Loading...
HomeMy WebLinkAboutC2008-300 - 8/12/2008 - Approved2008-300 M20O8-204 08/12/08 F O R M S BUCKINGgAM ESTATES LIFT STATION UPGRADE Big State Excavation S P E C I A L P R O V I S I O N S S P' E C I F I CAT I O N S AND. O F C O N T R A C T S A N D B O N D 5 F 0 R FOR WASTEWATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857-1800 Fax: 361/826-1715 CITY OF CORPUS CHRISTI TEXAS wv WASTEWATER AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT-NO: 7117 DRAWING NO: STL 142 ~~ ~• ..~.. VICTOR M. GUTII NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: BIICRINGHAN BSTATB3 LIFT STATION UPGRADE, PROJECT NO. 7117; this project consists of Base Bid: demolition and/or modification of an existing lift station, its valve vault structure, its pumps, piping, force main connection, wet wells, electrical components, fencing and asphalt paving; construction of a new lift station, piping, electrical system, passive earth filter system to serve as an odor control biofilter facility, concrete driveway and paving, grading, fencing, general sitework, landscaping and irrigation improvements; the installation of a new 8' x 12' packaged control room building, 300kw/375kva standby generator set and transformer; and construction of 415 linear feet of 6-inch PVC waterline improvements. Additive/Deductive Alternate Bid Item No. 1 consists of substituting a modular odor control system for the passive earth filter system, in accordance with the plans, specificationa and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wedneada Na 28, 2008, and then publicly opened and read. Any bid received a ter closing time will be returned unopened. A pre-bid meeting is scheduled for Wedaeaday, May 21, 2008 beginning at 10:00 a.m. and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5$ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ( 5$ 0.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the ovmer has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer, " "workman, " or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised '//5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: - TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. -Underground $azard 5. Products/ Completed Operations Hazard 6. Contractual Liability - 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 CONffiINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED Not limited to sudden & accidental X NOT REQUIRED discharge; to include long-term environmental impact for the disposal of contaminants See Section B-6-11 and Supplemental BUILDERS' RISK Insurance Requirements ^ REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements X REQUIRED ^ NOT REQUIRED n-..... ~ ..F 7 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 560-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTSRUCTION PROTECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job the City will require such coverage for all individuals providing work or services on this Project at 'any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas civil Statutes Article 6676c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6676c, Section 4 (j) need not provide 1 of the 3 forms of worker's compensation coverage- The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110-.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is. required to post the required notice at the job site: By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 1/13/98) Page 1 of7 Title 28 INSURANCE Part II. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following-words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406:096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,. regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees: This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services" includes but is not limited to htto•//wwwscsstatetxus/tac/28II/1108/I10.110.html Nor~cerocoxrRncroRS-B Revised 1/13/98 8/7/98 - Pagetof7 providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a govemmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in t}re case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: htt ://www.scs.state.tx.us/tac/281I/1108/110.110.html NOTICE TO CONTRACTORS-n Revised 1/13/98 817/98 Page 3 of 7 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on Yile certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site iriforming all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project; regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at S I2-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." (8) contractually require each person with whom it contracts to provide services on a project to: httn'//www scs state tx us/tac/28II/1108/110.110.htm1 NOTICE TO CONTRACTORS-B Revised 1/l3/98 8/7/98 Page 4 of 7 (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (Hj contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the httn•//www scs state tx us/tac/28II/110B/110.1 l0.html NOTICE TO CONTRACTORS-B Revised 1/13/98 8/7/98 Page 5 of 7 case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, anew-certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certi£cate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; http•//www scs state tx us/tac/28II/1108/110.110.html NOTICE TO CONTRACTORS - B Revised 1/I3Ng 8/7/98 Page 6 of 7 (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; Cont'd.. (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (II) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this mle are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or constmction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this mle does not apply to motor carriers who are required pursuant to Texas civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74'" Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http•//www scs state tx usftac/28II/110/B/110.110.html NOTICE TO CONTRACTORS-B Revised IA3N8 8/7198 Page 7 of 7 PART A SPECIAL PROVISIONS SIICKINGHAM ESTATES LIFT STATION IIPGRADS PROJECT NO. 7117 SECTION A - SPECIAL PROVISIONS A 1 Time sad Place of Receiviag Proposals/Pre-Bid Meetiag Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 P.M. oa Nedaeeday May 28, 2008 Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 A pre-bid meeting will be held on Wedaeaday May 21, 2008, beginning at 10:00 A.M. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas and will include a discussion of the project elements. If requested, a site visit will follow. No additional or se crate visitations will be conducted by the City. A-2 Defiaitiona sad Abbreviatioas Section S-1 of the General Provisions will govern. , A-3 Description of Project BIICKINGHAM ESTATES LIFT STATION UPGRADE; this project consists of Base Bid: demolition and/or modification of an existing lift station, its valve vault structure, its pumps, piping, force main connection, wet wells, electrical components, fencing and asphalt paving; construction of a new lift station, piping, electrical system, passive earth filter system to serve as an odor control biofilter facility, concrete driveway and paving, grading, fencing, general sitework, landscaping and irrigation improvements; the installation of a new 8' x 12' packaged control room building, 300kw/375kva standby generator set and transformer; and construction of 415 linear feet of 6-inch PVC waterline improvements, and Additive/Deductive Alternate Bid Item No. 1 consists of substituting a modular odor control system for the passive earth filter system, all above items in accordance with the plans, specifications and contract documents; A-4 Method of Award The bids will be evaluated based on the following subject to availability of funds: Total Base Hid or • Total Baae Hid Plus or Miaue Additive/Deductive Altercate Bid Item No. 1. The City will decide to accept Additive/Deductive Alternate Bid Item No. 1 based on cost and on performance and future maintenance considerations. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City - . and in the best interest of the public. Section .1 - SP (Aevieed 12/15/04) Page 1 of 24 Explanation of the Proposal Total Base Bid (Part A) Consists of the demolition and/or modification of an existing lift station, its valve vault structure, its pumps, piping, force main connection, wet wells, electrical components, fencing and asphalt paving; construction of a new lift station, piping, electrical system, passive earth filter system to serve as an odor control biofilter facility, concrete driveway and paving, grading, fencing, general sitework, landscaping and irrigation improvements; the installation of a new 8' x 12' packaged control room building, 300kw/375kva standby generator set and transformer; and construction of 415 linear feet of 6-inch PVC waterline improvements, in accordance with the plans, specifications and contract documents. Additive/Deductive Bid Item No. 1 This alternate will replace the Base Bid passive earth filter odor control system with a "Basys" above-ground modular odor control system as manufactured by Biorem Technologies, Inc. The system will be sized for those criteria shown on the Plans and this shall include all coats for design engineering, coordination with the City's consultants, additional electrical facilities as required, additional foundation and additional piping as required and all other appurtenances required for a fully operational system, complete and in place, in accordance with the plans, specifications and contract documents. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 5~ Hid Sond (Must reference: BIICRINGHAM SSTATS3 LIFT STATION IIPGRADB - PROJSCT N0. 7117 as identified is the Proposal) (A Cashier's Check, certified check, money order or bank draft £rom any State or National Haak will also be acceptable.) Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet the deadline for completion of construction shown below. The working time for completion of the Base Bid portion and Additive/Deductive Alternate portion of the Project will be 300 calendar days. in the event that the scope of work is revised by authorized and executed Change Orders in conjunction with the base bid, the working time for completion of the project will be adjusted by the Change Orders as required. Days Allocation for Rain: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for the contract. 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. No extension of time will be considered until the expected number of rain days has been exceeded Section A - SP (Revised 12/15/04) Page 2 of 29 and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Daya May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-.responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section E-2 of the General Provisions. A-9 Acknowledgment o£ Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 12/15/09) Page 3 of 24 A-10 Wage Ratee (Revised 7/5/00) Labor preference and. wage rates - 4i..h G .....+Fl : ~- for HEAVY CONSTRDCTION. MiiivmaA prevailing Wage Scales The ~YpUS Christi City Council bas determined the general prevarling m3mAUm hm~lY wage rates for Nueces Nunty, Texas as set out in Part C. The Contractor and any subcontractor must rat Pay less than the specified wage rates to all laborers, workmen, and mechanics Toyed by them in the execution of the Contract. The Contrnctor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, worlanan, or mect~nic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate recori stmwing the names and classifications of all laborers, workmen, and mechanics arployed by them in cormection with the Project and abasing the actual wages paid to each worker The Contractor will make bi-weekly certified payroll sutmittals to the City ~"*~'-• The Contractor will also attain copies of such certified payrolls fran all subcontractors axd others working on the Project. These docwnenta will also be sukmitte3 to the City Engineer bi-weeklly. (See section for Minarity/Minority Business Enterprise Participation lblicy for additional requirements concerning the Proper farm and content of the payroll sutmittals.) One and one-half (1;4) times the specified hourly wage must be Paid for all hours worked in excess of 40 Ymffs in any one week aid for all trnu's worked on Sundays ar holidays. (See Section B-1-1, Definition of Terms, and Section 8-7-6, Working Hours.) A-11 Cooperatim with Public ASencies (Revised 7/s/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour entice to any applicable agency whenwork is anticipated to proceed in the vicinity of any facility by vsirg Dig . Tess 1-500-344-8377, the Lone Star Notification Company at 1-800-669-8344, and Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenieix:e, the follow.ug telephone numbers are listed. City Engineer 826-3500 Project Engineer 991-8550 J, Dun Relmet, P.E., R. P.L.S. Coym, Retmet & Gutierrez Engineering, L. P. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78411 phone: (361) 991-8550 Fax: (361) 993-7569 Email: danr®crgei.ccm Traffic Engineering 826-3540 Police DeFartnexct 882-1911 826-1880 (826-3140 after hours) Water Department 826-1818 (826-3140 after hours) Wastewater Department 885-6900 (885-6900 after hours) Gas Department 826-1881 (826-3140 after hours) Storm Water Department Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 299-4833 (361/693-9444 after hours) AEP 881-2511 (1-B00-824-4424, after hours) SBC / A T & T Signal/Fiber Optic Locate 857-1946 857-1960 urs) h f Cablevision 857-5000 o ter (857-5060 a ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624 CenturyTel 225/214-1169 (225/229-3202 (M) Seotioa A - SP (Revised 12/15/04) Page 4 of 24 ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 A-12 ffisiateaaace o£ Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and com leteness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. it is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Tra££ic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A 14 Construction Equipment Spillage sad Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Section A - SP (Revised 12/15/04) Page 5 of 24 Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-16 Excavation sad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field O£fice The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two f2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A 18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based on Calendar Days. This Plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1.l Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re-Submission: Revise and resubmit as required by the City Engineer. Section A - SP (Revised 12/15/04) Page 6 of 29 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A 19 Construction Protect Layout aa8 Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the Consultant Project Engineer 48 hours notice so that alternate control points can be established by the Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor s negligence will be restored by the Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Surveyor (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Sectloa A - SP (Revised 12/15/04) Page 7 of 24 Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). water • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A-20 Testing sad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must furnish and install 1 Project sign as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the sign will be determined in the field by the City Engineer. A 22 Minority/Minority Business Enterprise Participation Policy (Revised to/se) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Section A - SY (Revised 12/15/04) Ya9e 8 of 24 b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterorise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1, owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For ah enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. a, Minority: See definition under Minority Business Enterprise. b. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. c. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. yinority members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. Section A - SP (aevieea 12/15/04) Page 9 of 24 3 4 Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 ~ 15 $ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (revised 7/5/00)- The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Honda Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "NO surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10~) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Section A - SP (Revised 12/15/04) Page 10 0£ 24 Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 $) o£ the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10~) of the reinsurer's capital and surplus. For purposes of-this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of -the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 3alee Tax IDcemptioa (NOT IISBD) _,, ~ ,;_e„~t,~~ --~ ,.c ..=n ~ya-earrtraet :.,. ..,...u: ~~ 'r r s.:.. ~ A 26 Supplemental Insurance Requirements For each insurance coverage provided Contract, the Contractor shall obtain policy, signed by the insurer, stating: in accordance with Section B-6-11 of the an endorsement to the applicable insurance Section A - SP (Revised 32/15/04) Page 11 0£ 24 In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in-accordance with Section B-6-il of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed ley the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of theCity, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. Section A - SP (Revised 12/15/04) Page 12 of 24 A-28 Considerations for Contract Award sad Hxecutioa To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City hllgineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field achniaistratioa staff ie a prerequisite to the City Engineer's obligation to execute a caatract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. Section A - SP (Revised 12/15/04) Page 13 of 24 A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addressea~o£ MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firma, that such MBE firma meet the guidelines contained herein. Similar substantiation willbe required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. session ~+ - se (Revised 12/15/04) Page 14 of 24 10. Within five (5) days following bid opening, submit is letter form, ia£ormatioa ideati£yiag type of entity and state, i.e., Texas (or other state) Corporation or Partnership, sad name(s) and Title(s) of individual(s) authorized to execute contracts oa behalf of said entity. A-31 Amended Policy ca 8xtra Work sad Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for arty extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Rxecutioa O£ Caatract" Requixemeate Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at arty time prior to the date the City B<lgineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Ealgineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to doso will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting refezxed to is Special Provision A-1. A-34 Precedence of Contract Documents in case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. in the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT IISED) 74 '- '~^o-~ =B Section A - SP (Aevieed 12/15/04) Page 15 of 24 ~ 1=e~xele nd ~ gmen~ ased - ' ", ~~"•,' e~a~~at=}en '-~sae~-~-~ ~~Hs ' a ~tanagarza~-raYr,-~e r...-... ... .. } : L....i tH ' ~ a..• ' ii a ia~r~a-av ~npan} nsme Section A - SY (Revised 12/15/04) Yage 16 of 24 P7 &€eve t Emend P}and '~e~ ~_~ _ L_ .., ,...° ~ ..a_ «L.e - 7 ..a L..- - -- - ....nul _ _,. ..aa ~ E gy # , '- e Ee m iFle}u~e&, L1Vl, 29-~1eE } - «L_ ..4 - _ .nil } ..._L.l .. ^ l -.a..,.«.-..- Y«v J ~. ~... v 3 ~ F_s ,.. C • «L.~. _a L «L:.. aca .._ • ..l l.. +F F° a ---H }} ~e~k equ&PmenE-„h~eh 's he--g~e~aeE e€ ° F', i.« 6 ... ~ _L __ ..L.~..~.~« _ _~.._ l _ll s:ll 3 n: « -.a -- «4 ..l l _a,.a 8~3Pe~9-~}'tP-E~2R~ Section A - SP (Revised 12/15/04) Page 17 of 24 A-36 Other Submittals 1. Short Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 2 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise the related eouipment will not be approved for use on the project. Section A - SP (Revised 12/15/04) Yage 18 of 24 A-37 drA-~-.~~~a~~y - - NOT IISSD ~.,y~.,.-s _-,.... __ -.._---- The requirements of "Notice to Contractors 'B"' are incorporated by reference in this Special Provision. A 39 Certificate o£ Occupancy and Final Acceptance NOT IISHD - n-a_~ A-40 Amendment to Section 8-8-6: Partial Hatimatee General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid £or the materials delivered to the Project worksite. -- • ~--= ^^ NOT IISSD ., i .....a-.. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. Section A - SP (Revised 12/15/04) Page 19 of 24 The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions sad Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings. shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated Water (~/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCE4, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Szcploratozy Hxcavatioas (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate Section A - SP (Revised 12/35/04) Page 20 of 24 horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines ~~excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform ao construction work oa the project until all exploratory excavatioae have bees made in their entirety, the results thereof reported to the engineer and until Contractor receives- eagiaeer's approval o£ report. Exploratory excavations shall be included in the lump sum base bid for,the lifer station. _, - ^'^-- Contractor snail provide all- his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Blectrical Wires (x/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Lump Sum Saee Sid The Total Base Bid shall be considered a lump sum bid for the Project. The breakdown of work items and, in some cases, the quantities shown on the Proposal Form are to be considered approximate. The costs w 1 beoutilizedtforwpartibalupay for bid analysis, and for the successful bidder, estimates calculations. Omissions of quantities or items on the proposal form which are shown on the Plans and Specifications shall not be cause for additional reimbursement or invalidation of the lump sum total base bid. The Proposal form contains a $20,000 item as an allowance for "Unanticipated Adjustments." This amount will be added into the total base bid, however, the amount or a portion thereof will be utilized only for unanticipated work and only with the authorization of the Director of Engineering Services. Include the cost of any ancillary items in the cost of the Proposal item of which it is apart. Section A - SP (Revised 12/15/04) Page 21 of 29 A-51 Dewateriag This item is considered subsidiary to the appropriate line items as described in the Proposal where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costa to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berms) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Creek. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to .temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench or excavation to the sanitary sewer system the Contractor shall contact the Wastewater Pretreatment Coordinator at 826- 1800 to obtain a "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to nit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Baseline Parameter for the dewatering discharge are as follows: Parameter Total Petroleum Hydrocarbons Total Lead Benzene Total BTEX Total Dissolved Solids Total Dissolved Solids Polyneuclear Aromatic Hydrocarbons Maximum Limitation (mg/L) 15 0.1 0.005 0.1 < Receiving Water <Receiving Water 0.01 A-52 Allowance The item included in the Base Bid items described as "Allowance For Unanticipated Adjustments" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated adjustment of existing or planned improvements or heretofore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the allowance become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is -no guarantee that any of these Funds will be needed to be used throughout the course of the work. Section A - 6P (Revised 12/15/04) Page as of 29 A-53 Ameaded ^Prosecution and Progress. Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. section A - SP (Ra~ieed 12/15/04) Page 23 04 24 SUBMITTAL TRANSMITTAL FORM PROJECT: SIICRINGBAM ESTATES LIFT STATION UPGRADS - PROJECT NO. 7117 ONNBR: CITY OF CORPUS CHRISTI BNGINSBR: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPBCI: OR DRASPING SUBMITTAL NUtdHBR: SUBMITTAL Section A - SP (Revised 72/15/04) Page 29 of 24 OZ ~ ~ J KW m m W F F o~ F ; 3 3 , ~ ~ c x d `i0 in 7 M . a M ~! _ M M _ M M W D /~'p iA m =J Q 3 U Y ~ 0 o a 3 0 0 '7 o >- & >- a ..0-,2 ~~ u0-,Z ~~.~ ... ~._.-.y J dl F g 0 o K ,~ ~ ~ ~ p O z ~i W x H H ATTACHMENT NO. 1 PAGElOFl A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 12TH day of AUGUST, 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Sig State Excavation, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,880,406.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: :INGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 (TOTAL BASE BID: $1,880,406.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 UW LJ/ tuVV iV. .+u .~.+a vc u.~u va -"- ESTATES LIE'T STATION UPGRADE PROJECT NO. 7117 BASE BID I II III ~ V Unit ITEM QTY Description Price Total A, BASE HID - (PART A) Mobilization, in accordance 1 with the Plans and A-1 L.S. Specifications, complete and in - $ ---- ° S ~ ~~ ~ lump sum. place per " ~--- Lift Station Area Site Clearing and Stripping, in accordance A-2 0.16 with the Plans and Acre Specifications, complete and in ',~ S $ 2.S(~O.OD place pex acre. Lift Station Area Site Grading, Excavation & Fill, in A-3 0.16 accordance with the Plans and Acre Specifications, complete and in S!~Qo S 2560.op place per acre. Lift Station ;Area Cicil Demolition, in accordance with A-q the Plans and Specifications, L S, complete-and in place per lump --- S Z~jGn 00 5---- • sum. Remove Demolished & Abandoned Structures, in accordance with A-5 1 the Plans and Specifications, L.S. 'complete and in place per lump 5 5------- 000.00 S sum. [revised Proposal Pozen ADDENDUM N0~1 :^a ge ? of z0 ATTACHMENT N0.4 VAGE 3 of 20 HVCKINGHAM HSTATEB LIFT STATION UPGRADE PROJECT N0. 7117 I II III ~ V IInit iT8ffi QTY Description Price Total SWPPP for Lift Station & waterline Improvements Area,. in A-6 S Accordance With the Plana and L specifications, complete and in l - 5------ ump sum. plane per Traffic Control For Lift Station & Offaite Waterline 1 Improvements Area, in A-7 L.S accordance with the Plans and 9pecificationa, complete and in r l 5------- $ ~~]00.OC ump sum. place pe Trench Safety & Shoring For Lift Station Area Facilities & Offsite Waterline Improvements A-8 3 Area Facilities, in accordance L with the Plane and Specifications, complete and in ' o0 $ ~3ti00 place per lump sum- S""" • Dewatering For Lift Station, in 1 accordance with the Plans and A-g L.S. Specifications, complete and in place per lump aurn. $------- S~Sb000•[]L~ Allowance for Unanticipated Adjustments, in accordance with A-10 8 the Plans and Specifications, L complete and in place per lump sum Sao,ooo Sao,ooo . Revised Proposal Pow Ptegc a o£ z0 - ADD@NDUId NO. 7 ATTACiiNIENT ND. 4 PAGE 4 of 20 SUCRINGHAM F;BTAT&S LIFT STATION UP GRADB PROJECT N0. 7117 I II III IV Vait V ITBN QTY Description Price Total 8-Inch Reinforced Concrete Y HPACIPY r i w m~ pavam~nt Wiry DAr A-11 9 ~ Curb, in accordance wiCh the Plans and Specifications, er e l o0 S~ S 53~' 00 p ac complete and in p s are ard. 8-Foot Security Fence,.in 275 accordance with the Plans and A-12 L.F. Speciflcations, complete and in «~~ $r'~44K0•~ place per linear foot. $ 3-FooC Decorative Personnel 1 Gate, in accordance with the a-~~ lsacn t'ians and speoi=ica[ions, each 00 $ ZUOD S r2'000.OD . complete and in place per 12-Foot Decorative Security Gate with Oate Operator, seavrity Access Control-system, A-14 1 . Card Reader sad Programming, in - ---- •L0000.00 S L.S. with the Plans and accordance 5--- specifications, aomplete and in place par lump ~um.- 12' x 12' Reinforced Concrete Cover For Existing Wet Well, -With 4' X 6' Ligh.E Duty 1 Aluminum Satch'With Exposed A-15 Each Padlock Clip, in accordance with the Plans and Specifications, complete and in 5~~~ $ 7 0D0.0 ~ place per-each. Revl,aefl Pzpppaal Form Page 5 of ZO ADDENDUM NO.1 ATTACHMENT NO. A PAOH 5 of ZO SUCRINdAAM &STATES LIFT STATION UPGRADE PROJECT NO. 7117 I II III IV V Uhit IT&M QTY Desari tiom Price Total Remove Top of Existing 6' Wet Well and Construct New Top with 40-Inch Aiameter Wastewater A-16 1 Manhole Ring and Cover, in Each a~~vi~lGZ~ct with the Flnne and Specifications complete and in place per each. $ ~pOOO.OC $ Remove & Reconstruct Wastewater 1 Manhole Top, in accordance with A-17 i i °O Each ons, cat the Plans and Specif h $t~~ S 5 OOD.vo . complete and in place per eac Remove & Reconstruct Top of Metering Wastewater Manhole, in A-18 1 accordance with the Plans and Bach Specifications, complete and in a~ $ rJ' 000 $ ~0 O place per each. , Header Curb For Landscaping, in 172 accordance with the Plans. and A-19 L.F. Specifications, complete and in ear foot li QO "~~ $ 2236 .OD . n place per Reinforced Concrete Pad, 5'-8" x 6', For Transformer, in A-20 accordance with the Plans and Each Specifications, complete and in h o.~ $~~ S 3000.Oo . place per eac Reinforced Concrete Pad, 6'-7" x 15'-2", For Generator, in A-21 1 accordance with the Plans and Each S ecifications, complete and in P ach .4.2 $ $ I boa7.oo . place per e _ Aevieed Prepoani Oocm P.sge s of 20 ADDENDUM N0.1 gTTACNMENT NO. d PAGE 8 of 20 tlb/ZJ/LGl7O 10. of Jul of woui """'~"--""~- $UCRINGHAM ESTATES LIFT STATION U PGRADE PROJECT NO. 7117 I II III IV V Unit ITEM QTY Desariptioa Price Total Reinforced Concrete Pad, 6' x For Bio£ilter Blower, in l0' A-zz 1 , accordance with the Plans and ~ Each Specifications, complete and in a,~- 4 2.~.OD,00 Reinforced Concrete Pad, 9'-6" x 15'-2^, for 8iectrical Control Room w/2 - 4' x 4' x 7" 1 Concrete stoops, in accordance A-z3 Each with the Plans and Specifications, complete and in $ q~ S qBD~ ~ place per each. Remove Existing Curb & Gutter To Accommodate New Driveway, in A-24 22 accordance with the Plans and. L.F. Specifications, complete and in $ S 2QG"bp place per linear foot. ~-- 12-Foot Reinforced Concrete Driveway (Portion Within 170 Staples Street Right-of-Way?, A-z5 S:F in accordance with the Plans !~ 2 O, S ~ ~ .and 5pecificationa, complete $ _ and in-place per aquare foot. Reinforced Concrete Header Curb FOr B}Ofilter Media, in A-26 107 accordance with, the Plane and L.F. Specifications, complete and in ~~2 5 $ /39~, CD place per linear foot. ~,._,L.- R!~"19~d RsopO0s1 Perm pMFNAIIM NA 1 9a W. 7 e£ ZO ATTACHMENT N0.4 PAGE T OP 20 eoic.~icnna Lo:oa ..o,~~~~~~~ HVCRINOHAM ESTATES LIFT STATION II84SRADE PROJECT NO. 7117 I II III Zv V unit TTSM QTY Description Prioe Total i-FvGt 313awalk To ~xieting Driveway, iz~ accordance with A_27 22 the Plans and Specifications, S.F. complete and in place per $ 2V S ~j72 • DO square foot . Remove Existing and Construct New 4-boot Sidewalk, in 1650 accordance with the Piaas sad A-28 S.F. Specifications', complete and is ~p ~~ 00 L 6SO0 uare foot. r s l $ . , S q ace pe p Crushed Limestone & Fabxic For Gas RiBer Area, in accordance A-29 9 with the Plans and L Specifications, complete and in ~~~~ place per lump-sum. $------' S Reinforced Concrete Sidewalk To Serve As A Splash Pad & 20 Draiaageway, in accordance with A-3o S.F, the Plans and Specifications, complete and in place per $ Zboo $ ,$2fl,o0 square foot. Removable Pipe Bollard, in 4 accordance with the Plans sad A-31 Each Specifications, complete and in ( $ bOO.0O place per each.. U70 $ Pipe Fence, in accordance with 1 the Blahs and Specifications, A-32 L S. complete and in place per lump . $2b0O.0O ____-- S sum.. gaol sad Preppeal Form Page 6 of so AjTpCXA1 NT ND~d PAGE 8 of 20 n5/Z6/Znf9tl lb: J.] JolacuJJV1 SVCRINGHAM ESTATBS LIFT STATION IIPGRADB PROJffiCT N0. 7117 I II III IV ° Uait TTRM O'~^/ be+aeriyt.ion Priae Total sift Station Structure, Wet well, & Gravity Sewer 1 Connections, iri accordance With. A-33 i,.a. trie rlane ana Specifications, ~ ~ lete and in place per lump 5------- $ ~, comp sum. Lift Station Pumps, in 3 accordance with-the Plans and A-34 Each Specifications, complete and in w $ ~~ Q t~00.00 $ place per each. ~ Passive Earth Filter, in , 1 accordanoe with the Plans anfl A-35 L.S. Specifications, complete and in `~ ~?0000 sum lu -__ $'""- $ . . mp place per Passlva Earth Filter Blower Assembly and All Piping, in A-36 1 accordance with the Plans and L.S. Specifications, complete and in --- $ 2oooC.oa place ger lump sum. 5---- Lift Station Piping., Force Main, Fittings and Accessories, A-37 1 3n accordance with the Plans s. s and sp6Clficacions, 'complete 5------- $ ~d O~'~ and in place per lump sum. Lift Station Temporary By-Pass, 1 in accordance with the Plans A-38 L:S. and Specifications, complete $------- $ 1v0 oD.G! and is place per lump sum. RevleeQ Fzopoeel Form Page s aE 20 - ADDENDUM N0.1 ATTACHMENT N0.4 PAGE 9 of 20 05/Y3/Ytltlki lb: 3J dblaGOJaul '-"`^""-"_'~~ SIICKINQH7fM ESTATfiS LIFT STATION IIP ORADS PROJECT NO. 7117 I == III IV V Unit _~ QTy Description Price Total General Conditions - Electrical Submittals, in accordance with A-39 3 the Plans and Specifications, L complete and in place per lump s_______ S 3'~(~,pp sum. glectrical Demolition & Relocation, in accordance with qp l tho Hlans Gad Spaaif ic=ti.+l.s, L.S. complete and in place per lump 5------- ~J7~~~ $ sum. Temporary Power Zack, in 1 accordance with the. Plans and A-41 L S Specifications, complete and in -- $ -10p~.O0 place per lump sum. $---- Temporary Power For 8y-Pass Operations, in accordance with A-42 1 the Plans and Specifications, L S complete and in place per lump - -- $ a30a,OD $-- sum. Underground Conduit To Trano~ormar, in accordance with A-43 l the Plans and Specifications, L.S. complete and in place per lump - S Z,IpOO.op 5----- sum. v~,s~syx~~la conduit TC Lifb Station Facilities, in A_4g 1 accordance with the Plans and L.S. gpecigicationa, complete snd in - - $'--- - s G7ooo.co place per lump sum. Rwis.d proposal Form Page to a! 20 A ~~~~ NO14 PAGE 10 of 20 05/23/L170tl 1b:JJ ooiotooova -. ... _. ._-.--. ._ BUCKINGHAM SSTATE3 LIFT STATION U PGRADE PROJECT N0. 7117 I II III IV V Unit Dasasiption Erice Total IT~i QTy PCR Building and MCC, in ' 1 accordance with the Plans and A-45 L.S. Specifications, complete and in -- s2ZSrooo.oe place per lump sum. 5----- Generator, 250 RW/313 KVA, in accordance with the Plans and A-46 1 S Specifications, complete and in -_-- s--- sl\3~o00.00 . L. place per lump sum. Ahova.Ground Conduit For Lift Station Pumps, in accordance A-47 l with the Plans and i ' L.S. n tat.a anA CrAriFirAl'inna, rnmp ---- $-'- ~ ~~C,~ place per lump sum. Power & instrument Cables, in 1 accordance with the Pians and A-48 L.S. Specifications, complete and in -- - $.'~O~IQO place per lump sum. $--" Pump. Control Panel, in 1 accordance .with the Plans and A-49 L.9. Specifications, complete and in 9--- - - $ COG,C place per lump sum. SCADA RTU & Programming, in 1 accordance with. the Plans and A-50 L.S. Specifications, complete and in _ "~---- - $ 5 O OOD,OD place per lump sum. - aevi~~d propoeai rosin pDDpNDUM N0.1 Page ii o: 30 ATTACHMENT N0.4 PAGE 11 of ZO DVGiCSifpiTeaDi L9araro0 LSi-S OSlsSi Oif VC 01'+.os PROJECT N0. 7117 I =T III IV v Unit ITEM QTY YeBCripLiOa rr3ce xocal Sngtrumentation, in accordance 1 with the Plans and A-51 L.S. Specifications, complete and in $-'-"-'- $ ~~5~~00 place per lump sum. 8-Inch C-900 PVC Q4aterline, is 544 accordance with the 81sas aa8 A-52 L.F. gpecificatioaE, complete and is Za llb 0~ $ 5 F place per linear foot. $ 8-Inch Gate Valve ~ Sox, in 5 accordance with the Pleas and- o~ OC ~OO~ A-53 Each gpecificationa, complete and in $ OOD . $ lace per each. e-Inch, 90 Degree Send, in 2 accordance with the Plans aafl A-54 Each Speci£icatione, cott~piete and is h p0 $~ 1G1~~ $ ~edO.Ot) . place per eac B" x 8" x 8° Tea, DIMJ, in 1 accordance with the-Pleas and A-55 Each Speaifiaatioae, complete and is ~ ~ $ 5 ~~~ place pas each. $ 8° Cap, DIMJ, is accordance 2 with the Plane and A-56 Each 6pacifications. complete and in 3b~ ~ rhea ge~xg= e1~ fi ~ 2° x 1'/s° Type R Copper Reducer, 1 is accordance with the Plans A-57 Each and epecificatioae,.complete ~~~ $ 0, 00 and i.n place per each. $ peal.eed PYORoos1 sozm ADDENDUM N0.1 Page ii of 20 p7TACHMEtY('N0.4 PAGfl t2 of20 4Jl LJ/ ca/vv au. uu ~" u HIICRINC~NAM ESTATES LIFT STATION II P(3RADE PROJECT NO. 7117 I II Isi Iv V IIait __~ Q1X Deauilk,Llvu 8riu-e Totol 2" x 3/4" Type K Copper 1 Reducers, is accordance with A-58 gash the Place an8 Speaitiaatioas, ach Q 5~ S $ 5~0~ . complete and is pleas per e 3/4" date Valve, is accordance 1 with the Plana acid A-59 Each Speeifieatioaa, complete add is ~~ $ 60•~ place per each. $ 2" x 2" x 2° Type R Coppez Tee, i in aeaorelaaea Kula the T1eao ~-Ga Rach eafl Specifications, complete ~ p~ $ $ 'L~.00 add is place per each. 1-1/2-Inch Threaded Gate valve, 1 in accordance with the Plans A-62 Each- and Specifications, complete Ip~~ $ $ ~~, 00 and in place per each. 3/4-inch Above around Double Check Assembly Sackflow Preveater. 8rovide add Install 3/4-Iaah Febeo Model 850 or 1 Apgrove8 Equal. Complete with A-61 Each Freeze Protection Sousing, is accordance with the Pisna and gpeciPicatioas, complete and in $ ~~~ap ~ $~~QO place per each. - Revised Psepoeel Posen Fags 13 0; so ATTgCHAAENT N0~4 pAdE 13 of 20 f!b/L.j/Z1719U 1b:6J JOL OLOJUUl "•""•"""" B UCKINGHAM ESTATES LIFT STATION UPGRADE PRO~~ NO. 7117 iv v I II III Unit Description Price Total TTBM 4TY 1-1/2-Inch Threaded Plug, in 1 accordance with the Plans and A-62 Each gpeeifications, complete and in o0 $~ $ O~~ place per each. 2" Type 1C Copper 90 Degree Bead, in accordance with the A-63 1 81ans sad Specification®, lit ~~ ~ p,,•. ~ $ Each complete and in-place per each. $ !~--- 2" Waterline, Type x copper, is 70 accordance with the PlaaE and A-64 L.F. 8peoificatione, complete and is ~° $ ~ $ Z~~O.CO place per linear foot. 1'/:" Waterline, Type & Copper, in accordance with the Places A-65 93 and Specifications, complete ~ Z{ $ ~$ .00 L.F. and is place per linear foot. ~ $ 3/4" Waterline, Type K Copper, 33 in accordance with the Places A-66 L.F sad Specifiaatioas, complete Q.Q ~ "1gZ.00 $ and in place per linear foot. $ Lift Station Area Landscaping, 1 in accordance with the Plans A-67 L g, and Specifications, complete $-----'" $ Z'~ ~~'~ and in place per lump sum. Asv~.end propbanl Fozm ADDENDUM N0.1 ease is oE2a _pTTACHNENT ND.4 PAGE 74 of 20 05/23/2008 16::33 3b1tlZb3~~Jl SUCIfINGHAM ESTATES LI&T STATION UPGRADE PROJECT NO. 7117 III IV II I - ., ITEM Lift Station Axea Irrigation, A-68 1 in accordance with the Plans L.S. and Specifications, complete and in place pe.r lump sum. 18-Inch Diameter PVC Wastewater Gravity Main Segments to Lift Station Wet We11 Fxom Existing A-69 21 L.F. Wet Wells, in accordance with the Plans and Specifications, complete and in place per lump sum: Price V Total s------- I s 3500, 00 $-'l'a17~ I $ 'too. W TOTAL ITEMS A-1 THROVGH A-6919~~~ TOTAL LUMP SOM SASE BID: S I ~~~p~~{Ob UD (ITEMS A-1 THRONGS A-69) iuviee6 Hroposal E'orm ADDENDUM NO.'1 Page 15 0£ 20 ATTACHMENT NO.4 . PAGC 15 of 20 05/23/2008 16:33 3618263501 tf`a~LIYGCRlI'N ' ~"` "~~ `J SUCIZINGHAM ESTATES LIFT gTATIOld UPGRADE pR0,7ECT NO. 7117 ADDITIVE/DEDUCTIVE ALTERNATE NO 1 (BART SZ 8-1. 1 Replace the Base Bid Passive L.S. r:arLn r'ilter uoor Control SyyL.eui w1Lh "Bast's" Above- Ground Modular Odor Control System, as Manufactured by Biorem Technologies Inc. system will be size f e criteria shown on t S and in SPECI?ICP.TIO _13140. This item a i ude all costs or , engineering, coor ati with City's 0 1 s, additional ' ical facilities as riraA; .adtiitinnal fnnnt3ation and additional piping as' required and all other appurtenances required for a fully opezational system, in accordance with the Plans and Specifications, complete and in place per lump sum. Through peo:aed Pteposal Poaa. page 10 0£ 20 IV V ERUCT I S 3 ~ , • ~ ADDENDUM NO.i A'(rACFpAENT N0.4 PAGE 16 ot20 ENGINEERING rraue coi c~ 05/23/2008 16:33 3618263501 BUCKINGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 $ ~ Qj 80.QtOb . O o TOTAL SASE azD ADDITIVE/DEDUCTIVE ALTERNATE /~ /~'~ / TECBNOiAGIESZINC.80D~ r /~ ~" c ~ // CONTROL SXS ,ASH/ ERUCT 8 `3 ! ~~ ~ . 00~ TH FILTER SYSTEM) * Mark Through Non-applicable Description HID SUMMi+RY TOTAL BASE 8ID ~ ~ i0$0 „4Db .00 xorAAt, ansa The undersigned hereby d®clares that he has visited ~+• sit® aad has oarai~'ully ~eminad Lke piara, agoai£iaa~tj-oas aad n_oatrmrt An~`9®SntO relating to the xork oovered by hie bid dr bids~the Cit g are in any do thQ xork, and that no repreaentatioas made by y sease a xarranty but' are mere est9.mates for the guidance of the Contractor. RtviaeG e:epeaal corm ADDENDUM ND. 7 ?a3e 1~-of. ZG ATTACHMENT ND.4 PAGE 77 et 20 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 300 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary CITY OF CORPUS CEiRISTI By: ~ f 0 Ange Escobar, Interim Asst. Cit Mgr. of Public Works and Utilities APPRO D AS TO EGAL FORM By: P ,// Asst. City Attorney Services ATTE~jST: (If Corpo/~ryyati j (' ~~Dii ,c ao~l~ o D~ (Sea Below) (Note: If Person signing for cozporation is not President, attach copy of authorization to sign) By: i~~ ~~~ Qr"1~05/G8 Kevin Stowers, Interim Director of Engineering CONTRACTOR Bia Stat~'Ex,~avation, Inc. By; ~f/ _ Title: JOHN CANTRELL,PRESIDENT 15531 KUYKENDAHL STE. 280 (Address) HOUSTON TX 77090 (City) (State)(ZIP) 281/440-8500 * 281/440-8088 (Phone) (Fax) Agreement Page 2 of 2 " QQ~ AUTHORI[t~ 'JY COUNCIL...~.A. n__ -~n:. SECRfTAR~' ~. tl~/LS/Ltl YJG 10. 0o aaiocoooo+ i P R O P O S A L F O R M F 0 R gLiCKINGNAM F!gTATFG T.IFT STATION UPGRADE PROSECT N4. 7117 DEPARTMENT OF ENGINEERING SERVICES CITY OP COAPVS CHRSSTI~ TEXAS xeviaed Pzopeaa0. P'eem ADDENDUM NO.1 Fage 1 of 20 ATTACHMENT N0.4 ' PAGE 1 of 20 w.c~~cuvv~ .~.w .,.,. ~~.,.,.,... ._.__. __.._.._ ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 P R O P O S A L Place: G1'1"'~ 0~ e.uRP~s~~-IR~`~T'1 nAre- 5~ ~~~ Proposal of IJIq ~7Q~ fXC~dCZ-~rDr~ ~ne ~ ' a Corporation organized and existing-under the laws of the State of T~~~S OR -~ - - '-- s as - -- ~ T0: The City o£ Corpus Christi, TaxBs Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: BUCKINGHAM ESTATES LIFT STATION UPGRADE PROJECT N0. 7117 at the locations set out by the plans and specificatiens and in strict accordance with the contract documents for the following prices, to- wit: Ravlaed Proposal Form ADDENDUM N0.1 Pae~ ) o! iQ ATTACHMENT N0.4 PAGE 2 of 2A SUCRINGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 BABE BID I II III IV V Unit I,~ QTy Description Price Total A. SASE SID - (PART A) Mobilization, in accordance 1 with the Plans and A-1 L.S. Specifications, complete and in $ ------ $`~ 0~~ place per lump sum. ~ ~- Lift Station Area Site Clearing and Stripping, in accordance A_2 0.16 with the Plans and Acre Specifications, complete and in ~~~ov S S Z.S~'OD place pex acre. Lift Station Axea Site Grading, Excavation & Fi1L, in A-3 0.16 accordance with the Plans and Acre Specifications, complete and in Qo $ I~ 0 $ ~-SbO.cO place per acxe. Lift Station l~rca Civil Demolition, in accordance with A-4 1 the Plans and Specifications, L.S. complete and in place per lump $------- $ 2~j~,00 sum. Removs Demolished & Abandoned Structures, in accordance with A-5 1 the Plans and Specifications, L.S. complete and in place pex lump oo 5000 ~------- . s sum. Revised Proyoswi Porn ADDENDUM N0~1 2a qe 3 of c'0 ATTACHMENT N0.4 PAGE 3 of 20 HUCKINC~Ha*! 83TET83 LIFT STATION UPGRADE PROJECT N0. 7117 I II III IV V IInit ITSD~ QTY Description Price Total SWpPP'for Lift Station & Waterline Improvements Area, in A-6 S Accordance With the Plans and L Specifications, complete and in $'-"---- ~ ~ place per lump sum. Traffic Control For Lift Station & Offsite Waterline 1 Improvements Area, in A-7 L.S accordance with the Plans and Specifications, complete and in sum. er lum l 5------" $ ~c~,00 p ace p p Trench Safety ~ Shoring-For Lift Station Area Facilities & OfEsite Waterline Improvements A-8 1 Area Facilities, in accordance L S with the Plans and Specifications, complete and in $ ~~~ ~ place per lump sum. 5------ ' Dewatering For Lift Station, in 1 accordance with the Plans and A-g L.S. Specifications, complete and in 5----"-- OO.[]p S~QSO place per lump aurn. Allowance for Unanticipate8 Adjustments, in accordance with A-10 1 the Plana and Specifications, L S complete and in place per lump m Sao, o0o Sao, o00 stz Revised Pcapoeel PO'_'m Page a of 20 ADDENDUM NO.1 ATTAONMENT N0.4 PAGE a of 20 VJ/ LJ/ Lu vuu +~...r.~ .iv~~rv-..... -. SUC&INGHAM T6TATSS LIFT STATION IIP GRADB PROJECT N0. 7117 I9 V I II ISI Unit Description Priee Total I,r~ QTy 8-Inch Peinforced Concrete ?aAPr H r Davotnent Wink, Di.rima+twr A-11 35'0 Curb, in accordance with-the , S Y Plana and Specifications, er e l m S~ S 530. 0C- p ac complete and in p s are ard. 8-Foot Security Fence, in 275 accordance with the Plans and A-12 L,F. Specifications, complete and in 5D ~~~ $4'{~Q•~ S place per linear foot. S , 3-Foot Decorative Personnel 1 Gate, in accordance with the a-~~ Eacn Plans dSIQ Specifications, er each oD $ ~~ $ ~2'~0'0D . complete and in place p 12-Foot Decorative 3eeurity Gate SPith Gate Operator, Seavxity Acceea Control System, A-14 1 Card Reader and Programmiag, ir- -_- $ 20x00.00 L.S accordaace with the Plans aad - $--- specificationa, complete aad is place per lump gum. 12~ X 12' Reinforced Coacrete Cover For Existing Wet We11, With 4' x 6' Light Duty 1 Aluminum Hatch With Exposed A-15 Each Padlock Clip, in accordance with the Plans and specificationa, complete and in 9~~~ $ -~~D.O(Z place per-each. Sev188d.Pro9o~a1 Form Page 5 of 20 ADDENDUM N0.1 ATTACNMENT N0. b PAGE 5 of 25 UJI GJ/ ~uuu av. .+.+ ~+~+~ BUCRINtlHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 I Ix III IV' v unit ITEM 4Ty Description Price Total Remove Top of Existing 6' Wet Well and Construct New Top with 40-Inch Aiameter Wastewatex A-16 1 Manhole Ring and Cover, in Each a~wicle~l~eee with the Flnxle aiad Specifications complete and in place per each. $ ~ppQ0.00 $ Remove & Reconstruct Wastewater 1 Manhole Top, in accordance with A 7 3 ° -1 Each the Plans and Specifications, er each. lace- i - . $t)O~ $ 5 400.00 p n p and complete Remove & Reconstruct Top of Metering Wastewater Manhole, in A-18 1 accordance with the Plans and Each Specifications, complete and in $ ~OC~ $ ~O O place per each. Header Curb For Landscaping, in 172 accordance with the Plans. and A-19 L.F. Specifications, complete and in ~,,0 $~ $ 2236.00 place per linear foot. Reinforced Concrete Pad, 5'-8e x 6', For Transformer, in A-20 accordance with the Plans and Each Specifications, complete and in h $~~ $ 3000.00 . place per eac Reinforced Concrete Pad, 6'-7" x, 15'-2", For Generator, in A-21 1 accordance with the Plans and Each Specifications, complete and in h $ ap ~~~ $~bor,~ a . place per eac - ltevisefl Prepoenl Farm Page s aE z0 A~DENOUM N0.1 ATTACNh1ENT NO. d PAGE 8 of 20 05/23/2tltlb 1b:30 3018LOJJUI "'~~"`-~~~~~- HUCRINGHAId ESTATES LIFT STATION UPGRADE PROJECT N0. 7117 III =~ V I II Unit Description Price Total ITBM QTy Reinforced Concrete Pad, 6' x 10', For Siofilter Hlower, in 1 A-22 accordance with the Plans and ~ Each Specifications, complete and in q~.1c00- q X00.00 1JS0.VV lil4i v.}OLi. Reinforced Concrete Pad, 9'-6" x 15'-2^, for Electrical Control Room w/2 - 4' x 4' x 7" 1 Concrete Stoops, in accordance A-23 Each with the Plans and Specifications, complete .and in $ q~ $ qBD~ ~ place per each. Remove Existing Curb & Gutter To Accommodate New Driveway, in 22 A-24 accordance with the Plans and. b L.F. .Specifications, complete and in t O ~~ , by $~ $ . place per linear foo -- 12-Foot Reinforced Concrete Driveway (Portion Within 170 Staples Street Right-of-ways, A-25 S.F. in accordance with the Plans ~ 2 0, $ 2 ~ ~ ~ and Specifications, complete $ _ and in place per square foot. Reinforced Concrete Header Curb For Biofiltez Media, in 107 A-26 L.F. accordance with the Plans and Specifications, complete and in ~ $~ $ /39/. ~ _ place per linear foot. Aevie~d pc'oyosel recce nnnONnltlJlHn ~ page, v of zo A77'ACHMfiNT N0.4 PACRE 7 OP 20 tl7/ZS/Ynntl 104JJ .ooaomowa _. ..-_. .._.... __.._ BVCICIN~TiAM ESTATES LIFT STATION V P6RADE PROJECT N0. 7117 I xx IZI IV V unit ITBM QTY Description Price Total i-pout 31c7,awalk xo ~xieting Driveway, in accordance with A-27 22 the Plans and Speeifications, S.F. complete and in place per ~ $ Z'~ S ~j~Y.00 square foot. Remove Existing and Construct New 4-Foot Sidewalk, in 1,650 accordance with the 81aas and A-28 S.F. gpecifiCatioaeL complete and is uare foot. s ~ $ ~ ~- $,6500.00 q plac® per Crushed Limestone & Fabric For Gas Riser-Area, in accordance A_29 1 with the Plans and L.S. Specifications, complete and in $------- $ '5~~~ place per lump sum. Reinforced Concrete Sidewalk To Serve As A Splash Pad & 20 Drainageway, in accordance: with A-30 S.F. the Plans and Specifications, complete and in place per $ ZbeO S .529.00 square foot. Removable Pipe Bollard, in 4 accordance with the Plans and A-31 Each Specifications, complete and in ,gQ S '~d~.Op place per each.. $ (~O Pipe Fence, in accordance with 1 the Plans and Specifications, A-32 L S. complete and in place per lump - g2b00,00 ____-- S sum. Re~lsed Prapoaai Pozen Page a of zo A~7pCNAtENT N0~4 PAGE 8 of 20 not [o, cuw iv. ~~ ...,...~~.,.,... - -._ SUCRINGHAM ESTATES LIST STATION U PGRADE PROJECT N0. 7117 = II III V V wait TTRM O'ff' flaAariy~ioa PsiCe Total Lift Station Structure, Wet well, & Gravity Sewer 1 Connections, in accordance with, A-33 y.'. Lrie Y1ana ana 3peciticatioxis, lace per lump d in 5------- S 1 '~ p complete an sum. Lift Station Pumps, in 3 accordance with-the Plans and A-34 Each Specifications, complete and in h ~ $ ~.~~ $ ~ b000,Op . place per eac Passive Earth Filter, in . 1 accordance with the Plans and A-35 L.S. Specifications, complete and in u $'---""- S 1-71.{Z00,00 mp sum. place per l Passlva Earth Filter Slower Assembly and All Piping, in A-36 1 accordance with the Plans and L.S. Specifications, complete and in --- S ZOOCb'Da place per lump sum. 5---- Lift Station Piping, Force Fittings and Accessories, Main 1 , in accordance with the Plans S_37 L•S' and Spe-cifications,'compiece 5------- b Coo.oD $ '~ and in place per lump sum. Lift Station Temporary By-Pass, 1 in accordance with the Plans A-38 L.S. and Specifications, complete $------- $ {~0 oD.06 and in place per lump aum. aevl eed Proposal Fazm gage s of 20 ADDENDUM N0.1 ATTACNNENT N0.4 PAGE 9 of 20 05/23/2008 1b: 33 3b;7]ZbJDl91 ~~""~"'-""'- BIICXINGHAM ESTATES LIFT STATION UP GRADE PROJECT NO. 7117 V V I == III Unit , Description Price Total _~ O py General Conditions - Electrical Submittals, in accordance with A-39 3 the Plans and Specifications, - L complete and in place per lump s_______ ]W ,00 $ 3 sum. Electrical Aemolition & Relocation, in accordance with 1p 1' thm Plans a,ad spocif icatic+ns, L.S. complete and in place per lump _-- $---- S S7~,m sum. Temporary Power Rack, in 1 accordance with the Plans and A-41 L S Specifications, complete and in S , ~~~~ O um $-----~- . place per lump s Temporary Power For Sy-Pass Operations, in accordance with A-42 1 the Plana and Specifications, L.S. complete and in place per lump ----- $ a3OO.OD $-- sum. Underground Conduit To Tr~,oformer, in accordance with A-43 l the Plans and Specifications, L.S. complete and in place per lump 2)OdO.~O sum. Vu~lety.~u~ia conduit Tc Lift Station Facilities, in A-44 1 accordance with the Plana and L.S. 9Pacificotiona, complete and in $ /~ .'~~.0~ V'' sum l - 5--- --- . umg place per Aw1..3 Proposal Porn ADDENDUM N0.'I Ptige 10 of 20 ATTACHMENT NO.4 PAGE 10 of 20 V9D/ LY LCI YJ6 10. av .n+a .. a.+.. e..a BIICRINGAAM E3TATE4 LIFT STATION II PGRADE PROJECT N0. 7117 I II III V V Vnit ' Degariptioa Erice Total ITRM 4 ~ PCR Building and MCC, in ' 1 accordance with the Plans and A-45 L.S. Specifications, complete and in _-- s2z5~ooo.oe place per lump sum. $-___ Generator, 250 KW/313 KVA, in accordance with the Plans and A-46 1 Specifications, complete and in $-__---- $~~3~000.00 L.s. place par lump sum. Above. Ground Conduit For Lift Station Pumps, in accordance A_47 1 L.S. with the Plans and Cr,orifirarinnc, nnmp'IPY.P anA in 9-"'----- ~ X000.00 place per lump sum. Power & Instrument Cables, in 1 accordance with the Plans and A-46 L.S. Specifications, complete and in -"- $ '~ 000.0 place per lump sum. $--"- Pump Control Panel, in 1 accordance .with the Plans and A-49 L.S. Specifications, complete and in - $-'---- 000.00 $ ~--- place per lump sum. • 3CADA RTL7 & Programming, in 1 accordance with. the Plans and A-50 L.S. Specifications, complete and in --- S-"-- $ rj O ppp~ place par lump sum. . ggvis~e Proposal Perm ADDENDUM N0.1 Page 11 0`. 20 ATTACHMENT N0.4 PAGE 11 of 20 GJ/ LJ/ Luvu 1V. ./.~ ....r .. ~........~ DVpLCZiNiFLY•I aa~+arao LSlS O=ASS Oif Vr piee.am PROJECT N0. 7117 = z1 III - .. IV V IInit ITEM QTY UeaCrlpti0a Trice '1'OCal Instrumentation, in aCCOYdanCe 1 with the Plans and A-51 L.S. Specifications, complete and in r lump sum. l $-'"'-'- $ ~~SQ5~00 ace pe p B-Inch C-900 PVC Waterline, is 544 accordance with the Blanc aa8 A-52 L.F. Specifications, complete wad is .94 ~'~ $ rj1~b,0a place per linear fooC. S 8-Inch Gate Valve ~ Sox, in 53 5 Each acaordaaae with the Places and d i ~ $ DOD 5000 ,~~ $ A- n gpecificationa, complete an place er each. 8-Inch. 90 Degree Bend, is 2 accordance with the Plane anfl A-54 Bach Specifications, complete wad is h po $ ~~ ~ $ ~DC~O.Ot~ . place per eac , . 8" x 8" x 8" Tee, DIMJ, in 1 aaaorda.nce with the-Pleas wad A-55 Each 6pecificatioaa, complete and is ~,~,~oD $ S O6 • ~ plane per each. ~_ 8" Cap, DIMS, is accordance 2 with the Pleas wad A-56 Sach 6pecifieationa, complete and is C1~ $ 3b O rlaea geL`-rxh= _ 2" x 1~/z" Type R Copper Reducer, 1 is accordance with the Plans A-57 Each wad 6peaifications, complete ~O~ $ 0, 00 and iss place per each. $ aer~aed PYOyoou Form pDDaNDUM NO.1 Rage 1a o£ :o p7TpOHMENT N0.4 PAGE 12 of 20 GO/ LJ/ GUVV r.+. vv "~- H IICKTNCiHAbt ESTATES LIFT STATION II P6RADE PROJECT NO. 7117 I II xxx xv v Unit s QTx DetsuilrLivu Price Tonal xxar 2° x 3/4" Type K Copper 1 Reducara, is aacordance with A-58 Eaah the Puna aa8 Specigicatioaa, ch ~? $~ 5 5'~ . complete and in plane per ea _ 3/4" date Valve, is accordance 1 with the Plane sad A-59 Each specifications, complete aa8 in ~~ $ ~O ~ place per each. $ y° x 2" x 2° Type x Copper Tee, ~-ao 1 Each in accordance Ki tla thn Plnno aafl 6pecificatioas, complete h e $'L3t7~ $ 2,00 . and is place per eac 1-1/2-Inch Threaded Gate valve, 1 in accordance with the Plana A-62 Each- and Specifications, complete $~ W~ W $ +x,00 and in place per each. 3/4-Inch Above 6rouad Double Check Assembly Sackflow Preveater. Erovide aafl Install 3/4-Inch Febeo Model E50 or 1 Approved Equal. Complete with A-61 Bach Freeze Protection Aouaing, is accordance with the Plena and Specifications, complete sad in S~~~ap r $~~O place per each. -- x~vieed Prepoeel Poxm ADDENDUM N0.1 Fage 13 0: zo ATTACHMENTN0.4 PAGE 13 of 20 05/23/2003 16:33 3eiazoaoni ~"~~^""" " SUCRINGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 T I IV v I IT Unit tion DesCrip Price Total TT82d 4~ 1-1/2-inch Threaded Plug, in ~ accordance with the Plans and i A-62 Eackl n Specifications, complete and $~ $ O,~ place per each. 2" Type H Copper 90 degree Head, is accordaace with the A-63 1 S Plaaa dad Specificatioae h ~ $ ~~ $ ~~' - Each e . eac complete add in-place p . -- 2" Waterline, Type K capper, Sa 70 accordaace with the Plaae dad A-64 L.F . Specifications, complete dad is $ X93 $ Z`~ p~ place per linear foot. 1'/z" Waterline, Z'Ype R Copper, is accordance with the Places A-65 93 add Specifications, complete ~ ~._ $ $ ,g .00 L.F add in place per liaear foot. 3/4" Waterline, Type R Copper. 33 in accordaace with trie Piaae A-66 L.F, and Specifications, comp ~~¢ $ ~qZ ~O ~ dad in place per linear foot. $ Lift Station Area Landscaping, 1 in accordance with the Plans A-67 L 3 and Specifications, complete $"--"" $ ZO OpO.OO and in place per lump sum. Re~is~8 aropoeal Form gDDENDUM N0.1 Page la of zo A7TAOHMENTN0.4 PA06 14 of 20 05/23%2608 16: 3d s6lazosoni I II ITEM QTS 1 A-68 L.S .... ... BUCKINGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 III ~ Description Lift Station Axea irrigation, in accordance with the Plans and Specifications, complete and in place pex lump sum. 16-Inch Diameter PVC Wastewater Gravity Main Segments to Lift Station Wst Well Fxom Existing A-69 21 L.F. Wet wells, in accordance with the Flans and Specifications, complete and in place per lump sum. IInit Pric® V Total s------- ~ s 3500.00 sT~ $ c4tozoo. o0 TOTAL ITEMS A-1 THROUGH A-69IS I~ ~+ TOTAL LUMP SUM BASE SID : $ 1080 ~ ~ 6 • UD (ITEMS A-1 THROUGii A-69) xuvl aed Proposal Form ADDENDUM NO.'1 cage 15 of 20 ATTACHMENT NO.4 . PAGE 15 of 20 100/ LS/ muo lv. av .+•+~•+"+-'-"'~ BUCKINGHAM ESTATES LIFT STATION UPGRADE PRO,7ECT NO. 7117 p,DDSTIVE DEDUCTIVE ALTERNATE NO. 1 - p~T $~ V 8-1. 1 Replace the Base Bid Passive. L.S. Earth t'ilter odor control sysLein with "Brigs" Above- Ground Modular Odor Control System, as Manufactured by Bioram Technologies Inc. .system will bs size f e criteria shown on t 5 and in SPECI?ICP.TIO _13140. This item a i. ude all costs or , engineering, coor ati with City's o ~.tl s, additional ~~,II ical facilities as rirari; .arLlitinnal fnnndation_.._:~_.__ -- - -------- and additional piping as iequired and all other appurtenances required for a fully opezational system, in accordance with the Plans and / ~ `~1 ~ Specifications, complete and in ERUCT S ` place per lump sum. *Mark Through Non-applicable Description' Aev: sed Proposal Form ADDENDUM N0.1 ?age ?v' of 20 ATTACHMENT NO.a PAGE 16 of 20 95/2;i/Yk7aa 1b:33 bola<ooJU• SUCECINGHAM ESTATES LIFT STATION VPGRADE PROJECT NO. ?117 g ~ , ~ 80 .'i~Ob . O o TOTAL BASE axn ADDITIVE/DEDVCTIVE ALTERNATE ~~~~ NO. 1 (UTILIZING SIOREMa ~ n ~,1 TECIiNOiAGIES INC. OD /~J !N / CONTROL SXS ,fig/ EDUCT S `3 ~~~ 1 ' ~~, ARTH FILTER SYSTEM) * I~1ark Through Non-applicable Description HID STJ~II+lARY TOTAL BASE HID g ~,0$0„4Db.D0 xo=2iz, aASE The undersigned hezeby declares that he has visited the site and hss eere£ully ~xam9.nnd the p13nE/ ap°oi£ications and eontrart• Anrnmanl:a relating to the work coveted by his bid or bids, that he agrees to do the work, and that no represenestimatesa£cr the eguidanoee of the sense a warranty but are mesa Contractor. rpvi9ed PrepeIIai FC!!rt ADDENDUM NO.1 Page 11 of. %G ATTACHMENT NO.4 PAGE 17 of 20 05/23/2008 15:33 361bLb.ia171 BUCKINGHAM ESTATES LIFT STATION UPGRADE PROJECT N0. 7117 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by -his bid or bids, that he inrany sense a warranty but are mare pest m ter oformthe guidance1of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment. Bond (as required) to insure payment for all labor and materials. 'The bid bond attached to this proposal, in the amount of 5$ of the highest amount bid, is to become the propezty of tho tib„ of Corpus rhri:er.i ;n rho r+vanr rhP rnnr.idatadndamages for the executed within the time above set forth as liqu' aelay ana aaalr.loi(ax wuin ~au~au ~.1,CiGLy. Minority/Minority Business Enterprise Participation: The apparont low biddar shall, neirhin five iiay.~ of rACP.j.pT. Of bids. Submit participat7yrigninRethe contractngandha dzscrlpt on aofs the oworkE to rbe performed .and its dollar value for bid evaluation purpose.. Number r faS~gned not 1 ssD thtannfour counterpart t(original bonds will be pep signed) sets. Time of Completion: The undersigned agrees to complete the work within 300 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all .necessary LVV15 aii3 ayNor-alun, do all the work end =urx~i ch all workz covered~by~ thisrproposal~~~inr trict~accordancehwithothemcontraca documents and the requirements pertaining thereto, for the sum. or sums above set forth. Receipt c~~ t~e following addenda is acknocaledged (addenda number): ~} Respectfully stab RELL, PRESIDENT r, /. ,~ Name: _ J;~/ N R .. (SEAL - 2~' BIDDER IS a Corporation) Address : p/ I KI;(~l ~,tY/~ihl ~Y•~8~ Street) b ~~-- (City) (State) (Zip) Telephone: a8[ ~O~gS'DO NOTE: Oo no[ detaeh bid f: T.Om o[her paper. Fill 7n vitR ink and avbmit complete (Rev`_sed AvgveC 20001 wi Lh atterhed papaxs. Raniead ecoposal 8ozm ADDENDUM N0.1 Pago !9 n£ 20 ATTACHMENT NO_a PAGE 1B of 20 P E R F O R M A N C E B O N D BOND N0. SU 1030899 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Biq State Excavation, Inc. of HARRIS County, Texas, hereinafter called "Principal", and Arch Insurance CQmpany a corporation organized under the laws of the State of '.Missouri , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE MILLION, EIGHT HUNDRED EIGHTY THOUSAND FOUR HUNDRED SIX AND NO/100($1,880,406.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH of AUGUST 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: BUCKINGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 (TOTAL SASE BID: $1,880,406.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or to the terms of the contract, or to the work to be addition performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this each one of which shall be day of August 2008 PRINCIPAL State By: instrument is executed in 4 copies, deemed an original, this the 21st J N CANTRELL, PRESIDENT Name & Title) ATTEST Clarice Cantrell Corp. Secretary (Print Name & Title) SQRETY Arch Insura ce Com an - By: ;r .; Attorney-in-fact Morris D. Pla ens Jr. (Print Name) ,~ l° Th® Resident Agent of the Surety is Nueces County, Texa~s,~~~~for delivery of aotice and service of process is: Swantner & Gordon Insurance Agency: Contact Person: Howard Cantwell Address: 500 North Shoreline 12th Floor Corpus Christi, TX 78471 Phone Number: (361) 883-1711 (NOTE: Date of Performance Bond must not be prior to date of con tra ct)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D BOND N0. SU 1030899 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Big State Excavation, Inc. of HARRIS County, Texas, hereinafter called "Principal", and Arch Insurance Company a corporation organized under the laws of the State of Missouri , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE ---___--- ~...,fl mmm~vn CTX AND p11LL1V-1 r.ivns - NO/100($1,880,406.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH day AUGUST 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: BUCKINGHAM ESTATES LIFT STATION UPGRADE PROJECT NO. 7117 (TOTAL BASE BID: $1,880,406.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requiremen licablerstatutes6of Vernon's Civil Statutes of Texas, and other Labor" and "Material", the State of Texas. The terms "Claimant , as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service oasp provided by eArta in matters arising out of such suretyship, 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument each one of which s 20 Q$ be deemed an day of Au¢ust PRINCIPAL ....,~1n (Print Name & Titl SURETY Arch Insura ce Coi By: Attorney-in-fact is executed in 4 copies, original, this the 21st County, Texas, for The `.,Regideat- Agent of the Surety in Nueces delivery of notice. and service of process is: Swantner &'~Gordon Insurance Agency: Contact Person:Howard Cantwell i2eh F Address: 500 North Sho Corpus Christi, TX 78471 Phone Nutobes: (361) 883-1711 (NOTE: Date of Payment Bond must not payment Bondte of contract) (Revised 3/08) Page 2 of 2 Yy~ u. (Print Name &Title) Clarice Cantrell Corp. Secretary ACI~RD CERTIFICATE OF LIABILIT fODUCER (800) 627-6474 FAX: (866) 652-9382 uaranty Insurance Services, Inc. DATE IMM/DOIYYVY) Y INSURANCE z~l~zooe THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. O. Box 4745 ouston TX 77210-4745 INSURERS AFFORDING COVERAGE NAIC # SURED / INSURERA:BltuminOUB CasU81 Co 20095 / State Excavation Inc i INSURERe:Everest National 10120 . g Inc Interest h INSURER C: Great American Insurance 16691 . , osn ong Suite 230 kendahl 5531 Ku INSURER O: , y OL18tOn TX 7709D INSURER E: 'HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVt roH i ne ruu~r r~mv~ m,.n.n ~ _~........~..._.....-..--. _.. - tuFQ(IN--s I^RA CEEAFFORDEDNBY ITOHE POLIC ES NDESCRIBED HEREINOISUBUBJECTTTO ALLETHE TERMISH EXCLUSIONS AND COND TIONS OFOSUCHY PO LCIAES~ ' E P P OLICY EFFECTIVE P OUCY E%PIRATON LIMITS SR DO l TYPE OF INSUMNC POLICY NUMBER GATE MMIDDIYY DATE MMIDOIYY S 1,000,000 GENERAL LUIBILITV OHMAGE TO RENTED S 100,000 X COMMERCIAL GENERAL LIABILITY ~ 3250196 2/1/2008 2/1/2009 MEDEXP one 5,000 S '4 X CUIMS MADE OCCUR CLP 000 1 000 / P VI R , , S X Contractual Liab y 000 000 2 GENERAL AGGREGATE , , S 000 000 2 P C P/ , , s GEN'L AGGREGATE LIMB APPLIES PER: X POLICY X PRO X LOC / COMBINED SINGLE LIMIT / / 1 000 000 AUTOMOBILE LIABILITY d , , S // ~/ mq (Ea ewi A X X ANV AUTO OWNED AUTOS CAP3519395 2/1/2006 2/1/2009 BODILY INJURY S ALL / (Per parson) SCHEDULED AUTOS r X HIREDAUTOS BODILY INJURY (Per accidenq S X NON-OWNED AUTOS PROPERTY DAMAGE (Per eceidan0 S AUTO ONLY-EA ACCIDENT S GARAGE LIABWTY OTHER THAN S ANV AUTO AUTO ONLY: AGG S 4,000,000 E%CESSNMBRELLA LIABILITY 000 4 000 AGGRE TE , , S X OCCUR ~ CLAIMS MADE S 2/1/2008 2/1/2009 S 8 X DEDUCTIBLE 7105000022-071 / J S X RET NTI 10 000 X STA - OTH- A WORKERS COMPENSATION AND i 000 1 000 EMPLOYERS' LIABILITY ~/ E.L. EACH ACCIDENT , S , ANY PROPRIETOR/PARTNERIEXECUTNE XCLUDED? R 2/1/2006 2/1/2009/ E.L. DISEASE-EA EMPLOYEE 1 , 000 , 000 S OFFICERIMEMBE E WC3519394 ~ 000 000 1 Ryes, tleeuiee urMer E.L. DISEASE-POLICY LIMIT , , S CIAL PR W I N bekrx 2/1/2008 2/1/2009 500,000 Leases/?tented - My C OTHER Contractors Eqpt 1Np504718300 000 700 / 0 / 2/1/2006 2/1/2009 , Leased/Ranted -Hex ear Jobaiie '~ 1,000,000 C Blanket Inatl/Hldr ISD?50471830 DESCRIPTO gNEMIGLEarCAUwaivna wv~c,.o. =,•........~~.-..^-~-------- - Ra: Buckingham Estates Lift Station Upgrade -Project No. 7117 Tha City of Corpus Christi is named ae additional insured on all general liability (GL) and all automobile liability (AT.) policies. City of Corpus Christi Department of Engineering Services Attn: Contract Administrator / P.O. Box 9277 V Corpus Christi, TX 78469-9277 ACORD SHOULD ANY OF THE ABOVE DEBCRISED POLICIES BE CANCELLED BEFORE 7HE EXPIRATON GATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NONCE TO THE GERTFlCATE HOLDER NAMED 70 THE LEFT, BUT FAILURE TO DO SO 9NALL IMPOSE NO OBLIGANON OR LIABILITY OF ANV KIND UPON THE THORIZED REPNEaENTATIVt ~~~~ L Shults, Jr./VPEARC 1.~~ owes t of e 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 nat 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. 1COR0 25 (2007/08) aaye 2 a z NS025 to~oe).oae Big State Excavation, Inc. PIICLP3250196 ~ 02/01/2008-2009 THS Q~DORSBuB~ CF~UVVCfSTFE POLJCY. PLEASE READ R OAgEF1A1.Y. ,/ oorrrRacro ~ ~--' This erxiaserrrent rtnc6fies insurance Branded under the fdlaning: t~7Mvf}igAL GENERAL UABIUTY CCNERAC~ FORM f _:.. SECTION II - WHO IS AN ItJSlll'i®is amended to Indude: ,any "owner ° "contrador," "consinidion manager;' "erxpneer' a'.'archited' if it is required in your written contract or written agreement executed try you and all other panties to the oor>tract or agreement prior to any lass ihffi such person(s) or orgaruration(s) be added as an additional insured on your pdicy for ! f oorrpleted operations but only for the prgect designated in your ~~ in ~ „R~s-corrpleted and only vuth respell to "bodiN injury' or "properly ~ ~ w,th respect to liablity resulting operations F~arard' and caused at least in part. by your rx~gl ger>ce from A "Your waif' performed for the additional iruured(s), or B. Pds or omissions of the additional insureds) in corx>artion with their general supervision of 'your worfc." VNih respect to the iruurance afforded such adc5tional insureds in oornection with tNs endorsement and the above referenced Oorrrrercial General Uabil'dy Fomrt the fdlowing adcGtional provisions apply to limit that caNerage: 1. V1k; will have no duly to defend the add6aial insured against arty "suit" seelan9 darr>a9es for "bodily injury' or "property damage" until we receive written notice from the adrltional inured requesting that we defend d rn the suet 2 The Urrits of Inurance applicable to the addtional insureds under tNs andorserrent are the mir9mm limits spedfied in the written contrad a agreement requiring Ws coverage. or as stated in SBLTION IA - LJNfTS OF INSURAPICE of the OOAl1U~idAAU t~L ~~ ~sdesc~ribed in SECTION l~nurarxe are indusive of and not in 3. As addtiorel conditions of coverage under this form, an additional inured under this endorsement will as soon as pradic~ble: a. Qve written notice to us of an "occurrence" vdvch may result in a daim This shall include: (1) Hav, when and where the "ocarrer>ce" took place; (~ The nacres and addresses of arty injured persons and witnesses; and (3) The reture and location of arty iryury or damage arising out of the "ocarrenoe." b. Cyve written notice to us of a claim or "slit" brought agairst the addtiorel insured including spedfics of the claim or "suit" and the date it was received. c, pve written notice of such claim or " ~tt~ yim or "sum turxler~ i~policY(~ ~~ ~ ~ the any other usurer who had overage C~1-4503 (04/0 Copyri9M, Prrrertcen Asscdation of Ir>surance Servloes. Inc. 2004 Pie 1 of 3 time of, a at arty Gme subsequent to the occunence of the "badly injury' a "property darrege" which is the basis fa such dairm or "suit" (1) Such rbtification mist demand the full coverage available order that pdicy; and (2) The addtia><al insured shall not take any lion to waive a linit such other coverage available to it. 4. This insurance does not apply to: a "t3odly injury, a "properly darrra9e" resulting from any ad a omission of the additional insraed(s) a any of their errployees, other than the general supervision of work performed fa the addtia>al insureds) by you; b. 'godly iry'ury' a "properly danege" resulting from 'your work" performed on a project where ottrer valid aril cdlectible insurance is available to the add6onal ins<med under an pu~,ner Contrdled Insurance Program a Consolidated (wrap-up) Insurance R'ogran[ o. "godly injury, a „property darrege" (1) In oorx>ertion with a projed where 'yarn worlf' on the prged wds conpleted prior to the effective date of this pdicy, uNess Uie written oxrtrad a written agreement includes a spedfic time requirement fa oorrpleted operations conrera9e to 6e provided by you fa the addtia>al insured fa "bodl~ry~Y ~~' ~~ oocumng dunrg the pdicy period. Such coverage (a) The period d time required aY the written contract a written agreement; a (b) ~ t n~ co Xra~~w>men ag~eenr on the project winch is the srbject whidiever is less. (2) In oorxreriion with a projed where 'your work' on the pr'ol~rement i~n~the wn where the durafion d the addtional insured coverage equi coruract a written agreement govemirg 'your work' on that projed had e~ired by the time tt>at the iryury a damage first occurred. For the purpose of ~'esd~haza~rdf defi~ti~ll be deemed oorrpleted as set forth in the "products-corrpl d "Badly injury' a "property Barrage": (t) ~rsur~ed, a on their behalf~txR fa~lyrwith respect to eit~fter a bdh of tthe dlamn g operations; (a) Pravidng engineering, architectural a surveying services to others in the inscaeds rapaaH as an engineer, arduted a surveyor, a (b) Providng, a hiring independer>t Professionals to provide, engineering, ardrotedural or surveying services in oorxtection with work the insured P~~• GL-4503 (l?4/0~ Copyright, American Assoaation of Insurance Services, Inc. 2004 Page 2 of 3 00-03-2008 10:05AN FROM- COPY (~ `,1,bjeG to paragraph (~ belay, proFe55idtal senrites induda; T-030 P.003/003 F-551 (a) The .preparing, trppravinSl a tallirg to prepare a approve ~. ~'P drewngs: opinions, repor~~, slrveys, field orders, charge ordere, or draHings and speafiwtlons; a ([>) >'~rpeMeay a inspection adiv+t(es perfamtatl as part of any related ardbeauraY a argneerirg adiuit~ae, but does not indutle the generai suparvisirn d your operalirx~e m srh projea. ~ teduliqueG aepuenoee and pro~atlures errplayed byr yai~oarrteclion with Your aperatlarts as a oatsutxtlort cortbaua. Fortha purpose oT this erdotsanrttrtt, the following defir#tions are added: 'Owner' nteen,t a person a orgerYz4tion who has cwrlareNp in the prgyea preniees desgnsted in ynrx written oorwact a written agraerrlent, at wtYch you are parfarrrlrg or p r(anred work "Qxrtracta"' nleene a person a orgeri¢alibn wQh whom you taus agreed to a varfl0en oorbaa a written agreerrlart tD perform warkfor at the prajed deaigrtsted in the vwittert atntract a wrgdrt agreerrrsnt. "Cortsttucdat n+eer~s a person a °rgard~etlan designated ass "cartetnvoliort I~ in,~ w'rldan mrttract a wtlt5art a~eerrent, and tree mmngerrtere or eupenAsary n~spart~bi v~odr'fa~r~the/yp~rg/eQctdesi~gpr>ryed~edyinthewrit0a/n~/axxract~«lwylyi~lt~e~na1L µ~ ~nE01 IIa~N a pNiV~~ M NLG1 r.M~~vi` ~ 16i ~AVI~ er~ I+y 111 „~~-~p-R M~~JtiMw1~ 'ooristrrrztiort manager" to perlortn ergineeri~ ng arrvfoes for the prgect desfM~V1 ~{~~~~axdrd~~ Nrg tabard or wiillen agreerrer+t and t~ a adttsl responsibility far 9tpsrvieir>g, your work on such project. "grchilact^ rMl7erte a ptxsat a orgarbetion Y1t'n IraB. been erlgayed 6N the 'v+uter, 'cOrltfadtOt" a ~~cUan ' ~ am arditectual saMOEts far the projad dseiprteled in your veilten ~ ~r ~a end has a axRradud reepona'hiRty fa sna dr~ng a wrdrdOng A1ry oavarape praitkd herein wll ba ova' any aher valid and adleci~le (r~aAartCe availade to the Witten aorba~wtitten agr ~aaaRed Ixior >b any des diet tltia irovaroe wiR be gir~rrereryry~~ i~rera ary lna+arrce spedficalb q~dt~d Tor' a tiesigrtated prnjaq(s), indudng but not Ihrited b addtlorlal irmaetl coueraga, ovriere axtuadara PraDadive aNarapa, etc. wilt be ptimerY wiMr the ir~rxeree provided by this a t1er~Instuarloe adY ~f you have so ragaedd (Urea ax~+6a~or w~iittapraemanl O0f °ntuHan In ro avant will any oov~arage pro~Aded order tNs endorserr>ent e#errtt beyond the e~iralion date of ttds pdigr. ~~~D~ q~-0~pp (pgrp~j tgpyr{gryt, American Aaeoriat3on of hsurarrce Servloss. Irlc.:rA04 Page 3 Of 3 AEmini etrative Office. 5B0 Walnut Street Cincinnati, Ohio 45202 EAT/]MERICF~/Y. Tel: 1-513-389.5000 INfURIN[F 6ROYI 0377814 GREAT AMER'r:AN INS LV Ur Nr THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. / ADDITIONAL INSURED ENDORSEMENT is endorsement modifies coverage provided by the: COMMERCIAL INLAND MARINE COVERAGE PART Additional Insured The following is added as an Additional Insured under this policy: CM 78 79 IEd. 09 05) Name and Address: / CITY OF CORPUS CHRISTI, DEPARTMENT OF ENGINEERING SERVICES / P.O. BOX 9277, CORPUS CHRISTI, TX 78469-9277, ATTN: CONTRACT ADMIN Loss Adjustment and Loss Payment With respect to "loss" to Covered Property in which both you and the additional insured shown above have an insurable interest, we will: a, adjust claim for "loss" with you; and b. pay any "loss" to you and to the additional insured, as interest may appear. All other terms remain unchanged. Big State Excavation, Inc. PIICLP3250196 02/01/2008-2009 'fHSFTDOFiS6VB~lTCfIANCfS'ifEPOLICY. PLEASE READRCgREFIJLLY. U'f1LJTY C01~(iRACfOf~S DCTEI~~m LL4BILJTY ~~ This endorsement rrnckfies insurance Provided urxler the fdlowing: C011RutIApALt~L LIABILITY COVERAGE POFtlU1 It is agreed that the provisions listed t~elow apply only upon the entry ~ in the box next to the caption of of such provision. A DX Partnership and Jdnt Venture Extension B. QX Contractors Autorretic Addtional Irsured Coverage C. ~X l4rtorrntic Waiver of Sutxogation p U Extended Notice of Cancellation, Nonrerrewal E ~ X tlnirdentional Failure to Disclose Hazards F. ~X Broadened Mobile Etxdpment Cx QX Personal Iryury-Contractual Coverage H, ~ Nonerr~layment Discrimination I. ~ Lichar ljability J. ~X Broadened Cor~dtions K ^X AutorreticP[iditionallrsureds-Equipmer>< Leases L U Insured Contract Extension - Ralroad Property and r;,onstrtxtion Cor~rads M. ~X Constnxtion Project General Aggregate Limits N. [X Felbw Enpla/ee Coverage p, ~ Property Derrnge to the Named Insureds V~brlc P. ^X (:are, Custody or Contrd A PARIT6iSHPMDJOIN~VB~tRJREE)CIH`1510N The fdlawing provision is added to St~IION II - WFp IS AN INSUR® : The last full paragraph which reads as fdlows: ND person or organisation is an ir>sured Kith respect to the conduct of any cumerd or Past partnership, jdrrt verrture or limted liabthty company that is not strovvn as a tVarrred Insured in the Declarations. is deleted and replaced with the fdlowing: Vofth rasped to the oxxluct of any past or present jdnt verrture or partnership not shown as a Named Insured in the Declarations and of K#uch you are or were a partner or rtierri~er, you, and others insureds, itwttorily with lresped to I abili~ari~ng out of 'Your work' onl~t~half of partnerslip or 1 M ver»rge not sMwn as a Married lrsured rn the Dedaraations, Presided ra dher similar liabr6ty insurance is available to you for'Your Kock' in ooru>ection with Your irderest in such partnership or jdM venture. A partnership or jdrrtt venture, not shown as a Named Insured in the pedarations, of wtvch You have 33% or more ownersttlp interest at the Gme ofce ~ly~ ~ ~ir~~ providedthatno coCUmeroe or "personal and advertising injury' dher similar liability irsrxar>oe is available to that partnership or ldnt ver>ture. GL-3085 (01/06) -1- a corrr>~ac,-r~ls aurcnnAnc aoomt~ruu.lr~l~ sECrION u - wHO Is aN INSUFl®is amerxled to include: ,~,y ,~~r', "c~radq", "oxstnxtion manager' ^er>girteer' a "ardytect" if it is rec~dred in your written ooMrail a written agreement executed by you and all other parties to the oxdrail a agreement prig to any lass that such person(s) a organization(s) be added as an addifional irsur'ed on your pdicy but only fa the project designated in yaul' written oorrtrad a written ayreement and only~withbyrespect to "bodly ir>juy," ^property damage" a "personal and advertising iryury' caused, at least in r n~i9~ and with respect to liability resulting front A Your ongoing operations fa the addtional insured(s), a & Pds a omissions of the additional insureds) in corxtedion with their general supervision of such operatiors. 1Mth respect to the insurance afforded such additionl insureds pursuant to this erxbi'serrent and the above refererced General Liability Fomr4 the fdlowing addtionl praisions apply to limit that coverage: 1. V41e will have no duly to defend the additiorrdl insured against any "suit" seeking damages fa "!)Dilly injury," °P~'~Y " a "personal and advertising iryury; ur><it we receive written voice from the addtional insured requesting that vae defend ft in the "swt" 2 The Limits of Irets'arxe applicable to the additional insureds under this endor.,emarrt are the minimum lirtits spedfied in the written contrail a agreement requiring this coverage, a as stated in SECTIONIII- Llt1ItTT5 OF INSURANCE of the cOM11BapAL C~AAL LIA~I(TY OON~ FOFIIVI, whidiever is less. These Lirrits of Irsui'anoe are inclusive of and not in addition to the Limits of Insurance described in SECTION III of that form 3. A5 adatioral oorxLtions of coverage under this form, an additional insured under this endorsemarrt will as soon as predicable: a Clive written notice to us of an "oocumerne" a an offense wHch may resuR in a Balm This shall include: (1) Fbw, when and where the "ooamence" a offense took place; (~ The rarres and addresses of airy injured Persons and witr>~s; and (3) The nature and location d any iryury or damage arising out d the "oaximenoe" a dferse. b. Give written notice to us of a Beim a "suit" brought against the addtional insured including spedfics of the Balm a "silt" and the date it was received. a C+ve written voice of such Beim a "sut;' induc5ng a denand fa defer>se and indemnity, to arty othar insurer who had coverage fa the Balm a "sut" under its pdicy(ies), either at t arxi<a the a at any time s~equent to the ooaxrence of the "bodily irgury," ' pr~tY offense causing the "personal and advertising injury," which is the basis for such Balms a „~" (1) Sidi notification must demand the full coverage avallade urxkr that pdicy; and (2) The additional insured shall nil take arty action to waive a limit such dher coverage available to it. C-+L--3085 (01/06) -& pr 4. This insurance does nil apply to: a. "Bafily injury' "property damage" or "personal and advertising injury' occurring after. (1) al work on the project (dher than service, rreintenance, or repairs) to be perfomed by you or on your behalf for the additional insureds) has been oorrpleted; or (2) That portion d 'your worK' out d which the injury or dan~ge arises has been put to its irierxJed use by any Person or organization dfier than another contractor or subcontractor engaged in perfom7ng operations for a prindpal as a part d the same project. b. "gorily injury' "properly damage" or "Personal and advertising iryury' resulting from arty ad or onission d the adiltional irsrueds) or arty of their employees, other than the general supenrision of work perfomned for the additional insureds) by you. o. "Bocily irqury' "property damage" or 'personal and advertising irqury' resulting from work perfom~ed on a project where dher valid and odlediWe i '~ ~ ~up) insured under' an Owner Corttrdled Irsruar>ce R'o9ram ~~ d. "Bocily in1~Y ~, »Pr~ttY age„ or "per and advertrsrrg rryuy'. (1) Arising out of the rendering or failure to rerxier any professional services by arty insured, or on their behalf, but only with rasped to either or bdh of the fdlowing operations; (a) R'ovicing engineering, ardiitedural or surveying senrioes to dhers in the insureds capadty as an erx~neer, ardvtect or surveyor, and (b) t'roviding, or hiring independent professionals to provide, engineering, arditectural or surveying services m oorriection with work the insured performs. (~ SLbjeil to paragraph (3) below, Professional services include: (a) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions,, reports, surveys, field orders, diange orders, or drav~nrgs and speafications;and (b) S~PeM~Y or ir>spection activities perfom>ed as part of ar~y related architectural or ergineenng activities, but does nil include the general supervision of your operations on such proect. (3) Professional services do not include services within cor~stn~ction means, methods, tedvrques, sequer>ces .and Procedures employed by y'W in corviedion with your operations as a oorstnxiion oorirador. For the purpose of this endorserrrerd, the fdlawing definitions are added: "Owner' mgr's a person or organization who has owrierstip in the project prerrises, designated in your written contract or written agreemerrt, at wAch You are perloming operations. "Contractor' mrears a person or organization with whom you have agreed in a written contrail or written agreemrent to perform operations for at the project designated rn the wntten contract or written ~'• "Corstrtxlion Manager' means a Parson or orgarvzaGon designated as "corstnidion mer>ager' in your written contract or written agreement, and has mtar~agem~tt or s~pennsory re~porsibilities over your operations for the project designated in your written contr~t or written agreement. GL--3065 (01/06) .3. "Engineer' means a person or orgarrzation who has been engaged by the "owner' "contractor' or "oorstrtxtion manager' to perform erxpneenng services for the project deslgreted in yotx written contract or written agreement and has a contractual responsibility for supennsing, directing or oontrollirg your operations on such project. "Ardited" nears a person or organization who has been engaged by the "owner' "cortractor' or "construction rrgnager' to perform arctrtedural services for the project designated in your written oor><rad or written agreemerd and has a oordradual responsibility far supervising, chreding or oontrdling your operations on such project. Any coverage provided herein will be excess over arty other `slid arxf cdlectable insurance available to the adddiorral trsured(s) whether primary, excess, contitxfent or on arty other basis unless you have agreed in a written oort<ract or written agreement exeaRed fa a desi~ project(s) irdbut lnd primary. t-bovever, arty other insurance speafiplly purdiased limted to addtional irstxed ooJerage, owr>ers oortractors prdective coverage, etc., vHll be primay vnth the Insurance provided by this ~ being excess. If tFus insurance is determned to be pnmary, we agree not to seek oorrtribution from such dher insurar>ce only if you have so agreed in the wntten contract or wntten ageemer><. C. Al11~OMATICWAIVERt~FSUBIi0GAT10N Item 8. of SECTION N. COt11iu16tpAl. ~ LJABIt17Y COPDTTIOPS, is deleted and replaced with the fdkxving: 8. Trm>sfer of RigtVs of Recovery Against Others to Us and ArAomatfc Waiver of S~rogation a If the insured has rights to recover all or part of arty payment we have node urdar this Coverage Forrr4 those nghts are trarsferred to us. The trsured mst do nothing offer lass to impair those rights. At our request, the insured will bring "slit" or transfer those rights to us and help us enforce them b. If required by a written contract exeaRed prior to lass, we waive arty right d recovery we may have against any person or organisation because d paymerds we make for irlury or danage arising out d'your work for that person or orgartization. D EKB~DmNl7T1CEOFCIWCE1LAli0N,NONFi~WAL Item Alb. d the C011MION POLICY o0ND17TON5 , is deleted and replaced with the fdlowing: Alb. 60 days before the effective date d the cancellation if we Cancel for any other reason. Item 9. of StSriION N - CONNF}ipAL Gf]~SiAI. LJA&LJ7Y OOPDTT10NIi, is deleted and replaced with the fdlowing: 9. tf4FBV Wi3 DO Nl7r Rt3~~N a If we dnoose to nonrenew this pdicy, we will mail or deliver to the first Named Irstxed sho~nn in the Dedarations written ndice d the nonrenawel nd less than fi0 days beore the expiration date. b. If we do not give notice d out' intent to nauenew as prescribed in a above, it is agreed that you may extend the period of this policy for a me~dmum adcitiarel sixry(60) days from its sdiedtied expiration date. Vvhere not otherwise prohibited by law. the existing terns, oorxitions and rates will remain in died during that extension period. It is further agreed that so long as it is not d avat~'lade to the~nsured as at result ~ air failureto give the noti~ escnllbed i 9. a above. CaL--3085 (01/06) "4' r E UVNiT3~TTIONAL FAILURETO DISCLOSE HA7AFiDS fail to ~ osedall suds F~iazards at thetinoeptiont dat ~jrour~p~ity, hazards, ~i~f ~ i~ ~ ~S Caerage Form because of such failure. F. BFiQADEAED MOBILE BQURVBJ~ Item 12b. of SECTION V - DEF1NR1ON5 . is deleted and replaced +nrith the fdlarring: 12b. Vehicles maintained for use sdely on or next to premises, sites or locations you own, rent or ooxpy. C: PER90NALIWUFIY-t~fJTRACR1Al- Exclusion 2e. cl SECTION I, t7O'V~iA('aE B is deleted. K NONBuT~WYA16J1'OI9CRIMNATION Unless "personal and advertising injury' is excluded from this pdicy: Item 14. of SECTION V - DEFINRIONS , is amended to include: "Personal and advertising iryury' also means embarrassment or humiliation, mental or emotional dstress, physical illr>ess. physical irrpaimrartt, lass d ~mirg cepacity or rna>etary loss which is caused try "disaimnation." SECTION V _ DET~TJiIONS , is amended to include: 7,i. "Disaimination" means the urdawfd treatment d individuals based on race, odor, ethnic origin, age, gender or religon. Item 2 Exclusions of SECTION I, OONERAC~E B , is amerxied to include: "Persaial and advertising iryury' arising out d "ciscrimination" tiredly or irxiredly related to the past e~oy~t, errployrraM or prospective employment of any P~~ or class d persons by ~Y ir~stxed; "Peersonal and advertising irgury' arising oul d "discrimination" ~ « or Y~r "employees" diredion or vnth your, your agents or Your "empoyees' "Personal and advertising injury' arising out d "tisairrination" directly or incirediy related to the sale, rental, lease or sublease or prospedive sale, rental. lease or sublease d any dwelling, permanent lodgng or premises by or at the diredion d any insured; or fit ortranoe or injiaidions levied or irrpceed by a govemxnerrial entity, or Fries, penalties, sped Pert govemvrantal code, law, or statute because d "disaimnation." I. LIQUOpLU1BILTiY Exclusion 2a cl SECTION I, A , is deleted. J. BFi0M1D~O0PDIT1ONS Items 2a. and 2b. of SECTION N - OOil1u~A1- ~T'~' ~~ ~~ ~ are deleted and replaced with the fdlowing: GL-3085 (01/06) ~S 2 Duties In The Covent q Ocarrertce, Offeree, palm Q' Slit: a You mst see to it that we are notified of an "occurrence" or an offense wtuch may result in a daim as soon as eradicable after the "occurrence" has been reported to you, one of your officers or an "employee" denigrated to give notice to us. Notice should indude: (1) How, when and where the "occurrerxe" or offense took place; (2) The Warren and addresses of any iryured persons and witnesses; and (3) The nature and location of any iryury or damage arising out of the "ocwrrence" or offense. b. If a daim is made or "nut" is brought against any insured, you must: (1) Record the spedfics of the daim or "nut" and the date received as soon as you, one of your officers, or an "errplayee" designated to record such infomation is notified d it; and (~ Ndify us in writing as soon as practicable after you, one d, your officers, your legal department or an "employee" you designate to give us such notice learns d the dame or "nut . Item 2e. is added to SECtION N- OONNF}1CIAI-C~EAAL LJA8111TY COI~DITIDNS 2e. If you report an "occerrence" to your workers cornpensation.irsnxer wiYCh develops intro a liability daim for wtuch coverage is provided by the Coverage Fomr4 falure to report such "occurrence" tors at the time of "ooaxrer>ce" shall nd he deemed rn vitiation of paragraphs 2a, 2b., and 2c. Ffowever, you,shall give written notice of tNs "occurrence" to us as soon as you are made aware of the fad that ttus "occurrence" may be a liat~ility daim rather than a workers compensation daim K AlJP011MTIC ADpT10NYtL II'~- eOUPAiB4P lFJ1SES SECTION II - WFID IS AN IWSUR® is arrended to include arry person or orgpnization with whan you agree in a written e~ipment lease or rerdal agreement to Warne as an addfiorel insured with respell to liability for "bodly injury" "property damage" or "Personal and advertising `otsused, at such r person or your maintenance, operation, or use by you of the equipment y'ce by organization, subjed to the fdlowirg additional exclusions. The insurance provided to the addtonal insured does not apply to: 1. "Bondy iryury' or "property damage" occurring offer you cease leasing the equpment. 2 "godly injury' or "property damage" arising out of the sde negliger>ce of the addtional insured. 3. "R'~Y Barrage" to: a Property owned, used or occupied by or rented to the additional insured; or b. Property in the care, antooy or oorttrd of the addtional insured or war which the addtional insured is for arty purpose exerdsing physical oontrd. GL-3065 (01/06) ~- r L INSUFi~ OOfJTRA(.'T EXTf7SION- RAILFIQAD PROPEF~TK APD Ol7PSfAUCf10N CONiRACfS Item 9. of SECf10N V- DEFlNiT1ONS , is deleted and replaced with the fdlowing. 9. "Insured Contract" means: a A contract for a lease of premises. Fbwever, that portion of the contrail for a lease d premises that indemryfies any person or organization for damage by fire to premises while rented to you or temporarily ooa pied by you with permission of the owner is not an "insured contract"; b. Asidetradcagreement; G Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a mtxudpality, except in coraiection with work for a mridpality, e. An elevator mairtteranoe a~eement; f. That of arty other oordract or agreement, pertair9ng to your lxsiness (indudng an indemrdfication of a rnaiidpality in corxteriion w+th worts performed for a mxnidpality) raider' which you assume the tort hatxldy of another party to pay for "badly injury' or "property damage" to a third person or organration provided the "badly iryury' or "property dame9e", is t the war' la l~rtepo ed b~law in tt~ie abserxe of arty confer or ~f.~hty mteans a li~iliry Paragraph f. does not include that part of any ooritrail oc agreement: (1) That inderrriifies an architect, engineer or surveyor for injury or damage arising out of: (a) preparing, approving, or failing to prepare or approve, rrafs, shop•drawings, oprwors, reports, surveys, field orders, change orders or draw+rx,}s and spegficatiors; or (b) Ctiving drediors or irstnxtions, or failing to give them, 'rf that is the primary cause of the ir>jury or damage; or (2) tinder which the insured, if an architect, engineer or surveyor, assumes liability for an iryury or damage arising out of the insureds rendering or failure to render professional services, indudirx,) those listed m (1) above and stpernsory, inspection, ardvteilural or engineering activities. M OOWSfFfl1C11ONPROJECTCfJ~6iN.A(~tdREGATELJNfTS This rnodfies SECtION III - IJARfS OF INSURANCE A For all stars wtuch can be attributed only to ongoing operations at a single oorstnxaion project far which the insured beoorres legally obligated to pay as damages caused by an "ooaarence" raxder St~itON I - A and for all medal expenses caused by acadentss under SEC11ON 1- C: 1. aril t~tgtairrit is equal to theamoud of the G~ real t~JregateUmt tsho~rai in t~Declaratia~u.~, GL--3085 (01/06) ~- 2 The Corstnidion Project General Aggregate limit is the most we H+II pay for the sum of all damages under OONHaACf A, except damages because of "bodily iryuy' or "property damage" included in the "prociuds-oorrpleted operations hazard," and for medical expenses under CONERACf C regardless of the rwmber d: a Insureds; b. pains made or °suits" txougM; or a Persas or organizations malting dams or bringing "suits." 3. Any payments made under COVERAGE A for damages or undere Umt forCthaC fconstnxtion expenses shall reduce the Corstnidion Projed General Aggregat . projed Suds payments shall not reduce the General Aggregate Lunt sha~nn in the Declarations nor stroll they redxe any other (',onstnxtion Projed General Aggregate Lirrit for any other oorstnxiion project. 4. The limits shown in the Declarations far Each Ocamer~oe, Fre Danage and Medal Expense the Dedarafio such ~ walll be subject to the applicabe Corstr~i~r~ Project General Aggregate Umit. B. For all scars which cannot be attributed oriy to ongoing operations at a single oorstn~dion project for which the insured beoornes legally obligated to pay as dartages caused by an , oocurrenoe' urxier sH;nori I - a and for all medal expenses caused try aoader>ts under SECf1gVl-mac 1. Any payments made urxler OONET~AC~ A for damages or under CONEAAL"aE C for medical expenses shall reduce the amnrmt available under the General Aggregate Limit or the Products- Corrpleted Operations Aggregate Limit, whichever is applicable; and 2 Such payments shall r>a reduce any Corstn~dion Project General Aggregate Limit. C. Payments for damages because of "booty iryury' or "property damage" included in the "Produds- conrpleted operations turdrd" wiel ureduce the Corstnxt oniPrq~ed General Aggr~~t mLmt, and not reduce the General Aggregat D. If a oorutrtxtion project has been abandoned. delayed, or abandoned and then restarted, or if the authorized rbntrading parties deviate from plans, bluepnrds, designs, speclfications or timetables, the project will still be deemed to be the Sarre corstnxxion prged. E The provisions of SECitON III - UMTS OF INSURANCE rat othervuise modfied by this endorsement shall continue to be applicable. N. Fg,LpiyVgVPI.DYEEOONERA(~ Exclusion 2e. Flrployers Liability of SECfiON I, OONERAGE A is deleted and replaced with the fdlowing: 2e. "Bodlyinjruy'to (1) An "employee" of the insured arising out of and in the course d: (a) Errploymarn by the insured; or (b) Performing duties related to the conduct of the insureds business; or GL--3085 (01/06) -& (2) The spouse, cltild, parent, brother or sister of that "employee" as a cor>,sequence of paragraph (1) above. This exclusion applies: (1) tMiether the insured may be liable as an employer or in any other capacity; and (2) To arty obligation to share darreges with or repay someone else who mist pay damages because of the iryury. This exclusion does not apply to: (1) Liability assumed by the insured under an "ireured contract' ; or (2) Uability arising from any action or omission of a oo-"errplgree" while that co-"employee" is either in the course of his or her errployment or perforring duties related to the oorxiuct of your business. Item 2a (1)(a) of SECTION II - VVFq IS AN IhSUFIED , is deleted and replaced with the fdlowing: 2a (1xa) To you, to your partners or rnerri~ers ('rf you are a partnership or jdM venture) or to your mternbers (if you are a hmted liability company), or to your 'Vdurdeer workers" while performing dunes related to the conduct of your business. O: PROPFFIY DAMAGET07FE NANED INSLIFIED'S VUDFIK E>aclusion I of SECTION 1, OON6iAt',i~ A . is deleted and replaced with the fdlaning: Dertiage to Your Work Properly damage" to 'your work' arising out of it or any part of it and included in the "producls mrrpleted operation hazard." This exclusion .applies only to that portion of arty loss in excess of $50.000 per ooaurenoe if the damaged work and the wak out of winch the damage anses was performed by you. This exclusion does not apply if the darreged work or the work out of which the damage arises was performed on your behalf by a s<boortrador. P. CARE, GJSPODY OR OONTT~iOL ExiGusion 2j.4 of St~T1OW I, A, is deleted and replaced vtith the fdlowing: 2j.4 Personal property in the care, astody or corrtrd of the ir>sured. Fkwever, for personal property in tardy loss~in ex~ of $25,000 ~m~er>oe sublea 1the fdlanirrg tem~e and ~ryidtionst portion of (a) The mast that we will pay under tNs proasion as an annual aggregate is $100,000 regarAess of the rxxrl~er of oowrrences. (b) This provision does not apply to "employee" o~romed Property or arty Property that is missing wix:re there is not physical evidence to show what happened to the properly (c) The aggregate limit for this coverage provision is pert of the General Aggregate Limit and SECTION III - UtNTS OF ID6URANCE is ~xled aocorcfingly. GL-3085 (oi/06) -9• r (d) In the event of darrege to a destruction of property owered by this exception, You shall, if rec}~ested by us, replace the properly a famish the labor and matenals necessary fa repars thereto, at actual cast to you, exdusive of prospective profit a a~ert~ead d,arges of ary reture. (e) $2,500 shall be deducted from the total arrount of all suns you became odigated to pay as darreges on octant of danege to a destn#ion of all property of each person a organization, inducing the lass of use of that property, as a res<It of each "occurrences." Our 6mt of liability Under the endorserrnent aS being appliceble to each "occurrence" shall bB redUOed by the amount of the deductible irxicated above; however, our aggregate lirrit of liability under this provision shall not be reduced by the amount of such deductible. The condtions of the pdicy, induing those with respect to duties in the event of "oozxrence," dairrs a "sal" apply in•~pective of the application of the detectible arrorx><. Wk nay Pay ~Y {~ a all of the deductible ama~ to effed~sett~l ~ us ~ part of the deductibe amount as has been paid taken, you shall pronptly try us. c-,L 3aes (ovos) -fo- POLICY NUMBER: CAP 3 519 395 COMMERCIAL AUTO CA 04 03 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ~T'EXAS ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM ~GARAGECOVERAGEFORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated be- low. Endorsement Effective: 02/01/2008 Countersigned By: a. Named Insured: ~ `~ Big State Excavation, Inc. rrr ~~~-~^^^^~--vvvv~rrr horized Re resentative SCHEDULE Nams and Address of Additional insured: Any person or organization for whom the insured has agreed by written contract to designate as an additional insured subject to all the provisions and limitations of this policy. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who Is An Insured (Section 11) is amended to include as an 'insured' the person(s) or organization(s) shown in the Schedule, but only with respect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this pol- icy. 8. The additional insured named in the Schedule or Declarations is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, de- clared by us shall be paid to you. C. You are authorized to act for the additional insured named in the Schedule or Declarations in all matters pertaining to this insurance. p. We will mail the additional insured named in the Schedule or Declarations notice of any cancellation of this policy. If we cancel, we will give 10 days no- tice to the additional insured. E. The additional insured named in the Schedule or Declarations will retain. any right of recovery as a claimant under this policy. _ . _. __ __ .., n tGt7 Properties. Inc., 2003 Page 1 of 1 09-03-2006 10:O6AM FROM- ~ + T-630 P.001/001 F-960 ;P`( Big State Bxcavation> Inc. 02/01/2008-2009 FOUCYNUVBFR CLP 3 250 196 ~'~ 12~Oq THS EI~OF~iSFJwVwENi~p~ANCC;~SS ~ PrO~UC~Yw. rPL.FASE i~~~M~ IT~CAF~i9p.11LI..Y. ~.~7 aVJ ~ ~~~~ This endorsement trndfies ins~uAnw P ~'~ the idlowing. oor~ln~aAl. c uAe~urrowr PART ua~+uaelurrov, PART t APC1 OOIJTRaCTd~S PROTBCnvE uA81LfTY oov~ PAiiT P'Cl1J.R10tV uAeiu'rYaaue~at~ PART FrR00UCT V1A71~UFiAV1WL dOJB'ta(~ PART OPffIAT101~5 UA91L11Y flE PAFCT RAIIFlOMO pF10TFCTIVE uA9uTY OOVB PART In the ever>< d carnallatlan ar material dtanga mat reduces or r, the ir~aaarxe Afforded by mis Coverage Part. wa agree to mail prior, written nonce of cano~Jlaum or mAteri~ ctrdn~ge to .. 1. I~rnx Any person or rganization as evidenced by a certificate of insurance issued on the company's behalf by its licensed agent. 2 l Addre~ V 0Q 1)2061204 ®tS0 R~opeAles, hrc., 2003 Fraga 1 of 1 09-03-2008 09:23AM FROM- + T-62T P.001/001 F-848 V POLICY NUMBER: CAP 3 519 395 COMMERgAL AUTO CA 02 44 08 04 TNM ENDORSCMCtiT CIfANGES THE POLICY. PLEASC READ R CAREFULLY. TEXA3 CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement madHles inaurentx provided underthe bllowing: / BUSIAIESS AUTO COVERAGC FORM GAAtAOC CovERAOE PORRat MOTOR CARRIEJt COVER/10E FORAM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsameM, ttua provisions of the Coverage Forrn apply unless rradl0ed by the endorsement This endorsement changes the policy effective on the Inoapdon date of the poky unless another date is Indicated below. x of Oats' Notice 30 Day Blanket Notigo Of Person Or Organlatbn J If thk policy Is canceled or materially changed to reduce or restrict coverage, we will mall notke of cancellation or charge to the person or organfzatlon named In tfre Schedule. We will give the number W day's nodce Indicated In the Schedule. f. ...• httpsJ/www.silvetpltunecom/sponlitte/SPSage.asp?ctnd~oc~tid~29956~@fed~0000txca... 9/3/2008 WC420601 TEXAS WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY (Ed. 7-84) 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. Schedule Number of days advance notice: 30 ~ 2. Notice will be mailed to: ANV PERSON OR ORGANIZATION AS EVIDENCED BY A ./ CERTIFICATE OF INSURANCE ISSUED ON THE COMPANY'S BEHALF BY IT'S LICENSED AGENT. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is roqulred only when thle endorsement Is Issued sub~ent to prspara0on of the Polley.) 02/01/2008 PoIlcy No. WC3519394 Endorsement No. Endorsement Effective ~ emium $~ Insured gig State Excavation, Inc. `. Insurance Company Bituminous Casualty Countersigned by - HaR Fame 8 $enkaa WC 42 O6 01 Rsaaar NO.14~B58 (Ed. 7-84) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHTTO 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 Infor- mation Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule ( )Specific Waiver Name of person or organization (X )Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: InCI. The premium charge for this endorsement shall be VRS percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out o(the operations described. 4. Advance Premium Intl . 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 onry when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/01/2008 Policy No. WC3519394 Endorsement No. Insured Pre ium $ Big State Excavation, Inc. /~/ ~/ ~~ Insurance Company Bituminous Casualty Countersigned by ~v ~~M'~ WC 42 03 04 A HN Fams 6 Ssrvias Rsortlst Na 1~Ct57 (Ed. t-00) 00-03-2008 00:35AN FROM- + T-625 P.001/002 F-345 rr. AtlminNlfatlw Offiw3~ sso wean°t aver ~-~ ~-• / I L 70 02 ( Ed . 10 071 GREAT Clnolnnati, Ohis as7oa 1/ .9M.8xrcAai4 rou f-snass-soon Fy r„°, ,,, _ ,„,.,.Qa,,, U ~~~_;•:~ ,_ 'l1 Pol iey No. IMP 6.04.71 •83 - 00 .~gg- ~i ffective Date of Change 06/18/2008 BUS I N~SSPR6~Pd • CY gi/1NGES gY""`""'•"°°°='__•--- TH i S ENDORSEMENT NAMED INSURED BIO STATE EXCAVATION INC. CHANGES THE POLICY. 15531 KUYKENDAHL 280 V/ AND ADDRESS: HOUSTON, TX PLEASE READ IT 77090 CAREFULLY. POLICY ALTERNATE MAILING ADDRESS: AGENT'S NAME AND ADDRESS: GUARANTY INS SERVICES 13111 NORTHWEST FRWY 420 HOUSTON TX 77040 Insurance is afforded by the Company Hamad below, a Capital Stock Corparatlon: GREAT AMERICAN INSURANCE COMPANY OF NEW YORK POLICY PERIOD: From 02/01/08 To 02!01/09 12:01 A.M- Standard Time at the address o} the Named Insured IN CONSIDERATION OF NO CHANGE IN PREMIUM, THE POLICY HAS BEEN AMENDED TO ADD THE FOLLOWING AS ADDITIONAL INSURED: CITY OF CORPUS CWRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 ATTN: CONTRACT ADMINISTRATOR CORPUS CHRISTI, TX 78489-9277 ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. FORMS AND ENDORSEMENTS hereby added: CM7879 FORMS AND ENDORSEMENTS hereby amended: FORMS AND ENDORSEMENTS hereby deleted: Agent Signature -~~~' Dat. IL 70 02 (Ed. 10/07) PRO (Page 1 of 11 CE 1 071 608 OA-03-2008 00:39Ai1 FROIM ..- ~ A°minl~tfatl°a Offlass ae° w^mu~ as,... sRBATt]MSItICgM isi:`~i sia•acsiOS°ooox aaaaau caw t / T-628 P.001/002 f-34T `V/ IL 70 02 IEa. to o7i Policy No. IMP 8-04-71-88 00 Effeotiva Dat• of Change 08/28/2008 BUSINSSSPRO® POLICY CFWYGES THIS ENDOR8EMENT NAMED INSURED BIG STATE EXCAVATION iNC. CHANGES THE POLICY. LONGHORN INTERESTS, INC. AND ADDRESS: 15531 KUYKENDAHL 280 PLEASE READ IT HOUSTON. TX 77090 CAREFULLY. POLICY ALTERNATE MAILING ADDRESS: AGENT'S NAIVE AND ADDRESS: GUARANTY INS SERVICES 15111 NORTHWEST FRWY 42p HOUSTON TX 77040 Inauranoe is afforded by the Company nsmod below, a Capital Stock Corporation: GREAT AMERICAN INSURANCE COMPANY OF NEW YORK POLICY PERIOD: From 02/01/08 To 02!01/09 t2:07 A.M. Standard Time at .the address of the Named Inaured IN CONSIDERATION OF NO CHANGE IN PREMIUM, THE POLICY HAS BEEN AMENDED TO ADD A 90 DAY NOTICE OF CANCELLATION IN FAVOR OF: CITY OF CORPUS CHRISTI - DEPARTMENT OF ENGINEERING SERVICES PO BOX 9277 ATTN: CONTRACT ADMINISTRATOR GORPUS GHRISTI, TX 78489-9277 FORMS AND ENDORSEMENTS hereby atldad: GM8802 FORME AND ENDORSEMENTS hereby amended: FORMS AND hereby deleted: ~• ~ `~ Agent Signature _. Date IL 70 02 fEd. 10/071 PRO iPaoe t of 11 08/28!08 JXC OS!-09-2008 OB:36AM FROtM + T-625 P.002/002 F-646 r- Aaminifumlva Oiflao~ 660 Walnut 6<raee ~'~ uIZEAT cinclnnati, onia s6sas~~ CM 78 79 .'IM6Rlt:A1V. TOIL 1-617.066.6060 „,,,,emu,,, (Ed. 09 031 THIS ENDORSEMENT CHANdE$ YOUR POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEM~11'T This endorsement modifies coverage provided by the: COMMERCIAL INLAND MARINE COVERAGE PART I. Addltionallnelrced The following is added ss im Additional Insured wldsr this policy- Hama and Addrrss: C I TY OF CORPUS CHRISTI , DEPARTMENT OF EN61 NEER I NO SERVICES P.O. BOX 9277, CORPU8 CHRISTI, TX 78x89-9277, ATTN: CONTRACT ADMIN. 11. Lpss Adjustment and Loss Payment With respect to "loss" to Covered Property in which both you and the additional insured shown above have an Insurable Interest, we will: s. adjust claim for "loan" with you; end b. pay arty "loss" to you and to the additional insured, as interest may appear. AR other terms remain unchanged. ,~.~~c CM 78 79 0?d 08105) PRO (Page 1 of 11 04-03-2008 04:39AN FROpF t T-826 P.002/002 F-84T wdnm~nrniv6 Oraeez ((~ $$ p2 ( Ed , 11 8b t 660 Walnut Streot TT,,~a ~~~~ Cinelnnati, Cnio {OY02 J~Ayyq~~[rAf~ Tol: 1-fi~9-086-6000 .a4ilua! arevr BUSINESSPRO GENERAL ENDORSEMENT / -30-DAY-NOTICE-OF-(:ANGELLATION- IT IS HERBY AGREED THAT 30 DAYS NOTICE OF° CANCELLATION WILL BE GIVEN, WITH THE EXCEPTION OF A 10 DAV NOTICE OF CANCELLATION FOR NON-PAYMENT OF PREMIUM TO THE FOLLOWING: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES PO BOX 8277 ATTN: CONTRACT ADMINISTRATOR CORPUS CHRISTI, TX 78489-9277 ~~.~~ f BUSINESSPRO iR®g. U.S. Pat. O1f.1