsement No. Insured Haas -Anderson Construction, Ltd. Premium Insurance Company Countersigned by DATE OF ISSUE: 08-27-18 ST ASSIGN: © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 001900 Page 1 of 1 TABLE OF CONTENTS ���U����������������/������U� ���nu������u���������n��o�u Beginning on Page SECTON|—COVEREDAUTOS Description Of Covered Auto Designation Symbols 1 Owned Autos You Acquire After The Policy Begins 2 Certain Trailers And Temporary Substitute Autos 2 SECTION 11— COVERED AUTOS LIABILITY COVERAGE Coverage 2 Who Is An Insured 2 Coverage Extensions Supplementary Payments 3 Out ofState 3 Exclusions 3 Limit of lnsurance 5 SECTION ||| — PHYSICAL DAMAGE COVERAGE Coverage 6 Exclusions 7 Limits of Insurance 7 Deductible 8 SECTION IV — BUSINESS AUTO CONDITIONS Loss Conditions Appraisal For Physical Damage Loss 8 Duties in the Event Of Accident, Claim, Suit or Loss 8 Legal Action Against Us 8 Loss Payment — Physical Damage Coverage 9 Transfer Of Rights Of Recovery Against Others To Us 9 General Conditions Bankruptcy 9 Concealment, Misrepresentation Or Fraud 9 Liberalization 9 No Benefit To Bailee — Physical Damage Coverages 9 Other Insurance 9 Premium Audit 9 Policy Period, Coverage Territory 1O Two Or More Coverage Forms Or Policies Issued By Us 1O SECTION V— DEFINITIONS 1O CA TO 31 02 15 © 2015 The Travelers ndemnity Company. AlT rights reserved. Page 1 of 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" re- fer to the Named Insured shown in the Declarations. The words "we", "us" and "our" refer to the company providing this insurance. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V — Definitions. SECTION I — COVERED AUTOS Item Two of the Declarations shows the "autos" that are covered "autos" for each of your coverages. The following numerical symbols describe the "autos" that may be covered "autos". The symbols entered next to a coverage on the Declarations designate the only "autos" that are covered "autos". A. Description Of Covered Auto Designation Symbols Symbol Description Of Covered Auto Designation Symbols 1 Any "Auto" 2 Owned "Autos" Only Only those "autos" you own (and for Covered Autos Liability Coverage any "trailers" you don't own while attached to power units you own). This includes those "autos" you acquire ownership of after the policy begins. 3 Owned Private Passenger "Autos" Only Only the private passenger "autos" you own. This includes those private passenger "autos" you acquire ownership of after the policy begins. 4 Owned "Autos" Other Than Private Passenger "Autos" Only Only those "autos" you own that are not of the private passenger type (and for Covered Autos Liability Coverage any "trailers" you don't own while attached to power units you own). This includes those "autos" not of the private passenger type you acquire ownership of after the policy begins. 5 Owned "Autos" Subject To No-fault Only those "autos" you own that are required to have no-fault benefits in the state where they are licensed or principally garaged. This includes those "autos" you acquire ownership of after the policy begins provided they are required to have no- fault benefits in the state where they are licensed or principally garaged. 6 Owned "Autos" Subject To A Compulsory Uninsured Motorists Law Only those "autos" you own that because of the law in the state where they are licensed or principally garaged are required to have and cannot reject Uninsured Motorists Coverage. This includes those "autos" you acquire ownership of after the policy begins provided they are subject to the same state uninsured motorists requirement. 7 Specifically Described "Autos" Only those "autos" described in Item Three of the Declarations for which a premium charge is shown (and for Covered Autos Liability Coverage any "trailers" you don't own while attached to any power unit described in Item Three). 8 Hired "Autos" Only Only those "autos" you lease, hire, rent or borrow. This does not include any "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. 9 Non -owned "Autos" Only Only those "autos" you do not own, lease, hire, rent or borrow that are used in connection with your business. This includes "autos" owned by your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households but only while used in your business or your personal affairs. CA 00 01 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 12 COMMERCIAL AUTO 19 Mobile Equip- ment Subject To Compulsory Or Financial Responsibility Or Other Motor Vehicle Insur- ance Law Only Only those "autos" that are land vehicles and that would qualify under the definition of "mobile equipment" under this policy if they were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where they are licensed or principally garaged. B. Owned Autos You Acquire After The Policy Begins 1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered next to a coverage in Item Two of the Decla- rations, then you have coverage for "autos" that you acquire of the type described for the remainder of the policy period. 2. But, if Symbol 7 is entered next to a coverage in Item Two of the Declarations, an "auto" you acquire will be a covered "auto" for that cov- erage only if: a. We already cover all "autos" that you own for that coverage or it replaces an "auto" you previously owned that had that cov- erage; and b. You tell us within 30 days after you ac- quire it that you want us to cover it for that coverage. C. Certain Trailers, Mobile Equipment And Tem- porary Substitute Autos If Covered Autos Liability Coverage is provided by this Coverage Form, the following types of vehi- cles are also covered "autos" for Covered Autos Liability Coverage: 1. "Trailers" with a load capacity of 2,000 pounds or less designed primarily for travel on public roads. 2. "Mobile equipment" while being carried or towed by a covered "auto". 3. Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss"; or e. Destruction. SECTION II — COVERED AUTOS LIABILITY COV- ERAGE A. Coverage We will pay all sums an "insured" legally must pay as damages because of "bodily injury" or "prop- erty damage" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". We will also pay all sums an "insured" legally must pay as a "covered pollution cost or expense" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of covered "autos". However, we will only pay for the "covered pollution cost or expense" if there is either "bodily injury" or "prop- erty damage" to which this insurance applies that is caused by the same "accident". We have the right and duty to defend any "in- sured" against a "suit" asking for such damages or a "covered pollution cost or expense". How- ever, we have no duty to defend any "insured" against a "suit" seeking damages for "bodily in- jury" or "property damage" or a "covered pollution cost or expense" to which this insurance does not apply. We may investigate and settle any claim or "suit" as we consider appropriate. Our duty to de- fend or settle ends when the Covered Autos Li- ability Coverage Limit of Insurance has been ex- hausted by payment of judgments or settlements. 1. Who Is An Insured The following are "insureds": a. You for any covered "auto". b. Anyone else while using with your per- mission a covered "auto" you own, hire or borrow except: (1) The owner or anyone else from whom you hire or borrow a covered "auto". This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own. Page 2 of 12 © Insurance Services Office, Inc., 2011 CA 00 01 10 13 (2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. Someone using a covered "auto" while he or she is working in a busi- ness of selling, servicing, repairing, parking or storing "autos" unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company) or a lessee or borrower or any of their "employees", while mov- ing property to or from a covered "auto". A partner (if you are a partnership) or a member (if you are a limited liability company) for a covered "auto" owned by him or her or a member of his or her household. c. Anyone liable for the conduct of an "in- sured" described above but only to the extent of that liability. 2. Coverage Extensions a. Supplementary Payments We will pay for the "insured": (1) All expenses we incur. (2) Up to $2,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. The cost of bonds to release attach- ments in any "suit" against the "in- sured" we defend, but only for bond amounts within our Limit of Insur- ance. (3) (5) (3) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $250 a day because of time off from work. All court costs taxed against the "in- sured" in any "suit" against the "in- sured" we defend. However, these payments do not include at- torneys' fees or attorneys' expenses taxed against the "insured". (6) All interest on the full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duty to (5) CA 0001 1013 COMMERCIAL AUTO pay interest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. These payments will not reduce the Limit of Insurance. b. Out-of-state Coverage Extensions While a covered "auto" is away from the state where it is licensed, we will: (1) Increase the Limit of Insurance for Covered Autos Liability Coverage to meet the limits specified by a com- pulsory or financial responsibility law of the jurisdiction where the covered "auto" is being used. This extension does not apply to the limit or limits specified by any law governing motor carriers of passengers or property. (2) Provide the minimum amounts and types of other coverages, such as no- fault, required of out-of-state vehicles by the jurisdiction where the covered "auto" is being used. We will not pay anyone more than once for the same elements of loss because of these extensions. B. Exclusions This insurance does not apply to any of the fol- lowing: 1. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "in- sured". 2. Contractual Liability assumed under any contract or agreement. But this exclusion does not apply to liability for damages: a. Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" oc- curs subsequent to the execution of the contract or agreement; or b. That the "insured" would have in the ab- sence of the contract or agreement. 3. Workers' Compensation Any obligation for which the "insured" or the "insured's" insurer may be held liable under any workers' compensation, disability benefits U Insurance Services Office, Inc., 2011 Page 3 of 12 COMMERCIAL AUTO or unemployment compensation law or any similar law. 4. Employee Indemnification And Employer's Liability "Bodily injury" to: a. An "employee" of the "insured" arising out of and in the course of: (1) Employment by the "insured"; or (2) Performing the duties related to the conduct of the "insured's" business; or b. The spouse, child, parent, brother or sis- ter of that "employee" as a consequence of Paragraph a. above. This exclusion applies: (1) Whether the "insured" may be liable as an employer or in any other ca- pacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the in- jury. But this exclusion does not apply to "bodily in- jury" to domestic "employees" not entitled to workers' compensation benefits or to liability assumed by the "insured" under an "insured contract". For the purposes of the Coverage Form, a domestic "employee" is a person en- gaged in household or domestic work per- formed principally in connection with a resi- dence premises. 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of the fel- low "employee's" employment or while performing duties related to the conduct of your business; or b. The spouse, child, parent, brother or sis- ter of that fellow "employee" as a conse- quence of Paragraph a. above. 6. Care, Custody Or Control "Property damage" to or "covered pollution cost or expense" involving property owned or transported by the "insured" or in the "in- sured's" care, custody or control. But this ex- clusion does not apply to liability assumed under a sidetrack agreement. Page 4 of 12 7. Handling Of Property "Bodily injury" or "property damage" resulting from the handling of property: a. Before it is moved from the place where it is accepted by the "insured" for move- ment into or onto the covered "auto"; or b. After it is moved from the covered "auto" to the place where it is finally delivered by the "insured". 8. Movement Of Property By Mechanical De- vice "Bodily injury" or "property damage" resulting from the movement of property by a me- chanical device (other than a hand truck) unless the device is attached to the covered "auto". 9. Operations "Bodily injury" or "property damage" arising out of the operation of: a. Any equipment listed in Paragraphs 6.b. and 6.c. of the definition of "mobile equipment"; or b. Machinery or equipment that is on, at- tached to or part of a land vehicle that would qualify under the definition of "mo- bile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. 10. Completed Operations "Bodily injury" or "property damage" arising out of your work after that work has been completed or abandoned. In this exclusion, your work means: a. Work or operations performed by you or on your behalf; and b. Materials, parts or equipment furnished in connection with such work or operations. Your work includes warranties or representa- tions made at any time with respect to the fit- ness, quality, durability or performance of any of the items included in Paragraph a. or b. above. Your work will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract has been completed; (2) When all of the work to be done at the site has been completed if your © Insurance Services Office, Inc., 2011 CA 00 01 10 13 contract calls for work at more than one site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or sub- contractor working on the same pro- ject. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as com- pleted. 11. Pollution "Bodily injury" or "property damage" arising out of the actual, alleged or threatened dis- charge, dispersal, seepage, migration, re- lease or escape of "pollutants": a. That are, or that are contained in any property that is: (1) Being transported or towed by, han- dled or handled for movement into, onto or from the covered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured"; or (3) Being stored, disposed of, treated or processed in or upon the covered "auto"; b. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are ac- cepted by the "insured" for movement into or onto the covered "auto"; or c. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "in- sured". Paragraph a. above does not apply to fuels, lubricants, fluids, exhaust gases or other simi- lar "pollutants" that are needed for or result from the normal electrical, hydraulic or me- chanical functioning of the covered "auto" or its parts if: (1) The "pollutants" escape, seep, mi- grate or are discharged, dispersed or released directly from an "auto" part designed by its manufacturer to hold, store, receive or dispose of such "pol- lutants"; and CA 0001 1013 COMMERCIAL AUTO (2) The "bodily injury", "property dam- age" or "covered pollution cost or ex- pense" does not arise out of the op- eration of any equipment listed in Paragraphs 6.b. and 6.c. of the defi- nition of "mobile equipment". Paragraphs b. and c. above of this exclusion do not apply to "accidents" that occur away from premises owned by or rented to an "in- sured" with respect to "pollutants" not in or upon a covered "auto" if: (a) The "pollutants" or any property in which the "pollutants" are con- tained are upset, overturned or damaged as a result of the main- tenance or use of a covered "auto"; and (b) The discharge, dispersal, seep- age, migration, release or escape of the "pollutants" is caused di- rectly by such upset, overturn or damage. 12. War "Bodily injury" or "property damage" arising directly or indirectly out of: a. War, including undeclared or civil war; b. Warlike action by a military force, includ- ing action in hindering or defending against an actual or expected attack, by any government, sovereign or other au- thority using military personnel or other agents; or c. Insurrection, rebellion, revolution, usurped power or action taken by gov- ernmental authority in hindering or de- fending against any of these. 13. Racing Covered "autos" while used in any profes- sional or organized racing or demolition con- test or stunting activity, or while practicing for such contest or activity. This insurance also does not apply while that covered "auto" is being prepared for such a contest or activity. C. Limit Of Insurance Regardless of the number of covered "autos", "insureds", premiums paid, claims made or vehi- cles involved in the "accident", the most we will pay for the total of all damages and "covered pol- lution cost or expense" combined resulting from any one "accident" is the Limit Of Insurance for Covered Autos Liability Coverage shown in the Declarations. © Insurance Services Office, Inc., 2011 Page 5 of 12 COMMERCIAL AUTO All "bodily injury", "property damage" and "cov- ered pollution cost or expense" resulting from continuous or repeated exposure to substantially the same conditions will be considered as result- ing from one "accident". No one will be entitled to receive duplicatepay- ments for the same elements of "loss" under this Coverage Form and any Medical Payments Cov- erage endorsement, Uninsured Motorists Cover- age endorsement or Underinsured Motorists Coverage endorsement attached to this Coverage Part. SECTION III — PHYSICAL DAMAGE COVERAGE A. Coverage 1. We will pay for "loss" to a covered "auto" or its equipment under: a. Comprehensive Coverage From any cause except: (1) The covered "auto's" collision with another object; or (2) The covered "auto's" overturn. b. Specified Causes Of Loss Coverage Caused by: (1) Fire, lightning or explosion; (2) Theft; (3) Windstorm, hail or earthquake; (4) Flood; (5) Mischief or vandalism; or (6) The sinking, burning, collision or de- railment of any conveyance transport- ing the covered "auto". c. Collision Coverage Caused by: (1) The covered "auto's" collision with another object; or (2) The covered "auto's" overturn. 2. Towing We will pay up to the limit shown in the Decla- rations for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the la- bor must be performed at the place of dis- ablement. 3. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles If you carry Comprehensive Coverage for the damaged covered "auto", we will pay for the following under Comprehensive Coverage: Page 6 of 12 a. Glass breakage; b. "Loss" caused by hitting a bird or animal; and c. "Loss" caused by falling objects or mis- siles. However, you have the option of having glass breakage caused by a covered "auto's" colli- sion or overturn considered a "loss" under Collision Coverage. 4. Coverage Extensions a. Transportation Expenses We will pay up to $20 per day, to a maxi- mum of $600, for temporary transporta- tion expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses in- curred during the period beginning 48 hours after the theft and ending, regard- less of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" be- comes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Decla- rations indicates that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicates that Specified Causes Of Loss Coverage is pro- vided for any covered "auto"; or (3) Collision only if the Declarations indi- cates that Collision Coverage is pro- vided for any covered "auto". However, the most we will pay for any expenses for loss of use is $20 per day, to a maximum of $600. B. Exclusions 1. We will not pay for "loss" caused by or result- ing from any of the following. Such "loss" is excluded regardless of any other cause or © Insurance Services Office, Inc., 2011 CA 00 01 10 13 event that contributes concurrently or in any sequence to the "loss". a. Nuclear Hazard (1) The explosion of any weapon em- ploying atomic fission or fusion; or (2) Nuclear reaction or radiation, or ra- dioactive contamination, however caused. b. War Or Military Action (1) War, including undeclared or civil war; (2) Warlike action by a military force, in- cluding action in hindering or defend- ing against an actual or expected at- tack, by any government, sovereign or other authority using military per- sonnel or other agents; or Insurrection, rebellion, revolution, usurped power or action taken by governmental authority in hindering or defending against any of these. 2. We will not pay for "loss" to any covered "auto" while used in any professional or or- ganized racing or demolition contest or stunt- ing activity, or while practicing for such con- test or activity. We will also not pay for "loss" to any covered "auto" while that covered "auto" is being prepared for such a contest or activity. 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown. b. Blowouts, punctures or other road dam- age to tires. This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". (3) 4. We will not pay for "loss" to any of the follow- ing: a. Tapes, records, discs or other similar au- dio, visual or data electronic devices de- signed for use with audio, visual or data electronic equipment. b. Any device designed or used to detect speed -measuring equipment, such as ra- dar or laser detectors, and any jamming apparatus intended to elude or disrupt speed -measuring equipment. c. Any electronic equipment, without regard to whether this equipment is permanently CA 0001 1013 COMMERCIAL AUTO installed, that reproduces, receives or transmits audio, visual or data signals. d. Any accessories used with the electronic equipment described in Paragraph c. above. 5. Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is: a. Permanently installed in or upon the cov- ered "auto"; b. Removable from a housing unit which is permanently installed in or upon the cov- ered "auto"; c. An integral part of the same unit housing any electronic equipment described in Paragraphs a. and b. above; or d. Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. 6. We will not pay for "loss" to a covered "auto" due to "diminution in value". C. Limits Of Insurance 1. The most we will pay for: a. "Loss" to any one covered "auto" is the lesser of: (1) The actual cash value of the dam- aged or stolen property as of the time of the "loss"; or (2) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. b. All electronic equipment that reproduces, receives or transmits audio, visual or data signals in any one "loss" is $1,000, if, at the time of "loss", such electronic equip- ment is: (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently in- stalled housing unit as described in Paragraph b.(1) above; or An integral part of such equipment as described in Paragraphs b.(1) and b.(2) above. (3) © Insurance Services Office, Inc., 2011 Page 7 of 12 COMMERCIAL AUTO 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen prop- erty will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or light- ning. SECTION IV — BUSINESS AUTO CONDITIONS The following conditions apply in addition to the Common Policy Conditions: A. Loss Conditions 1. Appraisal For Physical Damage Loss If you and we disagree on the amount of "loss", either may demand an appraisal of the "loss". In this event, each party will select a competent appraiser. The two appraisers will select a competent and impartial umpire. The appraisers will state separately the actual cash value and amount of "loss". If they fail to agree, they will submit their differences to the umpire. A decision agreed to by any two will be binding. Each party will: a. Pay its chosen appraiser; and b. Bear the other expenses of the appraisal and umpire equally. If we submit to an appraisal, we will still retain our right to deny the claim. 2. Duties In The Event Of Accident, Claim, Suit Or Loss We have no duty to provide coverage under this policy unless there has been full compli- ance with the following duties: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "acci- dent" or "loss". Include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Page 8 of 12 b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no pay- ment or incur no expense without our consent, except at the "insured's" own cost. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical re- cords or other pertinent information. Submit to examination, at our ex- pense, by physicians of our choice, as often as we reasonably require. c. If there is "loss" to a covered "auto" or its equipment, you must also do the follow- ing: (1) Promptly notify the police if the cov- ered "auto" or any of its equipment is stolen. (2) Take all reasonable steps to protect the covered "auto" from further dam- age. Also keep a record of your ex- penses for consideration in the set- tlement of the claim. Permit us to inspect the covered "auto" and records proving the "loss" before its repair or disposition. (4) Agree to examinations under oath at our request and give us a signed statement of your answers. 3. Legal Action Against Us No one may bring a legal action against us under this Coverage Form until: a. There has been full compliance with all the terms of this Coverage Form; and b. Under Covered Autos Liability Coverage, we agree in writing that the "insured" has an obligation to pay or until the amount of that obligation has finally been deter- mined by judgment after trial. No one has the right under this policy to bring us into an action to determine the "insured's" li- ability. (3) (5) (3) © Insurance Services Office, Inc., 2011 CA 00 01 10 13 4. Loss Payment — Physical Damage Cover- ages At our option, we may: a. Pay for, repair or replace damaged or sto- len property; b. Return the stolen property, at our ex- pense. We will pay for any damage that results to the "auto" from the theft; or c. Take all or any part of the damaged or stolen property at an agreed or appraised value. If we pay for the "loss", our payment will in- clude the applicable sales tax for the dam- aged or stolen property. 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. B. General Conditions 1. Bankruptcy Bankruptcy or insolvency of the "insured" or the "insured's" estate will not relieve us of any obligations under this Coverage Form. 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally con- ceals or misrepresents a material fact con- cerning: a. b. c. d. This Coverage Form; The covered "auto"; Your interest in the covered "auto"; or A claim under this Coverage Form. 3. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the re- vision is effective in your state. 4. No Benefit To Bailee — Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefit of any per - CA 0001 1013 COMMERCIAL AUTO son or organization holding, storing or trans- porting property for a fee regardless of any other provision of this Coverage Form. 5. Other Insurance a. For any covered "auto" you own, this Coverage Form provides primary insur- ance. For any covered "auto" you don't own, the insurance provided by this Cov- erage Form is excess over any other col- lectible insurance. However, while a cov- ered "auto" which is a "trailer" is con- nected to another vehicle, the Covered Autos Liability Coverage this Coverage Form provides for the "trailer" is: (1) Excess while it is connected to a mo- tor vehicle you do not own; or (2) Primary while it is connected to a covered "auto" you own. b. For Hired Auto Physical Damage Cover- age, any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". c. Regardless of the provisions of Para- graph a. above, this Coverage Form's Covered Autos Liability Coverage is pri- mary for any liability assumed under an "insured contract". d. When this Coverage Form and any other Coverage Form or policy covers on the same basis, either excess or primary, we will pay only our share. Our share is the proportion that the Limit of Insurance of our Coverage Form bears to the total of the limits of all the Coverage Forms and policies covering on the same basis. 6. Premium Audit a. The estimated premium for this Coverage Form is based on the exposures you told us you would have when this policy be- gan. We will compute the final premium due when we determine your actual ex- posures. The estimated total premium will be credited against the final premium due and the first Named Insured will be billed for the balance, if any. The due date for the final premium or retrospective pre- mium is the date shown as the due date on the bill. If the estimated total premium exceeds the final premium due, the first Named Insured will get a refund. © Insurance Services Office, Inc., 2011 Page 9 of 12 COMMERCIAL AUTO b. If this policy is issued for more than one year, the premium for this Coverage Form will be computed annually based on our rates or premiums in effect at the begin- ning of each year of the policy. 7. Policy Period, Coverage Territory Under this Coverage Form, we cover "acci- dents" and "losses" occurring: a. During the policy period shown in the Declarations; and b. Within the coverage territory. The coverage territory is: (1) (2) (3) (4) Canada; and (5) The United States of America; The territories and possessions of the United States of America; Puerto Rico; Anywhere in the world if a covered "auto" of the private passenger type is leased, hired, rented or borrowed without a driver for a period of 30 days or less, provided that the "insured's" responsibility to pay damages is determined in a "suit" on the merits, in the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada, or in a settlement we agree to. We also cover "loss" to, or "accidents" involv- ing, a covered "auto" while being transported between any of these places. 8. Two Or More Coverage Forms Or Policies Issued By Us If this Coverage Form and any other Cover- age Form or policy issued to you by us or any company affiliated with us applies to the same "accident", the aggregate maximum Limit of Insurance under all the Coverage Forms or policies shall not exceed the highest applicable Limit of Insurance under any one Coverage Form or policy. This condition does not apply to any Coverage Form or policy is- sued by us or an affiliated company specifi- cally to apply as excess insurance over this Coverage Form. SECTION V — DEFINITIONS A. "Accident" includes continuous or repeated expo- sure to the same conditions resulting in "bodily in- jury" or "property damage". B. "Auto" means: Page 10 of 12 1. A land motor vehicle, "trailer" or semitrailer designed for travel on public roads; or 2. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equip- ment". C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these. D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pol- lutants"; or 2. Any claim or "suit" by or on behalf of a gov- ernmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutraliz- ing, or in any way responding to, or assessing the effects of, "pollutants". "Covered pollution cost or expense" does not in- clude any cost or expense arising out of the ac- tual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollut- ants": a. That are, or that are contained in any property that is: (1) Being transported or towed by, han- dled or handled for movement into, onto or from the covered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured"; or (3) Being stored, disposed of, treated or processed in or upon the covered "auto"; b. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are ac- cepted by the "insured" for movement into or onto the covered "auto"; or c. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "in- sured". © Insurance Services Office, Inc., 2011 CA 00 01 10 13 Paragraph a. above does not apply to fuels, lubricants, fluids, exhaust gases or other simi- lar "pollutants" that are needed for or result from the normal electrical, hydraulic or me- chanical functioning of the covered "auto" or its parts, if: (1) The "pollutants" escape, seep, mi- grate or are discharged, dispersed or released directly from an "auto" part designed by its manufacturer to hold, store, receive or dispose of such "pol- lutants"; and (2) The "bodily injury", "property dam- age" or "covered pollution cost or ex- pense" does not arise out of the op- eration of any equipment listed in Paragraph 6.b. or 6.c. of the defini- tion of "mobile equipment". Paragraphs b. and c. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with re- spect to "pollutants" not in or upon a covered "auto" if: (a) The "pollutants" or any property in which the "pollutants" are con- tained are upset, overturned or damaged as a result of the main- tenance or use of a covered "auto"; and (b) The discharge, dispersal, seep- age, migration, release or escape of the "pollutants" is caused di- rectly by such upset, overturn or damage. E. "Diminution in value" means the actual or per- ceived loss in market value or resale value which results from a direct and accidental "loss". F. "Employee" includes a "leased worker". "Em- ployee" does not include a "temporary worker". G. "Insured" means any person or organization quali- fying as an insured in the Who Is An Insured pro- vision of the applicable coverage. Except with re- spect to the Limit of Insurance, the coverage af- forded applies separately to each insured who is seeking coverage or against whom a claim or "suit" is brought. H. "Insured contract" means: 1. A lease of premises; 2. A sidetrack agreement; 3. Any easement or license agreement, except in connection with construction or demolition operations on or within 50 feet of a railroad; CA 0001 1013 COMMERCIAL AUTO 4. An obligation, as required by ordinance, to in- demnify a municipality, except in connection with work for a municipality; 5. That part of any other contract or agreement pertaining to your business (including an in- demnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury" or "property damage" to a third party or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agree- ment; or 6. That part of any contract or agreement en- tered into, as part of your business, pertaining to the rental or lease, by you or any of your "employees", of any "auto". However, such contract or agreement shall not be considered an "insured contract" to the extent that it obli- gates you or any of your "employees" to pay for "property damage" to any "auto" rented or leased by you or any of your "employees". An "insured contract" does not include that part of any contract or agreement: a. That indemnifies a railroad for "bodily in- jury" or "property damage" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass or crossing; b. That pertains to the loan, lease or rental of an "auto" to you or any of your "em- ployees", if the "auto" is loaned, leased or rented with a driver; or c. That holds a person or organization en- gaged in the business of transporting property by "auto" for hire harmless for your use of a covered "auto" over a route or territory that person or organization is authorized to serve by public authority. I. "Leased worker" means a person leased to you by a labor leasing firm under an agreement be- tween you and the labor leasing firm to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". J. "Loss" means direct and accidental loss or dam- age. K. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: 0 Insurance Services Office, Inc., 2011 Page 11 of 12 COMMERCIAL AUTO 1. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; 2. Vehicles maintained for use solely on or next to premises you own or rent; 3. Vehicles that travel on crawler treads; 4. Vehicles, whether self-propelled or not, main- tained primarily to provide mobility to perma- nently mounted: a. Power cranes, shovels, loaders, diggers or drills; or b. Road construction or resurfacing equip- ment such as graders, scrapers or rollers; 5. Vehicles not described in Paragraph 1., 2., 3. or 4. above that are not self-propelled and are maintained primarily to- provide"% mobility to permanently attached equipment of the fol- lowing types: a. Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well -servicing equipment; or b. Cherry pickers and similar devices used to raise or lower workers; or 6. Vehicles not described in Paragraph 1., 2., 3. or 4. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": a. Equipment designed primarily for: (1) Snow removal; (2) Road maintenance, but not construc- tion or resurfacing; or (3) Street cleaning; b. Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and Page 12 of 12 c. Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting or well -servicing equipment. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a ,compulsory or financial responsibility law or other motor vehi- cle insurance law are considered "autos". L. "Pollutants" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. M. "Property damage" means damage to or loss of use of tangible property. N. "Suit" means a civil proceeding in which: 1. Damages because of "bodily injury" or "prop- erty damage"; or 2. A "covered pollution cost or expense"; to which this insurance applies, are alleged. "Suit" includes: a. An arbitration proceeding in which such damages or "covered pollution costs or expenses" are claimed and to which the "insured" must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages or "covered pollution costs or expenses" are claimed and to which the insured submits with our consent. O. "Temporary worker" means a person who is fur- nished to you to substitute for a permanent "em- ployee" on leave or to meet seasonal or short- term workload conditions. P. "Trailer" includes semitrailer. © Insurance Services Office, Inc., 2011 CA 00 01 10 13 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph A.1.c., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". CA T4 74 02 16 2. The following is added to Paragraph B.5., Other Insurance of SECTION IV — BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is the first named insured when the written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non-contributory. © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER: ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mall notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation In the schedule above before the effective date of cancellation. IL T4 05 0311 0 2011 The Traveters lndemnlly Company. All rights reserved. Page 1 of 1