ORDER NO. 31732 BIDS FOR KERRVILLE SOUTH WASTEWATER PROJECT Came to be heard this the 24th day of May, 2010, with a motion made by Commissioner Williams, seconded by Commissioner Letz, the Court unanimously approved by a vote of 4 -0 -0 to: Open bids for the Kerrville South Wastewater Project and refer bids to Mr. Keller Drozdick, the engineer for the project, with Tetra Tech, for review and recommendation. 1. Lupe Rubio Construction Company, Base bid $481,144, Alternate 1 - $62,807 311 COMMISSIONERS' COURT AGENDA REQUEST PLEASE FURNISH ONE ORIGINAL AND ONE (1) COPY OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT MADE BY: Bill Williams OFFICE: County Commissioner MEETING DATE: May 24, 2010 TIME PREFERRED: 9:15 AM SUBJECT: Open bids for Kerrville South Wastewater Project and refer bids to appropriate personnel for consideration and recommendation and take appropriate action as necessary to award bid(s). EXECUTIVE SESSION REQUESTED: (PLEASE STATE REASON) NAME OF PERSON ADDRESSING THE COURT: Comm. Williams ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER - NAME OF EMPLOYEE: Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, Government Code, is as follows: Meeting scheduled for Mondays: 5:00 PM previous Tuesday THIS REQUEST RECEIVED BY: THIS RQUEST RECEIVED ON: @ .M. All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards your request being addressed at the earliest opportunity. See Agenda Request Rules Adopted by Commissioners' Court. V " INSCO INSURANCE SERVICES, INC. Ir1SC %ico Underwriting Manager for: 2n1 Developers Surety and Indemnity Company Indemnity Company of California 17780 Fitch, Suite 200 • Irvine, California 92614 • (800) 782 -1546 www.InscoDico.com Bond No. BID BOND KNOW ALL PERSONS BY THESE PRESENTS, That we, Lupe Rubio Construction Company, Inc. as Principal, and Developers Surety and Indemnity Company ,a corporation authorized to transact a general surety business in the State of Texas, as Surety, are held and firmly bound unto County of Kerr 700 Main St., Kerrville, TX. 78028 -5323 (hereinafter called the Obligee) in the full and just sum of Five - Percent of Greatest Amount Bid Dollars, ($ 5% GAB ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Kerr County, Kerrville South Wastewater Phase IV NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and"sucb l ,gr er.amount for which the Obligee may in good faith contract with another party to perform the Work covered by saiAid,,Utien.thts tji y tion shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 24th day of May . too 'a Lupe Rubio Construction Company I ftc ' ..... j e �•' rr (( Q ' JC1.5c. (7 L, Ct Gt.( a '' 1 \ \) L t C"7 CCC Principal Developers Surety and Indemnity Company Sulet�'• G r�lY/!!' ^, E . r s rt Jamsceh orb} t t; Robert James Nitsche, Attorney -In -Fact . . 7, '"' % ' Authorized Represent''ative FI d a dT f By: G� L.� J • J 3 d �a•�` obert James itsche Signature of Authorized'Rern 1A . ID -1198 (TX) (BID BOND) (9/01) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, do each, hereby make, constitute and appoint ** *Robert James Nitsche, Robert K. Nitsche, David P. Ferguson, Violet Frosch, Nina K. Smith, Craig Parker, Gary Allen Nitsche, jointly or severally * ** as their true and lawful Attomey(s )-in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attomey is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of January 1st, 2008. RESOLVED, that the chairman of the Board, the President and any 'Tice President of the corporation be, and that each of them hereby Is, authorized to execute Powers of Attorney, qualifying the attomey(s) named in the Powers of Attomey to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1st, 2008. • '® y .`' %ITY By: � su n. , v AN � f Daniel Young, Vice President „ r y� `t;4ogPORgT�..F.,;ist �� 1 *0 � •.►t • • Q . Ill rr ter. •;A' et • By: 1 .0 . - 1936 g . Q NA O : Stephen T. Pate, Senior Voce President • State of California '•n.., k ,,,, 1 i • " County of Orange 4 �tj • ( ........ o On August 13th, 20118 before me, Jenny TT Nguyen, Notary Public �..•' Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Stephen T. Pate Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of COMM. 3r 'CO which the person(s) acted, executed the instrument. '�. # 117'91840 # • '�` ^ PUBLIC I certify under PENALTY OF PERJURY under the laws of the State of Califomla that the foregoing paragraph is + ` ' ORANGE (+tilArllY '� true and correct. ' fcNy convn. - .. • Feb. 142012 i. WITNESS my hand and official seal. Place Notary Seal Above Signature l Je y TT Ng CERTIFICATE (l • The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attomey, are in force as of the date of this Certificate. 1, This Certificate is executed in the City of Irvine, California, the 2 4 th of May , 2Q1 0 . By: � d ' r v Gregg Oku • istant Secretary ID.1438(Wet)(Rev.10 /11) IMPORTANT NOTICE AVISO IMPORTANCE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call the Surety's toll free telephone number Usted puede llamar al numero de telefono gratis de for information or to make a complaint at: para informacion o para someter una queja al: 1- 800 -782 -1546 1- 800 -782 -1546 You may also write to the Surety at: Usted tanbien puede escribir a Surety at: P.O. Box 19725 P.O. Box 19725 Irvine, CA 92623 -9725 Irvine, CA 92623 -9725 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies, de Texas para obtener information acerca de compa coverage, rights or complaints at: nias, coberturas, derechos o quejas al: 1- 800 - 252 -3439 1 -800- 252 -3439 You may write the Texas Department of Insurance at: Puede escribir al Department() de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714 -9104 Austin, TX 78714 -9104 Fax# 512- 475 -1771 Fax# 512 - 475 -1771 web: http: / /www.tdi.state.tx.us web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us E -mail: ConsumerProtection@tdi .state.tx.us PREMIUM OR CLAIM DISPUTES: Should you DISPUTAS SOBRE PRIMAS 0 RECLAMOS: have a dispute concerning your premium or about a Si tiene una disputa concerniente a su prima o a un claim you should contact the Surety first. If the reclamo, debe comunicarse con el Surety primero. Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comuni- Department of Insurance. carrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does not para proposito de informacion y no se convierte en become a part or condition of the attached document. parte o condicion del documento adjunto. InSC %ICO Insco Insurance Services, Inc. Underwriting Manager for: Developers Surety and Indemnity Company • Indemnity Company of California 17780 Fitch, Suite 200 Irvine, CA 92614 1- 800 - 782 -1546 www.InscoDico.com ID-1404 (TX) (Rev. 7/07) L Proposal Page 1 PROPOSAL TO KERR COUNTY FOR THE KERRVILLE SOUTH WASTEWATER PROJECT PHASE !V TxCDBG CONTRACT #728065 The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, form, corporation; that Bidder has carefully examined the form of contract, instructions to bidders, specifications, and agrees that Bidder will provide all the necessary labor, materials and equipment called for in the contract and specifications in the manner prescribed therein and according to the requirements of the Owner as therein set forth. It is understood and agreed that the work is to be completed in full in 210_ calendar days. The work proposed to be done shall be accepted when fully completed and finished to the entire satisfaction of the Owner, and shah include the following: Construction of 6 -inch and 8 -inch gravity wastewater collection system, service laterals, septic tank mitigation, manholes, bore under pavement, cutting and replacing asphalt, dewatering, testing and all other items included in construction documents and as necessary to complete the project The undersigned certifies that the bid price contained in this proposal has been carefully checked and is submitted as correct and final. If there is a discrepancy between price quoted by written words or figures, the price quoted by written words governs. Bidders for the construction work must submit a satisfactory cashier's or certified check, or bidder's bond, payable without recourse to the order of Kerr County in an amount not less than five percent (5%) of the total bid based on the bid which check or bond shall be submitted as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within ten (10) days afier Notice of Award. Bids without required check or bond will NOT be considered. Amou of Base Bid Insert Amou t in Words and Numbers): e a 1 ,iii 1, 4 4 / �� y,/ ors 4,40 e� ,V ^ ' /� � Dollars ($ `- 6� / /4' (71 ) Am. t of Alternate 1 (Insert nt in Words and Numbers): 4 / / l Y% ".407'44'Cf v�i 1 Gc-- p �� / d q Dollars ($ 4 4l/ M ) Proposal Page 2 Bidder has examined copies of all the following Addenda, receipt of all which is hereby acknowledged: Date Number s —, q — a it c Bidder is: (Check One) An individual proprietorship; A partnership composed of and A corpo ration cha rter e d under the l of the State of 'S , acting by its officers pursuant to s by -laws or a resolution of its Board of Dir f I i !C 13\ o _61/1. itr. _a I� i` (Name of Bidder) ,,e. n"�F.J co " ATTEST: By: J©5e GL7C-xdct'vTe 1" -ibi' 0 P. 1? (Signature) ( Title ) ., .41 v A 01 (Address) PROPOSAL SHEET BASE BID PAGE 1 OF 5 Kerrville South Sanitary Sewer Project - Phase IV APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) (In Figures) 1 1 Mobilize L. for L = '.ee 1044Gdai- l id, ileW and Cents • Unit / /'' 12 e 4 2 1 Prepa ' • R' ht-of- - y LS. i l jA01/1/(4(/ a I / ; , , , Dollars and Cents per Unit /� �L'( te 3 833 ' "6" SDR 2. Sanitary Sewer Pipe (Ail Depths) L.F. ! .. ' for / , Dollars � and ♦� " l Le Cents per Unit `- 1 456 AJ/ 4 1,552 "8" SDR 26 - it= S= _ Pipe (All Depths) L.F. for .4.,; ,.y Dollars and I. /. ' �L, Cents per Unit 9f C Cl . 7 oe 5 2 ' ' ht Manhole 0' - 6' (Excluding,Drop Manholes) EA. for∎ a i '. S/ a 1 Dollars and Cents •er Unit 4' a- 01 6 8 "Wate ' ht Ma hole 6' - 9' Excluding Drop Manholes) EA. �f for e /t/ W 4 l 4iars and Cents per Unit 30 0, P . iiii 7 10 Manhole ng Encasement for t 4 kaiddtl U) l� 6/4 Dollars and Cents per Unit i 3/ & > ,e6' 8 29 • S all Fittings and Cleanouts (per Pluming Code) for Dollars ��� ,,� and Cents per Unit BIDDERS SIGNATURE ---\o5e- CL -AuPC Roibl'c; *All Cleanouts subject to traffic shall be cast iron with 6' concrete encasement. ,"Contractor shall be responsible for all permits, inspections and applicable fe es. PROPOSAL SHEET BASE BID PAGE 2 OF 5 Kerrville South Sanitary Sewer Project - Phase IV APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) (In Figures) 9 30 ' * * *4" Sch 40 Service Lateral to ROW Line, Complete wJ all Fittings EA. and Clea (per PI Code) / - for - C " ✓ lyy /: t//7 1�/2 y� lays • and ✓ ✓ ✓ Cents • r Unit ,'? / S 4 i 10 26 * "4" Schedule 40 Service Lateral from ROW to Dwelling Connection EA. ComwFitt' g s and ylfianoup (perirobi de) for G9 IVV / f/ - lars Q and Cents per Unit d r 9 I g9 11 4 '**Residential Grinder Pumps, 2" Service Lateral from Mawr EA. to Grinder Pump, & 4" from Grinder Pump to Dwelling Complete w! all F i,. d r.Plu , C for ei'ii%I'J) ' ' 4{iY/ Ieanout pe giOit �J2� e)/ 1cJ) Dollars {�. and Cents per Unit �') J I2 12 2 * * *4" Sch 40 Service Stub OuI to ROW Line, Complete w/ all Fittings EA. and C nguts ( Plu I ) for 7 i 7 M 1 t / / t 2 Dollars and , � Cents • er Unit / ' 9 / ' 13 30 "**Septic Tank Mitigation EA. 4'A/ / , / . . / , / , ?6/ Dollars for �/'G�il ?L � U L_"LL � � and Cents •erUnit 4i,, ) 2 I2 14 60 "Bore and Casing for 6" pipe 1 �,,� L.F. for V/tli"j/PiWie ' �� 44 -) Dollars and J.7` ``� ' Cents per Unit 2 15 98 "Bore d t ing for 8" pipe L.F. fo ` , 7 f /6•61A Dollars and A.4 d� 12 ' <� Cents per Unit 071` () , <- 16 507 "Cut and eplace� zi , ent S.Y. i for \ , Dollars 1 and "l�L`s : Cents per Unit / ; `�'L�''`/, �C .s' BIDDERS SIGNATURE * *Contractor shall be responsible for ail permits, inspections and applicable fees. * ** All work to be coordinated with respective property owners PROPOSAL SHEET BASE BID & ALTERNATE 1 PAGE 3 OF 5 Kerrville South Sanila Sewer P •'ect - Phase IV APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSIO ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT ritten in Words in Fi : urea 17 2385 Trench Excavation Safety Protection L.F. for Dollars and 4 - _ Cents • Unit / / ?it 18 1 *"Protect 1 Remove & Replace Pavement. Fencing, & Ot .- L.S. Impro ents . • Origins n • • n / / ,r for c a ,'id) o// I/J f/4 Ll Jf i i • (tars and Cents • _ Unit / �, r� ✓(J 19 3265 Hydromul- ing S.Y. for { _, Dollars / � Ce7 and 4e Cents • r Unit � %, � - 20 1 Dewatering L.S. &hi/5 \J / �d' J Dollars for ��E/ ��° and Cents • _ Unit 3 l2 21 1.001 Trench Bedding aterial C.Y. for ift) Dollars / and !� , Cents • = r Unit ✓ / � 3i z, / JC 22 Sign • = for project f• � ` Z� Dollars and A�' - � . Cents • = Unit f�• BIDDERS SIGNATURE � 05e C uckcl t j R-' ) ) "Contractor shall be responsible for all permits, inspections and applicable fees. " M work to be coordinated with respective property owners PROPOSAL SHEET ALTERNATE 1 PAGE 4 OF 5 Kerrville South Sanitary Sewer Project - Phase IV APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT SWritten in Words) (In Figures) Items below are for Altemative 1, an additive alternate, as i described in the plans X- - 23 1 Preparing Right -of -Way / L.S. for j).-/A 'Z ii "le tee Dollars 1,e jSe�e. ( n 4' and Cep • Unit Inc, 24 376 '"8" SDR 26 liel - - Pipe (All Depths) /' / �y L.F. �/ / 41 /bell' Dollars J / `7 / �2 C� t) for L j �'.� and 1 Cents per Unit L / ?OC 25 1 Watertight M hole - 6' ( cluding Drop Manholes) for .. 441 - Y/1. `U// Dollars e 5/ 0 0 and Cents per Unit 26 1 Manhole Ri Encasement for a /21,0221 /41.2 Dollars & 551 4-) a �J r and Cents •er Unit / , 27 5 "4" Schedule 40 Service Lateral to ROW Line, Complete pleb with l EA. for �/�tD ',1: (L C LG i ii#/ bllars - f / / W and Cents per Unit `7 z) 28 5 "'4" Sch ule 40 Service Lateral from ROW to Dwelling Connection � /all EA. Go in , f Corm* le trd lga oy � Ong Code) ) 4 / C t : re for - � , ei and Cents • = Unit i 29 5 "'Septic Tank Mitigatio // ,,// for ZLg I i (1 iev46Jfrr- Dollars 41-lee c'' and Cents per Unit i , tir BIDDERS SIGNATURE „l Guar AckLRe- (2vlO \ o "Contractor shall be responsible for all permits. inspections and applicable fees. All work to be coordinated with respective propery owners PROPOSAL SHEET ALTERNATE t PAGE 5 OF 5 Kerrville South Sanitary Sewer Project - Phase IV ' APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITrES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) (In Figures 30 451 ***Cut and Replace Pavement S.Y. for /� Dollars and /l /11 4 Cents per Unit � 3 e9 31 375 Trench Excavation Sa l , Protection L.F. for Dollars and , .144 Cents per Unit 32 23 Hydromulching S.Y. for Dollars and Cents per Unit 5,3t 33 1 Dewate L.S. for / � / ar Dollars J < and ..11W6:41 // Cents per Unit BIDDERS SIGNATURE c.)5 L)cx. uZe. cZN.b ►0 * *Contractor shall be responsible for all permits, inspections and applicable fees. * ** All work to be coordinated with respective property owners ei TETRA TECH ADDENDUM PROJECT: Kerrville South Wastewater Phase IV JOB NUMBER: TDCP Contract #728065 (TT# 131 - 09310 - 08098) DATE: May 19 2010 ADDENDUM NO.: 1 This addendum shall be included in and be considered part of the plans and specifications for the above named project. The Contractor is requested to sign an acknowledgment of the receipt of this addendum at the time he /she receives them. FRONT END DOCUMENTS Item 1: Bid Form, Item 8 should be deleted. It reads, in part, "29 - 4" Schedule 40 Service Lateral to ROW Line ". When submitting bids, contractors should strikethrough this item and /or fill in "NA" in the price column. (Note that Item 9, of similar description but a quantity of 30 is retained and should be completed.) Item 2: The Wage Rates included in the specifications should be removed and replace with the more recent Wage Rates attached to this addendum. There is no change in the rates themselves, but the new version is more recent, and validates the current rates. PLANS Item 3: The attached details regarding septic tank decommissioning are added to further describe the requirements when septic tanks are decommissioned and homes connected to laterals. END OF ADDENDUM NO.1 Tetra Tech. Inc. 700 N. St. s Strcer Soils 300 Szn Anionic, I X 7570_- Tel 210.226.2922 Fax 210.226.8497 www.tetratech.com - o General Decision Number: TX100149 03/12/2010 TX149 Superseded General Decision Number: TX20080149 State: Texas Construction Type: Heavy Counties: Blanco, Brown, Burnet, Coke, Coleman, Comanche, Concho, Eastland, Fisher, Gillespie, Kerr, Kimble, Llano, Mason, Mills, Mitchell, Nolan, Real, Runnels, San Saba, Schleicher, Shackelford and Stephens Counties in Texas. HEAVY CONSTRUCTION PROJECTS Modification Number Publication Date 0 03/12/2010 SUTX2009 -126 04/21/2009 Rates Fringes CEMENT MASON /CONCRETE FINISHER $ 13.00 0.00 LABORER: Common or General $ 10.67 1.20 LABORER: Pipelayer $ 10.07 0.00 OPERATOR: Backhoe /Trackhoe $ 12.16 0.96 OPERATOR: Bulldozer $ 14.25 0.00 OPERATOR: Front End Loader $ 11.13 0.00 TRUCK DRIVER $ 8.91 0.24 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope.of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. http://www.wdol.gov/wdol/scafiles/davisbacon/tx149.dvb 5/18/2010 - d WAGE DETERMINATION APPEALS PROCESS • 1.) Has there been an initial decision in he matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. http: / /www.wdol.gov /wdol /scafiles /davisbacon/txl49.dvb 5/18/2010 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board • U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION • http:// www. wdol. gov/ wdol /scafiles /davisbacon/tx149.dvb 5/18/2010 INSTALL VENT PIPE, SIZE AND MATERIAL PER LOCAL CODE, AND ATTACH TO HOUSE WITH GALVANISED BRACKETS. (SEE DETAIL FIGURE 2.) RESIDENCE EXISTING LATERAL TO SEPTIC TANK FILL EXISTING INLET LINE WITH GROUT. 3' MIN. EXCAVATION SEPTIC TANK CONNECT NEW SERVICE LINE DOWNSTREAM OF THE EXISTING CLEANOUT, INSTALL NEW CLEANOUT IF NOT PRESENT, ROUTE NEW SERVICE LINE AROUND HOUSE AT MINIMUM SLOPES PER LOCAL CODE TO NEW SANITARY SEWER LINE. N 0 O GENERAL NOTES: 1. ALL MATERIALS AND CONSTRUCTION SHALL FOLLOW LOCAL CODE AND T.C.E.Q. ° REQUIREMENTS INCLUDING SECTION 285.36 FOR ON -SITE SEWAGE FACILITIES MITIGATION. 2. CONTRACTOR IS TO LOCATE ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION TO o ASSURE THERE WILL BE NO CONFLICTS WITH EXISTING UTILITY LINES AND THE NEW SERVICE LINES. 3. AFTER CONNECTION HAS BEEN MADE TO NEW SEWER LINE AND IS IN GOOD WORKING CONDITION, PUMP OUT THE SEPTIC TANK COMPLETELY. ALL WASTEWATER SHALL BE REMOVED BY A REGISTERED TRANSPORTER, 4. EXCAVATE A MINIMUM OF 3' BELOW EXISTING GRADE AROUND THE SEPTIC TANK AND REMOVE AND DISPOSE OF THE TOP. DRILL THREE 6 INCH HOLES IN BOTTOM OF TANK. r 1) 5. GROUT EXISTING INLET PIPE AND ABANDON IN PLACE. U 6. FILL THE TANK TO EXISTING GRADE WITH COMPACTED FILL MATERIAL (LESS THAN THREE INCHES IN DIAMETER) WHICH IS FREE OF ORGANIC AND CONSTRUCTION DEBRIS . rn cn m J C.' KERRVILLE SOUTH WASTEWATER PHASE IV DETAIL SEPTIC TANK FIGURE TETRA TECH MITIGATION I I 4 1 Ikli ATTACH TO BUILDING EAVES WITH GALVANIZED STRAP 45' BENDS RESIDENCE ' NEW VENT PIPE, SIZE AND MATERIAL PER LOCAL CODE. rn Opp, ATTACH TO BUILDING WITH GALVANIZED STRAPS MAXIMUM 4' SPACING o N O rn p c ill \-----__ •-a 0 f= m DETAIL VENT PIPE C O E- GENERAL NOTES: a 1. ALL MATERIALS AND CONSTRUCTION SHALL BE PER LOCAL CODE. CONTRACTOR IS TO LOCATE ALL EXISTING UTILITIES PRIOR TO ° CONSTRUCTION TO ASSURE THERE WILL BE NO CONFLICTS WITH EXISTING z UTILITY LINES AND THE NEW SERVICE LINES. Ld n r' CO 01 co 0 In w J KERRVILLE SOUTH WASTEWATER PHASE IV DETAIL VENT PIPE FIGURE o TETRA TECH 2 c: • STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: I_ 46 ri 1 ni) ,� ()1 00 Address: I C . I i31 tN U kA , 1 VV3S.V?t,virk 1fl Date Organized: [AC Date Incorporated: DL) D Number of Years in contracting busi under present name; (1 JAS. CONTRACTS ON HAND: IT Arkel Contracts Dollar Amount Completion Date 1�1( m hi d Waal I N IAMIPNlltr I f1 1 S' 2 3,.19 l a - t g ( 3 R P . L . J o f r ;11Al./ V h e r ) - T(A - A `TS ]111 -I 1,QG:v► e4'- RiockIVL4 , erPiK Lo )a VerUrtnr rnQ f2 �%G , 5 • i Type of work performed by your company. uodhoruoa I wodf r Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? kj l!P List the projects most recently completed by your firm {include project of similar importance): S 0Q_ ktr rh o _ Project Dolar Amount Mo/Yr Completed . 1 1 % 111 1 t.� 419.• I 0 1 r r � ��t) ' o.� n1Dio124r Li in 1 lefl. T(P10,1,? 1 -1 op cS ) () th ���� 1 D�tk t.ULi $I ( Major equipment available for this contract: Iteriabliarnal Attach resumes) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: $ (NCO. DO Bank reference: l Ul W e) The undersigned hereby authorizes d r uests any person, firm, or corporation to furnish any information requested by the CI) I )V1}1. - \ j) 1 in verification of the recitals comprising this Statement of Bidders s Qualifications. Executed this day of 26 to . by: Jose. C ci.eiltTe RLb t`e9 YP S\1I Q. 114 (Signature) (Title) y i , CONSTRUCTION CONTRACTOR'S LOCAL, OPPORTUNITY PLAN The U 7t ;; l onJ r iJ i 1g QQeent the following specific affirmative action step directed at increasing the ubkzation of lower income residents and businesses within the (County) of '( • To ascertain from the Locality's TX CIDBG program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan, • To attempt to recruit from within the clty the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. • To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. • To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps panned to accomplish these goals. • To insure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. • To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. • To insure that afi appropriate project area business concerns are notified of pending sub - contractual opportunities. • To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. • To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. • To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. • To maintain records of as projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. As officers and representatives of k,� ' o p_ C �1� �=�Q. I 1 °we the undersigned have read fully ful agree to this Plan, and be e a party to the fu lC implementation of the program and Its provisions. Ac, s C? cx Acx\vVe. Signature Date PROPOSED CONTRACTS BREAKDOWN Estimated % to Estimated $ Amount to Type of Contracts No. of Contracts Esthnat d Total Dollar Amount Local Business local Business Totals: ESTIMATED PROJECT WORKFORCE BREAKDOWN No. Positions No. Positions No. Positions to FNI with Work Classifications Total Estmsted Positions Currently Filled Not Filled LJM Residents • Totals: j r at' TIM% =MEMO, Lupe Rubio Construction Co., Inc. P.O. Box 1838, Kingsland, TX. 78639 325. 388. 8500/325 388 8822 (fax) CONTRACTORS QUALIFICATIONS: 1.- Type of Construction: Underground Utilities 2.- Date Organized: 6/1992 3.- Date Incorporated: 6 /2002 4.- Credit Available: $300,000.00 5.- Bank Reference: Steve Rodgers, Security State Bank & Trust 325 388 3535 6. - List of available equipment: See attach 7. - Total number of permanent personnel: 54 President: Jose Guadalupe Rubio Secretary: Guillermina Sanchez 8. —Lupe Rubio Construction Co., Inc. has never defaulted nor failed to complete any work awarded. 9. -. - List of projects within the past ten years including type of work, value, date started and completed, owner's name, address, and phone number of person to contact: See below: Current Contracts: • Project Name: Ingram Gravity Waterline Wastewater Imp. Ph. 1 Owner: City of Ingram Total Contract Cost: $1,590,832.12 Location: City of Ingram Completion Date: Present Project Manager: Randy Winston Phone Number: 956.968.2194 Eng: Sigler, Winston, Greenwood & Assc. Phone Number 956.968.2194 • Project Name: Ingram Lift Station No. 1 and 2 Owner: City of Ingram Total Contract Cost: $732,372.66 Location: City of Ingram Completion Date: Present Project Manager: Randy Winston Phone Number: 956.968.2194 Eng: Sigler, Winston, Greenwood & Assc. Phone Number 956.968.2194 • Project Name: Lampasas Water and Sewer for High School Tract Owner: City of Lampasas Total Contract Cost: $ 758,167.49 Location: Lampasas Completion Date: Present Contact: Randy Clark Phone Number: 512.556.6831 • Project Name: Blockhouse Creek WW Interceptor Segment 2 Owner: City of Leander Total Contract Cost: 600,335.17 Location: Leander Completion Date: Present Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: Annexation Waterline Loop Project Owner: City of Harker Heights Total Contract Cost: $683,342.00 Location: City of Harker Heights Completion Date: Present Project Manager: Mark Hyde Phone Number: (254) 953 -5641 Eng:Walker Wiederhold & Associates LLC Phone Number (254) 699 -0737 Completed Contracts: • Project Name: City of Seguin, 16" Water Main Replacement Owner: City of Seguin Total Contract Cost: $173,487.24 Location: Seguin Completion Date: 10/16/09 AG Hodges Phone Number: (830) 379 -3212 TRC Engineering, Beau Perry Phone Number (512) 454 -8716 • Project Name: City of Seguin, Geronimo Creek Phase III Sunrise Acres & Subdivision Sewer Owner: City of Seguin Total Contract Cost: $1,623,689.00 Location: Seguin Completion Date: 10/16/09 AG Hodges Phone Number: (830) 379 -3212 TRC Engineering, Beau Perry Phone Number (512) 454 -8716 • Project Name: Highland Haven Low Water Crossings CR328 A Owner: Burnet County Total Contract Cost: $ 178,067.00 Location: Burnet Completion Date: 07/15/09 Contact: Larry Wilkie Phone Number: (830) 693 9566 • . Project Name: McCarty Lane Waterline Phase II Owner: City of San Marcos Total Contract Cost: $ 1,301,736.00 Location: San Marcos Completion Date: 3 -25 -09 Contact: Steve Guajardo Phone Number: (210) 508 -3567 • . Project Name: Hollywood /SueAnn Sewer Line Replacement Owner: City of Lampasas Total Contract Cost: $ 625,634.00 Location: Lampasas Completion Date: 05 -15 -09 Contact: Randy Clark Phone Number: 512.556.6831 • . Project Name: Westlake Hill Phase III South Sewer Owner: LCRA Total Contract Cost: $ 1,863,055.65 Location: Westlake Hills Completion Date: Present Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: Blockhouse Creek WW Interceptor Segment 1 Owner: City of Leander Total Contract Cost: 2,475,984.58 Location: Leander Completion Date: Present Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: Bastrop- Eskew, Perkins, Higgins, Street Reconstruction Owner: City of Bastrop Total Contract Cost: $1,800,761.00 Location: Bastrop Completion Date: Present Jim Rebecek Phone Number: (512) 848 -6916 Befco Engineering, Gene Kruppa Phone Number (979)968 -6474 • Project Name: Burnet County Low Water Crossings CR328 A Owner: Burnet County Total Contract Cost: $ 189,658.0 Location: Burnet Completion Date: 01/30/09 Contact: Larry Wilkie Phone Number: (830) 693 9566 • Project Name: Burnet County Low Water Crossings CR328 Owner: Burnet County Total Contract Cost: $ 216,535.00 Location: Burnet Completion Date: 01/30/09 Contact: Larry Wilkie Phone Number: (830) 693 9566 • Project Name: Burnet County Low Water Crossings CR343 Owner: Burnet County Total Contract Cost: $ 133,189.0 Location: Burnet Completion Date: 01/30/09 Contact: Larry Wilkie Phone Number: (830) 693 9566 • . Project Name: Rio Vista Reconstruction Phase 1 Owner: City of San Marcos Total Contract Cost: $ 702,621.00 Location: San Marcos Completion Date: 12/15/08 - Contact: Steve Guajardo Phone Number: (210) 508 -3567 • Project Name: City of Harker Heights FM3481 Waterline Imp. Owner: CTWSC Total Contract Cost: $470,869.28 Location: Harker Heights Completion Date: 09/13/08 S.D. Kallman, PE, Steve Kallman Phone Number: (512) 218 -4404 • Project Name: Comanche Trace Ph 11 Owner: Comanche Trace Golf & Ranch Club -Total Contract Cost: $2,948,168.09 Location: Kerrville, TX Completion Date: 08/30/08 Trevor Hyde Phone Number: (830)370 -9627 • Project Name: Old Town Helotes Water Line Project Owner: City of Helotes Total Contract Cost: $ 674,179.77 Location: Helotes Completion Date: 2/28/08 Description of Work: Water System Improvements Contact: Rick Schroder Phone Number: (210)695 -8877 Prime: Lupe Rubio Construction Contact: Lupe Rubio Phone Number: (830) 613 -1143 • Project Name: Sonoma Verde 16 & 24- Inch Oversize Approach Mains. Owner:City of San Antonio Total Contract Cost: $ 953,139.06 Location: San Antonio Completion Date: 01/09/08 Description of Work: Water System Improvements Contact: Phone Number: (830) 660 -9093 Prime: Lupe Rubio Construction Contact: Lupe Rubio Phone Number: (830) 613 -1143 • Project Name: Lonestar Drive Drainage & Water Improvements Owner: City of Cedar Park Total Contract Cost: 628,279.28 Location: Cedar Park Completion Date: 12/31/07 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 Eng. The Wallace Group Phone Number (512)248 -0065 • Project Name: Comanche Trace Ph 9 Off -site Sewer Improvement Owner: Comanche Trace Golf & Ranch Club -Total Contract Cost: 340,235.86 Location: Kerrville Completion Date: 10/30/07 Trevor Hyde Phone Number: (830)370 -9627 • Project Name: Sanitary Sewer Main Replacement Project Project No. 06- 040 -KSH Kerrville State Hospital Owner: Texas Health and Human Services Dept. • Contract Cost: 900,750.54 Location: Kerrville Completion Date: 2/28/08 Hector Carrisalez Phone Number: (210)340 -2322 • Project Name: Chisholm Trail Water System Upgrades Owner: Chisholm Trail S.U.D. Total Contract Cost: 234,305.27 Location: Florence Completion Date: 9/17/07 Don Rauschuber Phone Number: (254) 793 -3103 HDR Consulting , Inc. Timothy Haynie Phone Number (512)837 -2446 • Project Name: Ronald Reagan Blvd. Waterline Owner: City of Cedar Park Total Contract Cost: 686,005.73 Location: Cedar Park Completion Date: 09/04/07 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 Eng. TBC Phone Number (512)472 -4519 • Project Name: Water Distribution System Improvements 2005 Owner: City of Granite Shoals Total Contract Cost: 140,697.16 Location: Granite Shoals Completion Date: 01/07/07 Ricky Rowe Phone Number: 830 -613 - 8696 Engineer, S.D. Kallman LP 512 218 4404 • Project Name: 16" Water Main Replacement -Phase III Milam Street Owner: City of Seguin Total Contract Cost: $ 534,850.02 Location: Seguin Completion Date: 05/31/07 Contact: Craig Bell, TRC Eng. Phone Number: (512) 454 -8716 AG Hodges Phone Number: (830) 379 -3212 • Project Name: Capital Improvements Project 16" Waterline Owner: City of Kyle Total Contract Cost: 427,678.81 Location: Kyle Completion Date: 05/31/07 Faris Abboushi, PE Phone Number: (512)327 -1180 Project Coordinator: Jimmy Haverda Phone Number: (512)262 -5953 • Project Name: Kerrville Sanitary Sewer Owner: Kerr County Total Contract Cost: 744,093. Location: Kerrville Completion Date: 11/27/06 Kamran Kaviani., Tetra Tech Phone Number: (210)226 -2922 • Project Name: Kerrville Schreiner City Park Gravity Sanitary Sewer Owner: City of Kerrville Total Contract Cost: 651,549. Location: Kerrville Completion Date: 12/1/06 Charlie Hastings Phone Number: 830 - 792 -8312 • Project Name: Comanche Trace Ph 5 &8 Owner: Comanche Trace Golf & Ranch Club -Total Contract Cost: 1,059,871. • Location: Kerrville Completion Date: 11/30/06 Trevor Hyde Phone Number: (830)370 -9627 • Project Name: SH123 Sewer Project Owner: City of Seguin Total Contract Cost: $ 706,360. Location: Seguin Completion Date: 09/15/06 Contact: Craig Bell Phone Number: (512) 454 -8716 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: City of Fredericksburg Pump Station Owner: City of Seguin Total Contract Cost: $ 706,360. Location: Seguin Completion Date: 09/15/06 Contact: Craig Bell Phone Number: (512) 454 -8716 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Nime: Chisholm Trail 18" Approach Main Owner: Chisholm Trail S.U.D. Total Contract Cost: 941,490. Location: Liberty Hill Completion Date: 05/15/06 Don Rauschuber Phone Number: (254) 793 -3103 • Project Name: 16" Northwest Transmission Main Owner: City of Burnet Total Contract Cost: $ 670,930. Location: Burnet Completion Date: 7/15/05 Contact: Phone Number: (512) 517 -7064 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: Granite Shoals Water Improvements Owner: City of Granite Shoals Total Contract Cost: 217,611. Location: Granite Shoals Completion Date: 03/06/06 Ricky Rowe Phone Number: 830 - 613 -8696 • . Project Name: Liberty Hill Interceptor Owner: LCRA Total Contract Cost: $ 857,762. Location: Liberty Hill Completion Date: 3/22/06 Contact: David Smith Phone Number: 800 - 776 -5272 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • . Project Name: Windcrest Sanitary Sewer Main Owner: City of Windcrest Total Contract Cost: $ 578,382. Location: Windcrest Completion Date: 7/30/06 Contact: Richard Frenzel Phone Number: (210)- 655 -2888 • . Project Name: Bexar County Water Control Improvements Owner: City of Windcrest Total Contract Cost: $ 145,481. . Location: Windcrest Completion Date: 8/17/04 Contact: Richard Frenzel Phone Number: (210)- 655 -2888 • . Project Name: Westlake Hill Phase III South Sewer Owner: LCRA Total Contract Cost: $ 702,621.00 Location: West Hills Completion Date: 10/15/05 Contact: Clinton Rohde Phone Number: (512) 517 -7064 Larry Vinklarek Phone Number: (512) 288 -6457 Prime: Keystone, Inc. • . Project Name: 2004 Street/Water /Sewer Improvements Townewood Subdivision Ashby /Moss Street, Bluebonnet Street Owner: City of Seguin Total Contract Cost: $ 861,085.82 Location: Seguin Completion Date: 09/25/05 Contact: AG Hodges Phone Number: (830) 379 -3212 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: City of Seguin Water /Sewer Systems Imp. Owner: City of Seguin Total Contract Cost: $ 794,946.26 Location: Seguin Completion Date: 5/01/04 Contact AG Hodges Number: (830) 379 -3212 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: City of Seguin Baxter Street Water line Owner: City of Seguin Total Contract Cost: $ 737,162.04 Location: Seguin Completion Date: 5/10/04 Contact: AG Hodges Phone Number: (830) 379 -3212 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: City of Lockhart Twin Island Owner: City of Lockhart Total Contract Cost: $249,094.93 Location: Lockhart Completion Date: 9/30/03 Description of Work: Sewer Installation Contract: Charles Chiller Phone Number: (512) 454 -8716 - - LUPE RUBIO CONSTRUCTION CO. INC., P.O. Box 1838, Kingsland, TX 78639 PH:(325) 388 8500 420D1T- BLN12979 T1055111SN:1 VR2230U161000101 420DIT- BLN11396 924G 420D1T- BLN13287 1T28B- 0BT00961 420D- FDP20730 930G- TWR01053 420Backloader- FDP08031 AirCompressor- Q185JD -E 420E IT4CE- OKMW01012 AirCompressor- 3272x2419 430DIT- BML05387 Aircompressor185 252B- SCP01918 420E IT4CE- KMW01705 325CL- CRB01485 930- TWR2668 320CL- PAB05376 420D- C22448 IT28G- CBT00715 IT28G- CPT03969? 302.5CGBB01218 1T28G- CPT0579 EXP500 -26943 roller Amer Augers 30 -225 Hrizontal Earth watertruck Amer. Auger 42 -600 G2 roller double drum HYDR- hammer loader Veermeer T755 Trencher -1986 Hydromulcher Veermeer T755TR Trencher Attacht 267 CJ505951 MiniExcavator CX229 420D- CRS26216 330DL 416D- OBFP15585 262B- PDT00988 GH4 ATTACH VTS- 21376 -77 963C- DS00664 330CL- PAB05376 420D- CR511408 1 - -• • y I. trnen(ff: 43O00 LUI'tKUI3 , ACORD. CERTIFICATE OF LIABILITY INSURANCE DA (09 D"""') PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Insurance Network of Texas ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 143 fast Austin HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. !ings, TX 78942 -3299 9i 542 - 3666 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Bituminous Insurance Companies Lupe Rubio Construction Co., Inc. . INSURER B: 806 Dilley St. Kingsland, TX 78639 -4232 INSURER C: INSURER D: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YY) DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY CLP3264290 05/29/09 05/29/10 EACH OCCURRENCE 81,000,000 X COMMERCIAL GENERAL LIA$ILITV PREMISES (Ea occu ence) 8100,000 _ l CLAIMS MADE © OCCUR MED EXP (Any one person) .. 11 . 000 _ X PD Ded:1,000 PERSONAL & ADV INJURY 81,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $2,000,000 — 1 POLICY n JECT LOC A AUTOMOBILE LIABILITY 3530441 05/29/09 05/29/10 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 _ ALL OWNED AUTOS BODILY INJURY $ — SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO EA OTHER THAN ACC $ AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY CUP2585552 05/29/09 05/29/10 EACH OCCURRENCE 81,000,000 OCCUR n CLAIMS WIDE AGGREGATE $1,000,000 $ DEDUCTIBLE $ id RETENTION $ 10000 $ A WORKERS COMPENSATION AND WC3530440 05/29/09 05/29/10 X I TORY LIM OR STATUS ITS ER I MI- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $1,000,000 K es, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A OTHER Property CLP3264290 05/29/09 05/29/10 $1000 deductible A Equipment CLP3264290 05/29/09 05/29/10 Rent/Leased $250,000per _ item - $500,000 aggregate DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *FOR BID PURPOSES ONLY* CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION INSURED DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL in DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHOR REPRES TATI U fa, ACORD 25 (2001/08) 1 of 2 #M264068 089 o ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) 2 of 2 #M264068 I i it C4:''*4 : 4 } Z w Z i 1 c fY ti O F F- a w �k 0 N Y C H Y N CA o o 0M o o IM 2 � _ '" p I- W rd a" t m 0 $ a ci J Q ....• J ■ 1 l 5 1— 7 W ,- ,+r:rl Y ter.— r _:fie i 1 Page 1 of 1 Cheryl Thompson From: Geraghty, Connie (RBI -US) [CGeraghty @reedbusiness.com] Sent: Monday, May 24, 2010 3:14 PM To: cthompson @co.kerr.tx.us Subject: Kerrville VWVTP Phase 4 Hi Per my VM could you please tax or e-mail over the bid results from this morning's bid opening? Thank you Connie Connie Geraghty Bid Reporter, National Strategic Sources Reed Construction Data 2000 Clearwater Drive, Oak Brook, IL 60523 Office 800 - 699 -8640 Ext -7988 Fax: 800 - 819 -2805 connie.geraghty©areedbusiness , com www._ reedconstructiondata.com To submit Plans and Specs to us electronically: www.reedpsp.com To request to be Listed as l a Bidder on a project: addbidders(@reedbusiness.com com RSMeans Estimating Tools & Data: http://rsmeans.reedconstructiondata.com/?CouponCode=RCD-Reearch This message contains confidential information intended only for the use of the addressee(s) named above. If you are not the intended recipient of this message, please promptly delete from your computer and notify the sender. 5/24/2010