Loading...
HomeMy WebLinkAboutC2009-036 - 1/20/2009 - Approved2009-036 M2009-015 01/20/09 SLC Construction S P E C I A L PRO V I S I O N S S P E C I F I C A T I O N-S .,r • ~ A N D F O R M S O F C O N T RAC T S A N D B O N D S F O R CITY OF CORPUS CHRISTI ADA SIDEWALTC ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS CSJ #Q916-35-129 MARTINEZ, GUY AND MAYBI K, INC. 6000 S. STAPLES, SUITE 207 CORPUS CHRISTI, TEXAS 76911 Phone: 361/619-3070 Fax: 361/991-7970 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 Gi PROJECT N0: #6300 DRAWING NO: THD X79 ' J `+y S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T RAC T S A N D F O R B O N D S CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIR POINTS CSJ #0916-35-129 MARTINEZ, GUY AND MAYBI K, INC. 6000 S. STAPLES, SUITE 207 CORPUS CHRISTI, TEXAS 78911 Phone: 361/819-3070' Fax: 361/991-7970 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: #6300 DRAWING N0: TF'ID 779 CITY OF CORPIIS CHRISTI ADA SIDS~PALK ACCESSIBILITY ALONG STAPLSS STRSST FROM LSOPARD STRSST TO SIX .POINTS CSJ #0916-35-129 Table of Coatents NOTICB TO BIDDSRS (Revised 7/s/oo) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICB TO CONTRACTORS - 8 (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPSCIAL PROVISIONS - A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal - A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-B Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification -- A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) _ __ ___c_____ _ __~ ~^-•• -a ° ~° ~^^~ Not Used. A-29 Surety Bonds A-25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements _ __, L: ,:~.. ~,... „ - n, .,:..... Not Uaed. A-28 Considerations for Contract Award and Execution - A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Sxtra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents ~_ :,:..:e ~_e :~,_ne...,L e~,e..~_ Not Used. A-36 Otherr'Submittals (Revised^9/18/00) ~_~ _ _ __ __a ni..,....._ c_... _t...a u... ~,... n:~ NOt Used. A-38 Worker's„COmpensation Coverage for',BUilding^ or Constructlon~Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates _ ______ _^_~-•'_~~_, Not Used. A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 A3-Built Dimeri37.Ori8 and DYdWinge (7/5/00) _ ___, _c _ti,.. nu., .. ..a - ~~ ~~ /nnt NOt Used ~.._....« ...,..__« -«:,,.,~~~i"i..", Not Used. A-46 Overhead Electrical Wires^(7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Dewatering and Disposal of Groundwater A-51 Errors and Omissions A-51 Contaminated Soils A-53 Revisions to the Standard Specifications _ __L_:__, Not Used. A-55 Stormwater Pollution^PreventionYPlan Submittal Transmittal Form Attachment I- Project Sign Drawing Attachment II - City of Corpus Christi Generator's Waste Profile Sheet PART 8 - GBNERAL PROVISIONS PART C - FEDERALLY RBQUIRED LANGUAGB REQUIRBD CONTRACT PROVISIONS - FBDERAL-AID CONSTRIICTION CONTRACTS PART D - FEDERAL WAGE RATES & REQUIRNBNTS PART 3 - STANDARD 3PBCIFICATIONS (CITY) Section 020200 Field Office Section 022020 Excavation and backfill for utilities and sewers S9 Section 022040 Street Excavation 5-10 Section 026202 Hydrostatic Testing of Pressure Systems S89 Section 026206 Ductile Iron Pipe & Fittings S81 Section 026210 PVC Pipe - AWWA C900 & C905 S83 Section 026402 Waterlines SSB Section 026411 Gate Valves for Waterlines 585 Section 026416 Fire Hydrants S66 Section 027602 Gravity Sanitary Sewers S61 Other technical specification per city approval: Section 093100 Composite Sbell Cast-in-Place Tactile Warning Surface Unit. PART SP - SPBCIAL PROVISIONS (TXDOT) Section SP000-002 Partnering Section SP000-003 Notice to All Bidders Section SP000-004 Notice of Requirement for Affirmative Action to Ensure Equal Hmployment opportunity Section SP000-006 Section SP000-009 Section SP000-011 Section SP000-461 Section 3P000-1001 Section SP000-1002 Section SP000-9000 Section SP000-9001 Section SP001-005 Section SP003-026 Standard Federal Equal Employment Opportunity Construction Contract Specifications Certification of Nondiscrimination in Employment Department Division Mailing and Physical Address Disadvantaged Business Enterprise in Federal-Aid Construction On-the-Job Training Program Schedule of Liquidated Damages Important Notice to Contractors Important Notice to Contractors Definition of Terms Award and Execution of Contract Section SP004-012 Scope of Work Section SP005-004 Control of the Work Section SP006-030 Control of Materials Section SP007-213 Legal Relations and Responsibilities Section SP007-445 Legal Relations and Responsibilities Section SP008-084 Prosecution and Progress Section SP009-009 Measurement and Payment Section SP009-015 Measurement and Payment Section SP166-001 Fertilizer Section SP247-020 Flexible Base Section SP416-001 Drilled Shaft Foundations Section SP420-002 Concrete Structures Section SP421-031 Hydraulic Cement Concrete Section SP440-001 Reinforcing Steel Section SP441-002 Steel Structures Section SP442-005 Metal for Structures Section SP465-001 Manholes and Inlets Section SP500-005 Mobilization Section SP502-033 Barricades, Signs, and Traffic Handling Section SP506-010 Temporary Erosion, Sedimentation, and Environmental Controls Section SP531-005 Sidewalks Section SP620-001 Electrical Conductors PART T - TfiCHNICAL SPBCIFICATIONS (TXDOT) Item 104 Removing Concrete Item 162 Sodding for Erosion Control Item 166 FertilizeY Item 168 Vegetative Watering Item 204 Sprinkling Item 210 Rolling Item 247 Flexible Base Item 300 Asphalts, Oils and Emulsions Item 310 Prime Coat Item 320 Equipment for Asphalt Concrete Pavement Item 334 Hot-Mix Cold-Laid Asphalt Concrete Pavement Item 351 Flexible Pavement Structure Repair Item 354 Planning and Texturing Pavement Item 400 Excavation and Backfill for Structures Item 401 Flowable Backfill Item 402 Trench Excavation Protection Item 416 Drilled Shaft Foundations Item 420 Concrete Structures Item 421 Hydraulic Cement Concrete Item 440 Reinforcing Steel Item 441 Steel Structures Item 442 Metal for Structures item 445 Galvanizing - Item 449 Anchor Holts Item 450 Railing Item 464 Reinforced Concrete Pipe Item 465 Manholes and Inlets Item 471 Frames, Grates, Rings and Covers Stem 479 Adjusting Manholes and Inlets Item 496 Removing Old Structures Item 500 Mobilization Item 502 Barricades, Signs and Traffic Handling Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 528 Colored Textured Concrete & Landscape Pavers Item 529 Concrete Curb, Gutter and Combined Curb and Gutter Item 530 Intersections, Driveways, and Turnouts Item 531 Sidewalks Item 618 Conduit Item 620 Electrical Conductors Item 624 Ground Boxes Item 644 Small Roadside Sign Supports and Assemblies Item 656 Foundations for Traffic Control Devices Item 668 Prefabricated Pavement Markings Item 677 Hliminating Hxisting Pavement Markings and Markers Item 685 ~ Roadside Flashing Beacon Assemblies Item 686 Traffic Signal Pole Assemblies (Steel) Item 690 Maintenance of Traffic Signals PART II - SPECIAL SPECIFICATIONS (TXDOT) Section SS1020 Tree Protection in Construction Area Section SS4179 Sidewalk Drain GENERAL NOTES & SPECIFICATION DATA LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSIIRE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS y NOTICS TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ADA 32DSWALR ACCSSSISILITY INPROVSLQSN'PS ALONG STAPLES STR88T FRON L80PARD STRBBT TO 9IR POINTS C3J #0916-35-129 consists of the following Base Bid components: The reconstruction of noncompliant sidewalk, driveways, and curb ramps as well as the construction of new sidewalk and curb ramps along both sides of thin 1.7 mile segment of Staples Street. Other related work shall include replacing storm drainage curb and gutter sections,' removing existing curb inlets and constructing new curb inlet structures, installing new underground drainage reinforced concrete pipes, realigning existing 6", a", 12", and 16" water mains, relocating fire hydrants, adjusting manholes and valve boxes, providing trench drains underneath sidewalks, relocating traffic signal poles, installing new pavement markings, and maintaining traffic control devices and SWPPP control measures. All work must comply with TDLR requirements All work shall be is accordance with the plans, specifications and contract documents to meet the current requirements/standards of the Americas with Disabilities Act Accessibility Guideline (ADAAG) sad the Texas Accessibility Standards (TA3). Will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, December 10, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Tuesday, November 25, 2008 and will be conducted by the City, and will include a discussion covering a preview of the work and address technical questions. The location of the meeting will be the 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 Sir 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 forma, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and ao/100 Dollars ( 50.00) 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 owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that suchwage 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 lowest bid. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Acting Director of Engineering Sexvices /s/ Armando Chaps City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF WSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT I. Commercial Form 2. Premises - Opemtions 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Productsl Completed Operations 6. Hazard 7 Contractual insurance 8 Broad Form Property Damage 9 Independent Contractors 10 Personallnjury AUTOMOBILE LIABILITY-OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' 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 COMBINED SINGLE LIMIT ENViRONMENTALIMPAIRMENTCOVERAGE ^ R Not limited to sudden do aceidental dischazge; to include EQUIRED long-tem environmental impact for the disposal of 0 NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED NOT REQUIRED INSTALLATION FLOATER See Section B-6-1 ! and Supplemental Insurance Requirements ^ REQUIRED ~ NOT REQUB2ED - Page 1 oft O The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. O The name of the project must be listed under "description of operations" on each certificate of insurance. O For 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 ContractAdministrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS 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 site) to provide 1 of the 3 forms of worker's compensation coverage, 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 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, 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 WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 ~ TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §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 orconstruction--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, regazdless 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. Page 2 of 11 "Services" includes but is not limited to 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 governmental 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 aze 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 the case of aself-insured, with the coxnrnission'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 pazagraph (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-anew 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 wpy 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: Attached Crranhic Page 3 of 11 (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 govemmental 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 file 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 yeaz thereafter; (6) notify the govermnental 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 informing 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: Attached Graphic (S) contractually require each person with whom it contracts to provide services on a project 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 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; Page 4 of 11 (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 wverage 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 yeaz 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 (I~ contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(I~ of this paragraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (e) A person providing services on a project, other than 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 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 govemmental 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 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, a new 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; Page 5 of 11 (ti) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (7) notify the govemmental 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 certificate of coverage showing extension of the coverage period, if the coverage period shown on the cunent 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; (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 (H) 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 aze 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 Wile that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declazed 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 construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who aze required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental ;nc„rance 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, 74th 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 Note: 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 Page 7 of 11 T"18S110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, haulin& 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 512-440-3789 to receive information on the legal reguirementfor coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 r?ssl lo.l lo~~~~~~ Article .Workers' Compensation Insurance Coverage. A. Definitions: Cert~cate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (T'WCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in,¢406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless ofwhether thatperson has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toidets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and ftling of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.OI1(44) for all employees of the contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days ajler receipt by the contractor, a new certificate of coverage - showing extension of coverage, if the coverage period shown on the current cert~cate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates ofcoverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision ofcoverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (I) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 40].011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate ofcoverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate ofcoverage, prior to the other person beginning work on the project; and (b) a new certifcate ofcoverage showing extension ofcoverage, prior to the end of the coverage period, if the coverage period shown on the current certificate ofcoverage ends during the duration of the project; (S) retain old required certificates ofcoverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certifted mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision ofcoverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates ofcoverage to be provided to the person for whom they are providing services. J By signing this contract or providing or causing to be provided a certificate ofcoverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classif cation codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case ofaseif--insured with the commission's Division ofSelf- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS CITY OF CORPIIS CHRISTI ADA 3IDBWALR ACCESSIBILITY IMPROVSMHNI3 ,. STAPLES STRHHT FROM LEOPARD STRHHT TO SIX POINTS SECTION A - SPECIAL PROVISIONS A-1 Time sad Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bide 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., Wednesday, December 10, 2008. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CITY OF CORPIIS CHRISTI ADA SIDEWALK ACCSS$IBILITY IMPROVHMHN'P3 ALONO STAPLES 3TR88T FROM LEOPARD STREET TO SIX POINTS (Project No. 6300) TX. and will include a discussion o£ the .project elements. I£ requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Defiaitioas and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Protect The Project consists of the £ollowiag Base Bid components: The reconstruction of noncompliant sidewalk, driveways, and curb ramps as well as the construction of new sidewalk and curb ramps along both sides of this 1.7 mile segment of Staples Street. Other related work shall include replacing storm drainage curb and gutter sections, removing existing curb inlets and constructing new curb inlet structures, installing new underground drainage reinforced concrete pipes, realigning existing 6", a", 12", and 16" water mains, relocating fire hydrants, adjusting manholes and valve boxes, providing trench drains underneath sidewalks, relocating traffic signal poles, installing new pavement markings, and maintaining traffic control -devices and SWPPP control measures. All work must comply with TDLR requirements. 9eatioa A - SY (Revieed 12/15/04) Pag® 1 of 25 A pre-bid meeting will be held on Tuesday, November 25, 2008, begiaaiag at A-9 Method of Award The bids will be evaluated based on the Total Base Hid subject to availability of funds: The City reserves the right to reject any or all bide, to waive irregularities and to accept the lowest bid. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5$ Bid Sond (Must reference ADA SIDBWALR ACCE33ISILITY IMPROVE ALONG STAPLBS STR88T FROM LEOPARD STR88T TO SIX POINTS (Project No. 6300) as identified in the Proposal) (A Cashier's Check, certified check, money order or beak draft from any State or National Bask will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 280 calendar 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 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. Section A - 8P (Revised 12/15/09) Page 2 of 25 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-6 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 B-2 of the General Provisions. A-9 Ackaowledgmeat of 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. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy construction. - ---- -~ ___~„_~ Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nuecea County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic 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 record showing the -names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning - - the proper form and content of the payroll submittals.) One and one-half (iii) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working HOUY9.) A-11 Cooperatioa with Public Ageacies (Revised 7/5/00) 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 (46) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Teas 1- 800-344-6377, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. 9ectioa A - 9P (Revised 12/15/0 ) Page 3 of City Engineer Project Engineer Consultant: Ricardo Martinez, PE MARTINEZ, Guy & MAYBIK, INC. 6000 S. staples, Suite 207 Corpus Christi, Texas 78413 Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCOm (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A-12 Maintenance of Services 826-3500 826-3500 814-3070 814-5508 (fax) 826-3540 882-1911 826-1880 (880-3140 after hours) 826-1818 (880-3140 after hours) 865-6900 885-6900after hours) 826-1881 (880-3140 after hours) 826-3461 826-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-442 4, after hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 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 completeness 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 atreeta or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the atreeta 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. SeaGion A - SP (Revised 12/15/04) Page 4 of 25 A-13 Area Access sad Traffic 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 accessibility of the museum and 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. All coats for traffic control are considered subsidiary to the bid item for Traffic Control as per the bid proposal form. ~#~re€ere, -- „___=`_ r-, .-_ .tai L_ .. a.. A-14 Construction 8quipmeat Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Band 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. Streets and curb line must be cleaned at the end of the work day 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-15 Sxcavatioa 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 o£ 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 various bid items identified in the proposal form for removal. "Stree~~ 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. 9ectioa A - 9P (Revieed 12/15/09) Page 5 of 25 A-17 Field Office 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 (2) 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 sad sequeace of Coastructioa The Contractor shall submit to the City Engineer a work plan based only on calender 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. 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. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The working time for completion of the Project will be 120 calendar days for Base Bid Parts `A' and `B', and 7 additional calendar days for each Additive Alternative that is accepted by the City. A-19 Constructioa Project Layout sad Control The drawings may depict but not necessary include: lines, elopes, grades, sections, measurements, bench marks, 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 City or 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 City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no coat to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. eectioa A - 3P (Revised 12/15/04) Page 6 of 25 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, plane and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (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. Following is the minimum schedule of documentation required: Streets• • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - _; 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 Testiaa sad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The coat 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. section A - BP {Revinefl 13/15/09) Page 7 of 35 A-21 Project Signs The Contractor must furnish and install 1 Project sign per location as indicated on the following drawings: Attachment I of Section A - Special Provisions. The signs must be installed before construction begins and will bemaintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Saterprise Participation Policy (nevisea So/se) 1. Polio 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 Hnterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. 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 Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americana 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 an 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). SecEioa A - SY (Revised 12/15/04) Page 8 of 25 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 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 prof it a, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.08 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.08 of whose assets or interests in the corporate shares are owned by one or more women. £. 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 50.08 of the contract work itself and in which a minority joint venture partner has a 50.08 interest, shall be deemed equivalent to having minority participation in 25.08 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. 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: __ Miaority Participation Miaority Busiaesa Enterprise ' (Perceat) Participation (Percent) 45 Vs 15 ~ 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. Sectioa A-sP (Revised 12/15/04) Page 9 of 25 Page 9 0£ 25 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 Iaep ectioa Req uired (NOT DSBD) (Revised 7/5/00) • a_ ._.d ._a _.a a_ ___..~.. . . ea .._~ t..____aa __ -aa_~ a~_ v..a ~aa__ a_ .,..i ..~..a . ..___ _r~ ___-_ _- __--__- __ _ ~ _ - - - __ --_ __-___-_ _.._.._ - _ - ~_ _~~ a:...._ ..A _l. e....e.._ le.d e.Ll...-~f.p ~ _ _i ...a ..vA 1..._ L! A-24 Surety Boada 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 (108') of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10$) of 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 (108) 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 Sales Tax 8xemptioa (NOT IISBD) Section A - 6P (Reviee8 12/15/09) Page 10 O£ 25 - .. a..... ..a ..«-.--« _c.__a beet#en 3 99~ e€ ^}3apte~ 3,^ - +.a_ _ _ r:,. _c « «,e^~. .,..L,: ~.,.._..,... ..c . the etas Adm#s'et~'at#ve EeE4e, - _4L__ _.., _,. ,..., ,«: __,~a.~~e .., ,-.. «,.a L.. «L.. n.....,~ t - . ~ l.. - _ F_..... «hen _C4 « ~r _l l _ dents€~in the a@g~e@~#a€e s@aee en the - - -- -` - - ''' "'a ogee' #n tire-@~sgesa' €e~m the east -` -- ^-'_,_ _L.-..;,. _, ,.. _a 2_r rL.. ..4 4 _ ___ r _a_.- a.a ~Mr••a _r L_ mss-t-ga} €e~ a@# Salee Sees#ee --ar- - - ..,; ..s.,e_ rL; -'-- 6aHeeretn'aeters are a}#g#ble `^° __,__ _..«;,..,.,_F rL_ ....L___«_-- _ _ r ate to the euHeent~aete~ and the -••'-eea`r-ae`- '•r~r A-26 3upplemeatal Iasuraace Requiremeata For each insurance coverage provided in accordance with Section 8-6-11 of the ., Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: 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 8-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable - Seatioa A - SY (Revised 12/15/09) Page 11 of 25 men~ ••ee~ #n €he ~e a~~ ----- -- ^'- -n~ e t} -'-' g f g ~ . 4ranege~€a€€en re4net~}~asfea,-an~i:xapee`€ear a€--@amg- _.L L ..,a ...: FL _L,e } 6Eaa~asde ^~••_. a-Pl ~tten A i € 6 . ,..._, ,: mes ea a eea sam s _a_L:.. i..,nr i..n.+~ ..a.....a a... :Lea _F~ ..a+..a e..e..: a: ,. . , eu'aeea~ra-`-te, € be ee~€a ned a€ a}} €}mee a~ ~t- }fie •,,_ ..L :,, Le ~~,_ _a mL_ € }}}€ e - - ae ' a ~Y: __ e~ w3~#~e --L ---' ----- €§an e~anQe, k}rxe -L-" - -ea}fie €e}e henes €e~ -, r:_.~ _ _.., a Een€~ae€e~-~~.~ ~~ F P 1 J L_....... J l l L_ !. /f M M...nd~.- ~.t.... J a ~~ Ja_ _F_++ a3_ ~, Seotion A - SP (Reviead lY/15/09) ~, Pages 16 of 25 _._ __ ____ __.. - .Y ____ _____ _.__________~ ____ _.__ ____ _ . -- a-r.. ~.: «.. a L.. - »wJ«.. 4L.. ~-IJGJ....43...... t 41. «. • ~_lnu l_e.. T4.a$ med#€#eat# Jat 1#m#ted te ene -"" - - a l : .. ='-y---mm#nr~- °- -- eae€em #$#ag-debrxgg#ng __,:L....4:.._ - - -- -- ,..,3.. e _ vpc __,.. -- 3 EE • ,.a 4L.. ..4 a«- t..~a- mews.-_:_.' : e ...a - l L.. f __ •n :~ 1 .. ~a L.. .. ._C .. «...a -.a $ ..: «...... .-. F..rnL1.. ..l :..a 4L.. r ri-~ _ _ __w_w_. _ _ _ _ .. a....4 - - -F 3 Y l Y 3 - L-.. L..-« --~1 _,. ~ ..a :.. 4L.. 4....e ..F ..1. - --: c:-a Y -a .. F.. .. ~. and-#mglemes~tt~Q the ~n e~R 6 tE w # t - ..i.a.. ..c:.......: .... --epee#€#e eemgate~el=~-a~ ~aeent«r F.., ,.. -~-_FF..a ..«a _...:.n.n-a e ma n a e a~ ~.... ..._.. .,1 .. ma#nta#3t aePa#~ e _L-„ C....-: -L ... - . ... a##t3~a€et-a=.-' =gr-eq~am ~the~ysEeme •.1.1..1. 4}.e _ v-a..-r -C ~ ~xanx€a~`~~er to 6he~:.n n at e p # € ~iFraeEieal eaten€~ ,--~~-~s~ €he a 4t - --- - -- --- ~ e~--Pea erma ee pbae~~+#ll~~xee~ ~ e}3a'# c Th E tr t #n--~:alaa~#n~Nh#eh Eentaaete~~~ ~edaee ~„ F:,,ea - -'rrr~„yY,ma;_e - e en ae e ..-a_-- -aa 4.-L_ 6E-117! e~-etem -L « ..-J-.. Ll....l _4 ..1.: the-gag-samB~iat4-PL....:, 3a---.:e<-t33tenAed - S $ g -_ r•-n4,. 41.e ..mot., n1 r.. ,.a 1.. ~ e - -F rL- - _~ Y -L rL- ....J .n 4» h.. FJ ll.~a - mw,. ,.Lea --~ _- - -.,-- 'c -«a ...t,~ heri a31-e~che Sege#aed eheete~.~.L^ A-36 Other Submittals 1. Shou Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Section A - BP (Revised 12/15/04) Page 17 of 25 A-50 Dewateriag sad Disposal of Orovadwater This item shall be considered subsidiary to appropriate bid item where dewatering is needed to keep the excavation dry, ae approved by the Engineer, and shall include all coats 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 manmade berme 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 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 (Corpus Christi 8ay). 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. The Contractor shall coordinate with the City, on all testing. Teat will also be performed as each new area of construction is started. Another option for disposal of groundwater by the Contractor would include pumping to the nearest sanitary newer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system or wastewater plant, the coats 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 to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 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 ester 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-51 8rrors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions Seatioa A - 8P (Revieed 12/15/04) Page 22 0£ 25 causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor discovered by reasonable diligence on the part of Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A-52 Coataminated Soil If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have ahigh level of contamination, then the Contractor shall comply with the regulations of the TCE4 who has jurisdiction concerning policies as to the reuse to this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as muchas possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On-Site Stockpiles: Excess material from excavation, whether non- contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run-on, runoff, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non-Contaminated Soil: The balance of any non- __ contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to the J.C. Elliott Landfill following the City guidelines on special waste handling. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. Section A - SP IAevieed 12/15/04) Page 23 of 25 A-53 Revisions to the Standard Specifications The following standard specifications have been modified to fit the circumstances of this project. 3SCTION 026206 HYDROSTATIC TESTING OF PRHSSIIRS SYSTSN THE COST FOR TESTING SHALL HE INCIDENTAL TO THE UNIT PRICE POR THE PROPOSED PRESSIIRED PIPE. 38CTION 026206 DUCTILH IRON PIPB AND FITTING3 ALL FITTINGS SHALL BE DUCTILE IRON. CONTRACTOR TO ;PROVIDE ADAPTER OR COUPLING AS REQUIRED WHEN CONNECTING NEW PIPING TO EXISTING PIPING AND PIPING OF DIFFERENT MATERIALS AT NO ADDITIONAL COST TO THE CITY AND TXDOT. 38CTION 026411 GATB VALVES FOR WATHR LINES ALL LABOR, MATERIAL, AND EQUIPMENT REQUIRED FOR INSTALLING GATE VALVES FOR FIRE HYDRANTS AT PROJECT SITE SHALL NOT BE MEASURED FOR PAY SUT WZLL BE CONSIDERED SUBSIDIARY TO THE BID ITEM, "FIRE HYDRANTS". 38CTION 026416 FIRB HYDRANTS FIRE HYDRANT ASSEMBLY SHALL CONSIST OF A FITTING TO MAIN (THE), 6-INCH LINE, GATE VALVE, AND FIRE HYDRANT THAT IS ABLE TO ACCOMMODATE SAID 6-INCH LINH USING 6-INCH MECHANICAL JOINT BASE. A-54 Geotechnical Investigation Report (Not IIaed) A Geotechnical Investigation was not preformed. A-55 Stormwater Pollution Prevention Plan This Project falls under the category of Small Construction Activities" and will, therefore, not be required to have a Notice of Intent submitted as per Part II.D.2 of the TPDES General Permit TXR150000. Contractor will be required to complete a Construction Site Notice and provide original copies to the City at least two days prior to commencement of any construction activities. Contractor shall post a signed copy of the Construction Site Notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the Notice in that location until completion of the construction activity. Contractor shall adhere to the requirements of the Storm Water Pollution Prevent Plans as per the drawings and specifications contained in the Construction Documents. Section A - 6P (Aevieed 12/15/04) Page 24 of 25 SUBMITTAL TRANSMITTAL PORM PROJECT: OWNERS CITY OF CORPUS CHRISTI ENGINEER: MARTINEZ, GUY & MAYBIR, INC. CONTRACTOR: SUBMITTAL DATE: APPLICABLE 3PECI OR DRAWING SUBMITTAL NUMBER: 3IIBMITTAL Sectioa A - 8P (Revised 12/15/04) Page 25 oe 25 rn W ip 0 o Q1 ~j I h ZU Y m ~- Z ~a ~_I ~_ n ~ I ~ U~ U~ On ON ~~ a~ n j.... W ~~ OW OW z~z~ ~a,~a~ ~ X a (p (p cp e} h N I~ b <h N 3~8 ~ I I I I I I I `D I I ~' ~ ~~ • 2 K ~U 3m • e i 1 /2" ~ 1 '-2 x ~~\ rn ~ h ~' ~ _ /\ V W ~ N ~°z °m VO. O_ 0 j a M 0 ~1~ K V n 1i i W¢ O Zm ~Y~ . /~ ~W mU I C V Q=2~ef I v {L d3 ~: O ¢~ a~ , v 1'-10 1 ATTACHMENT 1 ---~ z U a° O O !L X ` d X O N 0 z 2'-0" PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number: TX080037 07/25/2008 TX37 Superseded General Decision Number: TX20070039 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/08/2008 1 07/25/2008 * SUTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) .................. .......5 9.05 Concrete Finisher ......... .......$ 7.56 ELECTRICIAN ............... .......$ 13.37 Laborers: Common ............... .......$ 6.55 Utility .............. .......$ 7.68 Power equipment operators: Backhoe .............. .......$ 9.21 Motor Grader ......... __________________________ .......$ ________ 8.72 _____________ Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can http://www.wdol.gov/wdol/scafiles/davisbacon/TX37.dvb 11/7/2008 A G R E E M E N T THE STATE OF TERAS § COUNTY OF NUECES $ THIS AGREEMENT is entered into this 20TH day of JANUARY, 2009, 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 SLC Construction, L.P. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $2,826,066.92 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLE3 STREET FROM LEOPARD 3TREET TO SIX POINTS PROJECT NO. 6300 (TOTAL SASE BID: $2,826,066.92) 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 CITY OF CORPUB CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STR88T FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BASE BID I II III IV V VI 8ID ID NO. ITEM NO. APPROX. QTY Q UNIT DfiSCRIPTION UNIT PRICE IN PIOURE9 HID ITEM EXTENSION (QTY X UNIT PRICE IN PIGUR88) Al 104 9613 SY RBMOVING CONC (SDWLK), COMPLETE IN PLACE, PER SY ~vS ,,11 /y~( $ V' ~, ~'V A2 104 4286 SY REMOVING CONC(DRVWY), COMPLETE IN PLACE, PER SY ``,, LL ~ vi7~ O. $ s A3 104 10110 LF REMOVING CONC(CURH & GUTTER), COMPLETE IN PLACE, PER LF 2 i !u 2 .~/ S J ~P ~~u A9 104 19 SY REMOVING CONC(WHEELCHAIR RAMP), COMPLETE IN PLACE, PER SY U).. ,~1 \ S o117U. AS 162 205 SY SODDING FOR EROSION CONTROL, COMPLETE IN PLACE, PER SY ~~~ $ A6 400 5092 SY CUT, REMOVE, fi RESTORE FLEX PAVEMENT (12 IN), COMPLETE ZN PLACE, PER SY 'n ~ ~ ~~ ~(~ /~~ ~' , $. ~~ `~ (i~~ e fXSi A7 901 4H CY PLOWABLE HKFILL(FILL IN PIPE TO BE ABANDONED), COMPLETE IN PLACE, PER 1_ ~ ''° ~ pq .IQ~ $~ 1 CY A8 402 3292 LF TRENCH EXCAVATION PROTECTION, COMPLETE IN PLACE, PER LF y`n ,~ 1111 ,//' $ ,j.1 ~~~ ~~ y1/ A9 416 6 LF DRILL SHAFT (TRAP SIG POLE)(29 INI, COMPLETE IN PLACE, PER LF ;/„ n ~ I~l~,,~ $ ~ /~ ~'U` n -l DV A10 416 182 LF DRILL SNAFT(TRAF SIG POLE)(36 IN), COMPLETE IN PLACE, PER LF ~~~~ +ry $ ~ ~I /r ~/7l- REVISED PROPOSAL FORM ADDENDUM No. 1 Page 3 of 11 Attachmeat xo. 1 Paga 3 of 11 CITY OF CORPU9 CHRISTI ADA BIDEWALX ACCESSIBILITY INFROVENENTS ALONG! STAPLES STREET FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BASE BID I IZ IIi IV V VI BID ID N0. ITEM NO. APPROX. QTY i DNIT DESCRIPTION UNIT PRICE IN PIGU REB BID ITEM HXTENSION (QTY X OMIT PRICS IN PIODRHS) All 450 85 LF RAIL (TY PRI), COMPLETE IN PLACE, PER LF r V ~7 ~ y .~f r ~ '~2 ` v~ $ 1 7 } A12 464 2532 LF RC PIPE (CL III)(18 IN)(PRECAST), COMPLETE IN PLACE, PER LF (~ x a ~~ U • 'd~ ~~~ y~ . $ V A13 465 73 ~ COMPLET~NLPLAC~BPER EA )~ ~ Qp S ~~ B$-•~ _ A14 965 40 EA MANHOLE (COMPL) (PRECAST CONC) , COMPLETE IN PLACE, PER SA !~ ~ ~~ ~_ ~ 1~Q ~ ~/"~ . W $ V V A15 479 4 EA ADJ MANHS, COMPLETE IN PLACE, PER V,/\O n $ J~ ~~.©`.~p A16 979 13 EA ADJ INLETS, COMPLETE IN PLACE, PER EA (~ ~~ l l $ ~1 Q ~O. D{1 f~ 0 V A17 479 101 EA ADJ)M1 C10MPLETERINEPLl1CE GASRV~VE n ~~•~ $~2 ',~~Q~ ~~ 1NL-CIS . ~`~~ ,J , , ( - ' ~ A18 496 7 EA BUS STOP COMBINATION BENCH fi SIGN POST, COMPLETE IN PLACE, PER EA (~5~,0~ ~ f~ $ `~~ ~ ~ /~~ ~ o~ A19 496 53 ~ PLACE, PER (I~ T) , COMPLETE IN („~ ~ ,O~ ~~ nn $ ~Iy l D~ A20 500 1 LS MOBILIZATION, COMPLETE IN PLACE, PER LS ~(„'~M ~wvTlil! $2 ~~~`n, V V J A21 502 9 MO H~jtLC~ESCOMPLETE INDPLACEFIPER MO ~~~.DO 1- j~ $ ~~ ~ ~QO'~~ RHVISSD PROPOSAL FORM Page 4 of 11 ADDHNDDM NO. 1 AttachIDeat No. 1 Psge 4 of li CITY OF CORPUS CRRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENT3 ALONG 3TAPLES STREET FROM LEOPARD 3TREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BASE SID I IZ IiI IV V VI HID ID NO. ITEM NO. APPROX. QTY Q DNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM 8RTSNSION (QTY X OMIT PRICE IN FIOUR89) A22 506 1024 LF SANDBAGS FOR EROSION CONTROL(12"), COMPLETE LN PLACE, PER LF r 1 ~•~ ~/~ i( $ 1 A23 528 97 SY COLORED TEXTURED CONCRETE, COMPLETE IN PLACE, PER SY ~ V u • $ ~3 .~O A2q 529 6845 LF CONC CURB (TY A)(HEADER CURB), COMPLETE IN PLACE, PER LF ~ $ A25 529 10346 LP CONC CURB & GUTTER (6 IN)(REINF), COMPLETE IN PLACE, PER LF ~ ~~ ~ ro $ ~ Jv) a~3 ~ A26 530 3143 SY DRIVEWAYS (GONG) (6 IN), COMPLETE IN PLACE, PER SY ~ i I,, /`''~]~ $ l I ~ ~t' J • /~~ A27 531 189 SY REMOVE EXISTING TILED SIDEWALK SURF, COMPLETE IN PLACE, PER SY ~l_ O ~~(('' $~ ~ , _ A20 531 10 EA RAMP AT BUILDING ENTRANCE, COMPLETE IN PLACE, PER EA 1 (vJ~ 1 1 $y A29 531 3 EA SPECIAL RAMP AT BUILDING ENTRANCE, COMPLETE IN PLACE, PER EA ~ O ~ $ ~ ,A ~Y ~~ 1 _ __ A30 531 1343 SY CONC SIDEWALK (WHEELCHAIR RAMP), COMPLETE IN PLACE, PER SY C O $ 7 A31 531 8774 SY CONC SIDEWALK (5 IN) , COMPLETE IN PLACE, PER SY `~ ldo $ ~~~ ~~~ •~~ ( A32 624 29 EA GROUND SOX TY A (122311) W/APRON, COMPLETE IN PLACE, PER EA M ~ / J,S~ $ ~2 +~O ' !l~ RSVIB$D PROPOSAL FORM Page 5 of 11 ADDBNDDN NO. 1 Attachment No. 1 Page 5 of 11 CITY OF CORPUS CNRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONt3 STAPLES STREET FROM LEOPARD STREET TO SI% POINTS CSJ#0916-35-129 CITY PROJECT #6300 RASE BID i ii III IV V yZ HZD ID N0. ITEM NO. APPROX. QTY fi VNIT DESCRIPTION DNIT PRICE ZN FIGIIRES HID ITEM EXTENSION (QTY X UNIT PRICE IN FZGOR83) A33 644 37 EA INS SM RD SN SUP fi AM (AL SIGNS), COMPLETE IN PLACfi, PER EA ~ ~~ ~ i ~ '1 ~~• $ ~~ A34 694 8 EA _ REGI.OC)SMCO~MPLETB INfiPLACECUPBR EA ~^ ' `"~ 5~ ~/~ A35 644 11 EA RELOC SM RD SN SUP & AM (BUS STOP SIGNS), COMPLETE IN PLACE, PER EA ' ~~~ G' 3=l~0 S 1 ~r A36 668 3240 LF PREFAB PAV MRK TY C (W) (12 IN)(SLD), COMPLETE IN PLACE, PER LF ~ ~ ~,_ ~17 (., ~ Qil S 7~ Y' V A37 66B 3986 LF PREFAB PAV MRK TY C(W)(24 INC) (SLD), COMPLETE IN PLACE, PER LF ~ $ ~ ~~~~ A38 677 3764 LF ELIM EXT PAV MRK & MRKS (12"), COMPLETE IN PLACE, PER LF `~ ~n ~ ~~~.~~ (}~y(J $ ~Y"1~`~ 1 " ' A39 677 4572 LF ELIM EXT PAV MRK & MRKS (24"), COMPLETE IN PLACE, PER LF 2•~..~ J ~,~ ~ ~ S A40 685 2 ~ INS OF ROADSIDE FLASHING BEACON ASSEMBLIES PER EA ~ 1~ t ~ 5 ~ ~ ~ DSO , ~ A41 686 1 EA RELOC TRP SG PL AM (S) DUAL MST ARM POLES, COMPLETE IN PLACE, PER EA j ~ ~]f_ (y l ,/ °1 a~.~•4~ S P 1 ~- A42 686 14 EA RELOC TRF SG PL AM (S) SNGL MST ARM POST, COMPLETE IN PLACE, PER E„ ~~~' S~I~.So A93 690 1 ~ REMOVAL OF CONTROL CABINET (GRND MNT), COMPLETE IN PLACE, PER EA ~`] ~ O ` S o~ A44 690 1 EA MNT)~COMPLETETINLPLACENEPER 6A ~ ~ ~ S ~~ ' O RSVISHD PROPOSAL FORM Page 6 of li 71c u~-a1.A11.~ ADDBNDDN NO. 1 Attaohmant No. 1 Page 6 of 11 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPRO~ STAPLES STREET FROM LEOPARD STREET CSJ#0916-35-129 CITY PROJECT #6300 BASE BID ~8NT3 ALONG TO 3IX POINTS I II III iv v VI HID ID NO. ITEM NO. APPROX. QTY & UNIT DBSCRIPTION I1NIT PRICE ZN FIGURES HID ITEM EXTENSION (QTY X UNIT PRICE IN PiOURES) A95 1020 158 LF HEDGE PROTECTION, COMPLETE IN PER LF PLACE ~_ )„ (\ ~V s a . g ~ , A46 1020 18 EA TREE PROTECTION, COMPLETE IN PLACE, PER EA 3~ o O S ~r . O~ A47 4179 185 LF gIDEWALK DRAIN W/ STEEL COVER, COMPLETE IN PLACE PER LF ~O $ t~e , A48 26206 12 EA 6" X 45 DEGREE DI BEND, COMPLETE IN PER EA PLACE f~o4QO l $ ~ ~.0, ~D l , A49 26206 20 EA 8" X 45 DEGREE DI BEND, COMPLETE IN PLACE PER EA ~.~i"1Yoo V $ _ V (1 ~"1, ~~ l11! V , A50 26206 96 EA 12• X 45 DEGREE DI BEND, COMPLETE IN PLACE PER EA ~ ~~'V + ( r~ ~~ i.~tly° O~ 4T/~+' $ ~ , A51 26206 g EA 16" X 95 DEGREE DI BEND, COMPLETE IN PLACE, PER EA ~ds W v /^ $ X D~.~ u A52 26210 20 LF 6" SDR 26 PVC, COMPLETE IN PLACE, PER LF ~ b.5~ T $ i 531. ao A53 26210 60 LF 10" SDR 26 PVC, COMPLETE IN PLACE, PER LF (~ ~p $ '" ~' ~' ~~ A54 26206 60 LF WATER MAIN PIPE(6 IN DUCTILE IRON COMPLETE IN PLACE PER LF PIPE) ~,~f(~~~~~-'~{~ ~"`~`- 1 $ ~~ , , A55 26206 100 LF WATER MAIN PIPE(8 IN DUCTILE IRON PLPE), COMPLETE IN PLACE, PER LF '~ ~XJ ,^J $ ~ " ~ ° " REVISED PROPOSAL FORM Page 7 of 11 '~ ~ILaD/L ADDENDIIN NO. 1 Attachment No. i Page 7 of 11 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BA88 SID I ZI III Iv v VI SID ID NO. ITEM NO. APPROX. QTY 4 UNIT DESCRIPTION UNIT PRICE IN FIGURE9 SID ITHN EXTENSION (QTY X VNIT PRICE IN FIGURES) A66 26206 4S0 LF WATER MAIN PI PE (12 IN DUCTILE IRON PER LF COMPLETE IN PLACE PIPE) ~^y^~ `"! '~~ S .~O , , A67 26206 40 LF COIMPLETE(IN PLACE~PBR LPON PIPE) ~~"'`~~ S ~/ ' V •~~ , ASS 26416 5 EA REMOVE & SALVAGE FIRE HYDRANT, COMPLETE IN PLACE, PER EA ~~~'~ S ~~ ~ ~~ A59 26416 " 5 6A INSTALL NEW FIRE HYDRANT, COMPLETE PER EA IN PLACE 2 ~`nOYo .J ~c S ~DY~ flu V V , ~ SUI+II+lARY OF BASE BID BASE BID - ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS (INCLUDES BASE HID ITEMS Al THROUGH A59): REVI88D PROPOSAL FORM Page 8 of 11 $ r~--~-- ~ ~ta~ ~ - ~v ~~ ADDENDIIN NO. 1 Attachment No. 1 Page 8 of it The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 280 CALENDAR DAY3 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. ATTESTT: 4 (//~/ ~~~,//'`ri~'T/ Yom" ~- City Secretary CITY O/F~COR~PJUS CHRISTI By: c/ ~( /'C Oscar Martinez Assistant City Manager APPROVBD~AS~~~ By: ~ Asst. City Attorney (: -T£~PMx'aon"-siynfng°-Pox.. _.. g,."oa 38771L~t• -Pretiidezi't, -, ,.:,„ Rhb..copy .of. aut~ositYtion ~~~~ By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR SLC Conatruation, L.P. Sara L. Clark Tit 1 e :President of SLC Construction I, LLC P.O. BOR 639 (Address) ~ ~ CONROE, TX 77305 ~. ~{ CO ro' `.cat ` . (City) (State) (ZIP) ~, n) +,,J '~..'' 936/441-8088 * 361/758-8Q'74 <4 `~ (Phone) (Fax) "d ~ " •~I'7~~ ~n,,:a~~o. /` `~~f~~~, AUTHU~~RIgqZED Agreement Page 2 of 2 ••~•••••••° ••••=•- SECRETAR~ ~'11b - P R O P O S A L F O R FOR M CITY OF CORPUS CHRISTI ADA SIDEWALK A3SESSIBILITY II~ROVEU~NTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS RSVISHD PROPOSAL FORM ADDEIIDUM NO. 1 Page 1 of 11 Attachment xo. 1 Page 1 0£ 11 P R O P O S A L Place: Corpus Christi, Texas Date: December 10, 2008 Proposal of SLC CONSTRUCTION, L.P. , a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as A Partnership TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SZX POINTS at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: RSVISBD PROPOSAL FORM ADaBNDVlS xo. 1 Page 2 of 11 Attachment No. 1 Page 2 of 11 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSiBILZTY IMPROVEMBNT3 ALONG STAPLES 9TR88T FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BASE 8ID I IZ III IV V VI 8ID ZD NO. ITEM NO. APPROX. QTY Q UNIT D88CRIPTION UNIT PRICB IN PIGURBS BID ITEM BXTSNSION (QTY X DNIT PRICE IN PZOUA88) Al 104 9613 SY REMOVING CONC (SDWLK), COMPLETE IN PLACE, PER SY t~ ~/v~ $101 3, ~-8 A2 104 9286 SY REMOVING CONC (DRVWY), COMPLETE ZN PLACB, PER SY ` ~ ~~7 ~ ~• $ A3 104 10110 LF REMOVING CONC(CURH 6 GUTTBR), COMPLETE IN PLACE, PER LF 7~ ~ .~( $ ~ 7lp ~~u A4 104 19 SY REMOVING CONC (WHEELCHAIR RAMP), COMPLETE IN PLACE, PER SY n~U,. \\; $ t7~ VIJ. AS - 162 205 SY SODDING FOR BROSZON CONTROL, COMPLETE IN PLACE, PER SY r ~ ~7 ~~ ~n} $ ~ V A6 900 5092 SY C(TT, REMOVE, 6 RESTORE FLEX PAVEMENT (12 IN) , COMPLETE IN PLACE, PER SY ~ ~ ~~ ~ ~~1~ $ tN' (~lI ~ 7 '~j v ~ `('> ocv A7 401 48 CY PLOWABLE BKFILL (FILL IN PIPE TO HE ABANDONED) , COMPLETE IN PLACE, PER ~ '' ~~~ ~~ /v~~~ (~ $ `!' 7 I lt7 I~ f S~ CY . ~T~' AB 402 3292 LF TRENCH EXCAVATION PROTECTION, COMPLETE IN PLACE, PER LF ~`~~ `! $ y7 34~ ~~ 1 A9 416 6 LF DRILL SHAFT (TRAP SIG POLE)(29 IN1, COMPLETE IN PLACE, PER LF 1'/ l,J)') i _ Q ~ ( `~ v /] $ ~ `-1 ~, A10 416 iB2 LP DRILL SHAFT(TRAF SIG POLE)(36 IN), COMPLETE IN PLACE, PER LF `/ ~ ~ ~ J C~~' $ (! ~' /~ ~ ~`a~l/r~ RSVIBSD PROPOSAL FORM Page 3 of 11 ADDBNDDIQ NO. 1 Attachment No. 1 Page 3 of 11 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLE6 STREET FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 HASS BZD - I II iii IV v VI I HID ID NO. ITEM N0. APPROX. GTY 4 OMIT DESCRIPTxOR UNIT PRICE IN P IGU RES HID ITEM BXTBNSION (QTY X UNIT PRICE IN PIODRSS) All 450 BS LF RAIL (TY PRI), COMPLETE IN PLACE, PER LF r ~ e y ~ X ~ D o $ ~`~ Gj 2 :~~ 7 1 A12 464 2532 LF RC PIPE (CL III)(18 IN)(PRECAST), COMPLETE IN PLACE, PER LF ( ~r X ~ ~~ U • , ~(f~ L $ ~ f ~~~ y~ V A13 465 73 EA INLET (COMPL) (CURB) (S FT), COMPLETE IN PLACE, PER EA ,Lf~ 1~ ~ Qpp $ ~~ 8D•~(~ _ A19 465 40 EA ~ pLETE(INPLACE~pERT~ NC), !~~}'lj ~+~~ ~` $ It1Q ~~ 'r~('~ U I A35 479 4 EA ADJ MANHS, COMPLETE IN PLACE, PER EA f\ oo lJ ~~~O,~/~ ~ ~ I Alb 479 13 EA ADJ INLETS, COMPLETE IN PLACE, PER EA (\ ~~ V $ !~ u~o~ ~{1 IT D VV A17 I 479 101 EA ADJ MANHS(WATER METER & GAS VALVE BOX), COMPLETE IN PLACE, PER EA ~~~ '~ 2 ~ $ J ~ ~~~ I A18 996 7 EA BUS STOP COMBINATION BENCH fi SION POST, COMPLETE IN PLACE, PER EA 5~ ~~ ~_ j^(1'/~t ,~~ I o~ S `C v V ~l' I A39 496 53 EA REMOVE STR(INLET), COMPLETE IN PLACE, .PER EA (,j^~ 0:1 1~'•U( V $ ~~,RBo. e~ I A20 500 1 LS MOBILIZATION, COMPLETE IN PLACE, PER LS '~jT .•a $ 2 Q ~F1Y GT J O V V A21 502 9 MO ~ L~ESCOMPLETE INDPLACEFIPER MO f(~~ ~~v ~O $ ~~ 1 ~ ~O'~~ ' -_ R6VIHBD PROPOSAL FORM Page 4 of 11 ADDBNDOM NO. 1 Attachment No. 1 Page 4 0£ 11 CITY OF CORPIIS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG 3TAPLES STREET FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BASE HID I II III IV v vI HID ID NO. ITEM NO. APPROX. QTY 4 DNIT DESCRIPTION UNIT PRICB IN FIGURES BID ITEM ERTENSION (QTY X UNIT PRICE IN PIGIIRSS) A22 506 1824 LF SANDBAGS FOR EROSION CONTROL(12"), COMPLETE IN PLACE, PSR LF T ~~~ ~ ~ ~ , $ 1 A23 528 97 SY COLORED TEXTURED CONCRETE, COMPLETE IN PLACE, PER SY ~ Yr4 ,'l Y ii V ~ 1 'QO $ 0~ A29 529 ~ 6845 LF CONC CURB (TY A)(HEADER CURB), COMPLETE IN PLACE, PER LF ~~ $ A25 529 10346 LF CONC CURB & GUTTER (6 IN)(REINF), COMPLETfi IN PLACE, PER LF ~ ,~ ~ $ ~~~ ~~~ Y A26 530 3143 SY DRIVEWAYS (GONG) (6 IN), COMPLET IN PLACE, PER SY E / $ li I1_~•~jZ lQ ¢ZJ A27 531 189 3Y REMOVE EXISTING TILED SIDEWALK SURF, COMPLETE IN PLACE, PER SY ~p ~`~' (~.`~' $ l O A28 531 18 EA RAMP AT BUILDING ENTRANCE, COMPLETE IN PLACE, PER EA ~ A I $ 3~ r(y( j ,J Fllf A29 531 3 EA SPECIAL RAMP AT BUILDING ENTRANCE, COMPLETE IN PLACE, PER EA ~ Or A $ ~ ~ 1 ~r ~~ A30 531 1343 SY CONC SIDEWALK (WHEELCHAIR RAMP), COMPLETE IN PLACE, PER SY C O S 7 A31 531 8774 SY CONC 6IDEWALK (5 IN), COMPLETE IN PLACE, PER SY ^,' Y{~O $ ~ r~(~p ,~~ A32 624 24 EA GROUND BOX TY A (122311) W/APRON, COMPLETE IN PLACE, PSR EA /]~^r~~ V' I(l $ ~ `~O'~ O1- RRVI88D PROPOSAL FORM Page 5 of li ADDBNDDN NO. 1 Attachment No. 1 Page 5 of 11 CITY OF CORPUS C1iRISTI ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SI% POINT3 CSJ#0916-35-129 CITY PROJECT #6300 BASE HID I II III Iv v vi BID ZD NO. ITEM N0. APPROX. QTY 4 UNIT DESCRIPTION UNIT PRICE IN FIOURE9 BZD ITEM EXTENSION (QTY X UNIT PRICE IN PIGURHS) A33 644 37 EA INS SM RD SN SUP 6 AM (AL SIGNS), COMPLETE IN PLACE, PER EA 1a'y ^l QJ~~ 1•+`i - " ~J $~ ~(J ~~ A39 649 S EA 3IGI NS)~COMPLETEUIN&PLACECUPSR EA ~w ` " ~ $~ ~/~• V " A35 644 11 EA RELOC SM RD SN SUP & AM (BUS STOP SIGNS), COMPLETE IN PLACE, PER EA ~I~ }~~ 6~ n 2 $ {,77~ .1 "~~ T A36 668 3240 LF PREFAB PAV MRK TY C (W)(12 IN) (SLD), COMPLETE IN PLACE, PER LP ~~ Q {~ S 1~ ~ ~•©D A37 66B 3986 LF PREFAB PAV MRK TY C(W)(24 INC) (SLD), COMPLETE IN PLACE, PER LF ~ _ $ ~ ~~~ ' A38 677 3764 LF ELIM EXT PAV MRK & MRKS (12"), COMPLETE IN PLACE, PER LF ~ (~ ~ $ Y/ ` A39 677 4572 LF ELIM fiXT PAV MRK & MRKS (29"), COMPLETE IN PLACE, PER LF ~ /' ~ ~ L S I~ ~~ ` O A40 685 2 EA INS OP ROADSIDE FLASHING BEACON ASSEMBLIES PER EA ~~_ S ~/~ ~v ~ ~~SO , A41 686 1 EA RELOC TRP SG PL AM (S) DUAL MST ARM POLES, COMPLETE IN PLACE, PER EA ~ ~]f-1{ "--l ./^ ~ aa,~ IN 1 S 1~' ~ __; A42 686 14 EA RELOC TRF 30 PL AM (3) SNGL MST ARM POST, COMPLETE IN PLACE, PER EA ~~~- G ~~'(y n S 1~ 1' .~V A43 690 1 ~' ~.Q.~T,~V COMPLETE INLPLACSNEPER EA ~~, S ~O~ A44 690 1 EA IMNT)~~PLETETINLPLACENEPER EA ~ ~~ $ ~~• O _ RSVIEBD PROPOSAL FORM Page 6 of 11 ~I(-al.d~rl~ ADDENDDDI NO. 1 Attaohmeat No. 1 Page 6 0£ 11 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESSIBILITY IMPRO~ STAPLES STREET FROM LEOPARD STREET CSJ#0916-35-129 CITY PROJECT #6300 SASE HID ALONG TO SIX POINTS I II III iv v VI BID ID NO. ITEM NO. APPROX. QTY & UNIT DBSCRIPTION DNIT PRICH IN PIOURSS BID ITHM BXTHNSION (QTY X UNIT PRICS IN PIOORBS) A45 1020 158 LF REDGE PROTECTION, COMPLETE IN PLACE PER LF ~ 1-(1 ~ ~. V 5 a .~ , A46 1020 18 EA TREE PROTECTION, COMPLETE IN PLACE, PER EA ~~t1 oO S ~ . O~ A47 9179 1B5 LF SIDEWALK DRAIN W/ STEEL COVER, PER LF COMPLETE IN PLACB ~O 5 ~~~ 2~._1/c-~~ ~° ~ JP , A48 26206 12 EA 6" X 45 DEtiREE DI BEND, COMPLETE IN PLACE PER EA I ~O oo l • $ ,r~ aO..V© , A49 26206 20 EA 8" X 45 DEGREE DI BEND, COMPLETE IN PLACE PER EA Leo"OO J s <' ('~(\~"1 V V 1J , A50 26206 96 EA 12" X 95 DEGREE DI BEND, COMPLETE PBR fiA IN PLACE q~ `DU ,yj rx+~^n^, ©~ S~V ~~"° , A51 26206 8 EA 16" X 95 DEGREB DI BEND, COMPLETE IN PLACE, PER 6A (1Q~ W v $ X ~~, 00 IIIJJJ A52 26210 20 LF 6" SDR 26 PVC, COMPLETE IN PLACE, PER LF ~ ( I~n,[In r /`Y $ ~ ~31 ap A53 26210 60 LF 10" SDR 26 PVC, COMPLETE IN PLACE, PBR LF ~nAf~~/~ry $ "" ~+' ~~ A54 26206 60 LF WATER MAZN PIPE (6 IN DUCTILE IRON COMPLETE IN PLACE PER LF PIPE) ,~,.,f(~~j ~^}~~~~ ~" ~`- 1 $ ~" , , A55 26206 100 LF WATER MAIN PIPE(8 IN DUCTILE IRON PIPE), COMPLETB IN PLACE, PER LF '~ `~~/yx ~~j/~'f~ S v " ~~ " RHVISHD PROPOSAL FORM Page 7 of 11 f A /~~.. ADDHNDDN N0. 1 Attachment No. i Paga 7 Of 11 CITY OF CORPUS CHRISTI ADA SIDEWALK ACCE882HILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS CSJ#0916-35-129 CITY PROJECT #6300 BA88 HID Z ii III Iv v VI HID ID NO. ITEM N0. APPROX. QTY 4 UNIT DESCRIPTION UNIT PAIGE ZN FIODRES HID ZTffiq EXTENSION (QTY X UNIT PRICE IN FIOVR83) A56 26206 qH0 LF WATER MAIN PI PE (12 IN DUCTILE IRON COMPLETE IN PLACE PER LF PIPE) ~~• ~ ~p $ •`~ O , , A57 26206 q0 LF COMPLETE(IN PLACE~PBR LFON PIPER ~. ~'°fAo ~C S ~ '(2 • O V , A58 2641fi 5 EA REMOVE 6 SALVAGE FIRB HYDRANT, COMPLETE IN PLACE, PER EA ~a-$nW l~ $ A59 26416 5 EA INSTALL NEW FIRE HYDRANT, COMPLBTE IN PLACE, PER EA ~~`ni~ D ~cV 5 ~ ot~ •i1~ lJ V SUt~IDSARY OF BASE BID BASE HID - ADA SIDEWALK ACCESSIBILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS (INCLUDES HASE HZD ITEMS Al THROUGH A59): REVISED PROPOSAL FORM Page 8 of 11 ~~.~~~'a,~e~ f0(ao(~o~q~~.~ ',f~ $ ~-br-~it -- l-'~--t-~- ADDENDUM NO. 1 Attachment No. 1 Page 8 of 11 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 agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. U on 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 property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set Eorth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the Cit~+ Engineer, in writing, the names and addressee of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Si aed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 280 calendar days for BASE BID from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): Addenda No. 1 - 12/03/08 Respectfully submitted: Name :_ Sara L._ Clark By : X~ r oo )t'~'~ ` S( Gi~y± ICJ (SEAL - IF BIDDER IS (SIGNATURE) a Corporation) Address: P.O. Box 639 (P.O. Box) (Street) Conroe, Texas 77305 (City) (State) (Zip) Telephone: 936-441-8088 NOT3i DD hot detach bid from other papers. Pill Sn with ink and submit complete with attached papers. (Revised August 20001 R8VZ88D PROPOSAL FORM Page 9 of 11 ADD8NDODQ NO. i Attachment No. 1 Page 9 of it P E R F O R M A N C E B O N D Bond No. 6622355 STATE OF TERAS ~ COUNTY OF NUECES $ 30!tOW ALL SY THESE PRESENTS: TBAT 3LC Construction, L.P. of MONTGOMERY County, Texas, hereinafter called "Principal", and Safeco Insurance Comnanv of Amerireaa corporation organized under the laws of the State of WA , 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 TWO MILLION, 92 100($2,826,066.92) 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 20TH of JANUARY 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: ADA SIDEWALK ACC83SISILITY IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIIC POINTS PROJECT NO. 6300 (TOTAL SASE BID: $2,826,066.92) 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 addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Paqe 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 WBEREQF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 27th day of ,Ta_nuary , 20Q_. PRINCIPAL SLC /C~~ojn~sp~truction L.Pn ~ /J BY~ l~,tJl~l~ l ~~hJf Sara L. Clark~,,ry President of ~L,C Construction I, LLC (Print Name 6 Title) ATTEST 1~ AY'c. c.~ t~a.l ~= ~ J '~a~ n*'~ r+ / C~ C~-~-f'ac~r (Print e 6 Title) ~~,y~~r~5{.y~,~-D~ 3URETY Safeco Insuranc&\Cotrn~anv of America HOUSTOUN, WOODARD, EASON, GENTLFT- TOMFORDE,AND ANDERSON, INC. dba Insurance Alliance BY 1776 Yorktown, Suite 200 Houston, Texas 77056-4114 - - - TDI License #1381 FEIN # 760362043 ~ x-; a v, 't ,~, , 1r ~ 1` ~~ es. e~ s y _;~t - ,'~ Ptr ,:3, .} - Agency: °~9wanter & Gordon Insurance Contact Persoa: Howard M. Cantwell Address: 500 N. Shoreline, 12th Floor Corpus Christi, TX 78403 Phoae Nt~ber: (3611 883-1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08J Performance Bond Page 2 of 2 P A Y M E N T B O N D Bond No. 6622355 STATE OF TEXAS § KNOW ALL SY THESE PRESENTS: COUNTY OF NVECE3 § THAT SLC Construction, L.P. of MONTGOI+~RY County, Texas, hereinafter called "Principal", and Safeco Insurance Company of America. a corporation organized under the laws of the State of {yA , 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 TWO 92 100($2,826,066.92) 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 I3 SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH day JANUARY , 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: ADA SIDEWALK ACCESSIBILITY IMpROVE1~NTS ALONG STAPLES STREET FROM LEOPARD STREET TO 3IR POINTS PROJECT NO. 6300 (TOTAL BASE BID: $2,826,066.92) 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 FORTHER, 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 requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", 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 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 instrument is executed in 4 copies, each one of which shall be deemed an original, this the 27th day of January 20 09 PRINCIPAL SLC Conp~st~~r~u~Qlc/~tion, L.P. By~Sar~~L. Clara, ~ ~/ President of SLC Construction I, LLC (Print Name & Title) ATTEST (Print e & Title) a,{y`(,.~, ~ ~-r-o~-~ SURETY Safeco Insurance l~anv of America HOUSTOUN, WOODARD, EASON, GENTLE, TOMFORDE, AND ANDERSON, INC. sy : - - dba Insurance Alliance 1776 Yorktown, Suite 200 A torn y-in-fact Houston, Texas 77056-4114 o An Parker TDI License N1381 FEIN N 760362043 ( rant Name 1 ra` ~'° ,;, ` 7/.' - b~".. ,.. 3 ; ,a <I r, ~~~ `~~.tysitlQ~ u Agency: Swariter & Gordon Insurance Coatact Person: Howard M. Cantwell Address: 5 N. ore ine, oor Corpus Christi. TX 78403 Phone Number: (361) 883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Hond Page 2 of 2 Figure: 28 TAC§1.801(a)(3) 1 IMPORTANT NOTICE To obtaln information or make a complaint: 2 You may contact Home Office Surety at 1-206-473-3799 3 You may call (company)'s toll-free telephone number for information or to make a complaint at: (800) 472-5357 Surety Optfon ffl 4 You may also wrtte to Safeco Insurance Company at: Safeco Plaza Seattle, WA 98185 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (800) 2523439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://wHV/.tdi.state.tx.us E-ma(I: ConsumerProtectlon~tdLstate.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first If the dispute Is trot resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This nofice Is for Information only and does not become a part or condition of the attached document. sslzersa ~ror AVISO IMPORTANTE Para obtener Informacibn o para someter una queja: Usted puede contactar a serviclo de la oficina principal de Safeco Surety a1:1_206-473-3799 Usted puede Ilamar al numeeo de tel~fono gratis de (company)'s para informacbn o para someter una queJa al: (800) 472-5357 Surety Opcibn De #7 Usted tambl~n puede escribir a Safeco Insurance Company Safeco Plaza Seattle, WA 98185 Puede comunicerse con el Departmento de Seguros de Texas para obtener informacibn acerca de compafifas, coberturas, derechos o queJas al: (800) 2523439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 AusBn, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProteotion~tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: SI tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el (agente) (la compafifa) (agente o la compafifa) prtmero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es sdlo para propbstto de informacibn y no se convierte en parte o condicibn del documento adjunto. XDP POWER Safeco lnsurarra Company of America ~ • ~ Plaza Plate OF ATTORNEY Seattle, WA 98185 KNOW ALL BY THESE PRESENTS: No. 9197 That gAFECO INSURANCE COMPANY OF AMERICA, a Washington corporafion, does hereby appoint ssusnsssC. W. ADAMS; HARLAN 1. eERGFR; SHARON CAVANAUCH; MICHAELCOLE; CHERYL R. COLSON; ANDREW 1.lANDA; SUE KOHIER; 70 ANN PARKER; IELAND L. RAUCH; DONAID E. WOODARD,IR.; Houston, Texasaassaass.aa.asssssssssarssssu.usasas..asasa.aawsasss tts true and lawful attomey(s}in-fact with full authority to execute on behalf of the company fidelity antl surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if Such instmments had been duly executed by Its regularty elected officers at Its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has exeeutetl and attested these presents this l8th day of ~Noyvemb~er TA08 Stale of Washington ~ ~ George W. Crittentlen, Assistant Yce President County of King On the ]8d1 day of November 2008 .before me personally came Geome W. Crittenden to me known, who being duly sworn, did depose and say that he/she resides in Wash;neron , that helshe is a Assisranr Vice Presidem of SAFECO INSURANCE COMPA~YtOFlbMIE1~FA, the Corporation described in and which executed the above instrument; that helshe knows the seal 0(61 ~Orpb /fg9t the seal affixed to said Instrument is such corporate seal; that K was so affixed by order of the eq~b ~ ffpfporetton, and that he/sh signed hisRter name thereto by like order. ~~~ y~ ~' NOTARY `P Marina peftia ~~~ ~_ ~p ` ~ My commission expires July 6:2011 r Js'~(~~ ®~~~~``~~ CERTIFICATE ~~i.~it' . r ~-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13//~p~~~(~AID-SURETY BONDS ... the President, any Vice President the Secretary, and any Assistant Vice President appoint ,f a purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fad or under other appropriate 08es with authority to execute on behaH of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of Its business. 'The power of appointment granted in this paragraph to the officers enumeated may be exercised by each of them severally, regardless of the availability or unavailability of the other officers enumerated. On any instrument making or evidencing such appointment, the signatures may be effaced by facsimile. "On any insWment cenferting such authority or on any bond or untlertaking of the company, the seal, or a facsimile thereof, may be impressetl or aRxed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' I• John 1Campschror, Assistant Vice Residem of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing is a true and coned copy of Article V, Section 13 of the ey-Laws of said cerpore8on and of a power of attorney executed pursuant thereto and that both said By-Laws and said power of attorney are still in full force antl effect. IN WITNESS WHEREOF, I have hereunto set my hand and afllxed the facsimile seal of said corporaton y~~a this 27th ~, SEAL ~l9~ S-1301/SAFE 7198 n day of January .2009 unpschror, Assistdnt Vice Resident Safeco®anE the Saleco logo ere re9blere0 aetlemerka of Sefeco Coryastlw:. FRP Cert ID 15900 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE IMMIDDlYYYY) ,M 1 27 2009 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION RDH xnee rnational Aigg ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10777 weeeheimer, suite 3DD ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 77042-3454 (713) 973-6668 INSURERS AFFORDING COVERAGE NAIC N INSURED INSURER A. Valle FOr a Influrance CO. 20508 SLC Conetrvction, LP INSURER B' Continental Casualty Company 20443 INSURERC Travelers Lloydfl Ins. Co. 41262 P 0 Hox 639 TX 77305 C INSURER D' onroe INSURER P CfTV FRAC.FS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR ANY REW IREMENT , TH E INSURANCE AFFORDED BY TH E POLICIES DESCRIBED HEREIN IS SU BJECT TO ALL THE TERMS, EXCLUSIONS AND CON DITIONS OF SUCH MAY PERTAIN , POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 00' POLICY EFFECTIVE POLICY E%PIRATION POLICY NUMBER LIMITS GENERAL LIABILItt EACH OCCURRENCE S 1 000 000 A X COMMERCIAL GENERAL HAHIl1TY 2093217769 5/15/2008 5/15/2009 PREMISES Eaoaurence S 100,000 CLAIMS MADE O OCCUR MED E%P (Pny one Derson) $ 5, 000 X Broad Porn PD PERSONALBPDV INJJRY $ 1r 000, 000 X X, C,O Included GENERAL AGGREGATE 8 2,000,000 GENL AGGREGATE LIMIT PPPLIES PER'. PROWCTS-COMP/OPAGG $ 2,000,000 POLICY % PRO LOC -ette Pollution 1,000,000 AUT OMOBILE LIABILfTY COMBINED SNGLE LIMIT S B % PNY AUTO 2093217738 5/15/2008 5/15/2009 (Ea aaitlem) 1,000,000 ALL OVrNED AUTOS BODILY WJURY $ SCHEDULED AUTOS IPer Derson) HIRED AUTOS BODILY INJURY S NON-OV.NED AUTOS IPer acudenU PROPERTY DAMAGE (Per acaden[) S GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THPN ~'~C $ AUTO ONLY: AGG $ E%CESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 2 r 000, 000 B % OCCUR ~ CLAIMS MPDE 2093217741 5/15/2008 5/15/2009 AGGREGATE $ 2,000,000 DEDUCTIBLE $ % RETENT pN $ 14, OaD $ A WORHERS COMPENSATIDN ANO 2093217755 5/15/2008 5/15/2009 X KC BTATU- OTH- EMPLOVERS' LIABILItt E L EACH ACCIDENT $ 1, 000 r 000 ANY RtOFRIETORIPARTNERIE%ECUIIVE OFFICERIMETIBFR F~(CLUDED7 ELDISEASE-EA EMPLOYE $ 1,000,000 If yes.OesaiDe untler SPECIAL PROVISIONS below EL. DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCPoPTION OF OPERATION31 LOCATIONS I VEHICLES 1 E%CLUSIONS ADDED BY ENDORSEMENF l SPECIAL PROVISIONS Aef: ADA Sidewalk Acceesibil Sty Improvements along Staples SCreeC Yrom Leopard Street to Six Pointe - Proj act No. 6300. The City of Coxpue Christi Se named ae additional Sneured an the general liab111 Cy and auto liability policies. CERTIFICATE HOLDER CANCELLATION SHOU.D ANY OF TILE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THEE%PIRATION DATE THEREOF, THE ISSUNG INSURER WILL ENDEAVOR TO MAIL 30 DAVS WRDTEN City of Corpus Christi Department of Bng Sneeiing 9ervicea NOTICE TO THE CERTIFICATE HOLDER NAMED TO TIE LEFT, BVF FAILURE TOWSO SHALL Attn: Contract Admini etratar IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, RS AGEMS OR PO Box 9277 REPRESENTATIVES. Co cpue Chrl eti T% 78469-9277 AUTHORIZED REPRESENTATIVE , P'J`J° _ {~7~ ACORD 25 (2001/08) OP ACORD CORPORATION 1886 Page 1 of Y i/a~/aoos IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certficate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contrail between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 Page 2 of 4 09/29/2008 03:33 PM 2093217769 POLICY NUMBER SLC Construction, LP COMMERCIAL GENERAL LIABILITY CG 02061204 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement moddies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or matenal change that reduces or restncts the insurance afforded by the Coverage Part, we agree to mail prior wntten notice of cancellation or matenal change to SCHEDULE 1. Name: AS PER SCHEDULE ON FILE WITH COMPANY 2, Address: 3. Number of da s advents nottce:3o Information re wrad to coin late this Schedule d not shown above wdl be shown m the Declarations I:~ C(i 02 051204 Copyright, ISO Properties, Inc , 2003 Page 1 of 1 06/27/2008 12:04 PM 2093217769 G-140331-A CNA SLC Construction, LP (Ed 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1.OFTHIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE Thw endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under ihla erMorsement is net atteded by en entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section Il) is amended to include as an insured any person or organization, including any person or orgamzahon shown in the schedule above, (called additronal insured) whom you are regwred to add as an additional insured an this policy under a wrden contract or written agreement, but the wntten contract or written agreement must be 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the dehndion of "insured contract" under DEFINITIONS (Section V) do not apply to "bodiy iniury" or "property damage' ansing out of the "products-completed operabons hezard° unless regwred by the wntten contract or wntten agreement 1. Currently m effect or becoming effectroe dunng the term of this policy, and 2. 6tecuted prior to the "bodily injury," "property damage," or "personal and advertising mlury" B. The insurance provided to the additional insured is limited as follows 1. That person or organization is an addibonal insured solely for liability due to your negligence specifically resulting from "your work" for the additional insured which is the subject of the wntten contract or written agreement No ~ coverage applies to liability resulting from the sole ~_ negligence of ilia additional insured r= 2. The Limits of Insurance applicable to the addtional insured are those specified in the wntten contract or written agreement or in the Declarations of this policy, whichever ~s less These Limits of Insurance are rnclusrve ot, end not in addition to, the Limits of Insurance shown in the Declarations G•140331-A (Ed 01/01) 4 The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" ansing out of an architect's, engineer's, or surveyor's rendenng of or failure to render any professional services including a. The prepanng, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings end spectfiwbons, and b. Supervisory, or inspection actmbes performed as part of any related architectural or engineering actnrdies C. As respects the coverage provided under this endorsement, SECTION IV - COMMERCIAL GENERAL LIABILITY CONDRIONS are amended as follows 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Surt Condition Page 1 of 2 06/27/2008 12:04 PM i G-140331-A (Ed 01/O1) e. An additional insured under this endorsement until we receive wntten notice of a claim or wtll as soon as practicable "swt" from the additional insured (1) Grve written notice of an occurrence or an 2. Paragraph 4b. of the Ofher Insurance Condition is offense to us which may result in a Gaim deleted and replaced wdh the following or"suit" under this insurance, 4. Otherlnsurance (2) Tender the defense and mdemnrly of any " Excess Insurance b claim or surY to any other insurer which . also has insurance for a loss we cover Thus insurance is excess over any other under this Coverage Part, and rnsurance naming the additional insured (3) Agree to make available any other as an insured whether primary, excess, insurance which the additional insured contingent or on any other basis unless a has fora loss we cover under this wntten contract or written agreement Coverage Part spectircelty requires that this insurance be either primary or pnmery and f. We have no duty to defend or indemnify an noncontributing additional insured under this endorsement G-140331-A Page 2 of 2 (Ed 01/01) 2093217738 POLICY NUMBER: SLC Construction, LP COMMERCIAL AUTO CA 0244 O6 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM 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 below. Endorsement Effective: Countersigned By: Named Insured: Authorized Re resentative SCHEDULE a Number of Days' Notice3 0 Name Of Person Or Organizationas PER SCHEDULE ON FILE WITH COMPANY Address If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of days' notice indicated in the Schedule. CA 02 44 O6 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 06/20/2008 03:20 PM POLICY NUMBER 2093217738 COMMERCIAL AUTO SLC Constmc[ion, LP CA 20 07 09 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR -ADDITIONAL INSURED AND LOSS PAYEE This endorsement moddies insurance provided under the following BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modfied by the endorsement This endorsement changes the policy effectors on the inception date of the policy unless another date is indicated below Named Insured: Tftte: Signaturo: SCHEDULE Insurance Com n : TRANSPORTATION INSURANCE COMPANY Poflc Number: u 2093217738 ElfactiveDete:05/15/2008 iratlon Date: 05/15/2009 Nemadlnaured: sLC CONSTRUCTION, LP Address: P.o. BOX 639 CONROE, TX 77305 AddNlonallnaured Lessor: Address: Designation Or Desttlptlon Of "Leased Autos": Covers es Limn Of Insurance Uabll Each °Acadent° Actual Cash Value Or Cost Of Repav Whichever Is Less, Minus Comprehensive $ Deductible For Eech Covered'Leased Auto' Collision Actual Cesh Valus Or Cost Of Repair Whichever Is less, Minus $ Deductible For Each Covered 'Leased Auto' Specflied Actual Cash Value Or Cost Of Reparr Whichever Is less, Minus Causes Of Lose $ Deductible For Each Covered'Leased Auto' information re cared to coin late this Schedule d not shown above wdl be shown in the Declarahons CA 20 07 03 06 Copyright ISO Properties, Inc , 2005 Page 1 of 2 06/20/2008 03:20 PM A. Coverage 1. Any 'leased auto° desrgnated or described m the Schedule wtll be considered a covered 'auto' you own end not a covered °auto' you hue ar borrow 2. Fora 'leased auto' designated or described m the Schedule, yyho Is An Insured rs changed to include as an 'insured' the lessor named m the Schedule However, the lessor rs an 'msured° ony for 'bodily mlury' or 'propery damage' resutttng from the acts or omissions by a. You, b. Any of your'employeas° or agents, or c. Any person, except the lessor or any 'employee' or agent of the lessor, operating a 'leased auto' wtth the permission of any of the above 9, The coverages provided under this endorsement apply to any 'leased auto° described to the Schedule until the expiration date shown to the Schedule, or when the lessor or his or her agent takes possession of the °leesed auto', whichever occurs fast B. Lose Payable Clause 1. We will pay, as interest may appear, yo and the lessor named in this endorsement tor'loss' to a'leased auto' 2. The insurance covers the interest of the essor unless the 'loss' results from fraudulent acts or amisstons on your pert 3. If we make any payment to the lessor, a will obtain his or her rights against any other party C. Ceneallatlon 1. If we cancel the policy, we will mail nonce to the lessor m accordance wtth the Canceliation Common Policy Condition 2. If you cancel the policy, we will mad no ce to the lessor 3. Cancellation ends thts agreement D. The lessor is not liable for payment o your premwms E Additional DefinNon As used in thts endorsement 'Leased auto' means an 'auto' leased or rented to you, mcludrng any substitute, replacement of extra 'auto' needed to mast seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance i r the lessor Page 2 of 2 Copyright, ISO Properties, Inc , 2005 CA 20 61 03 06 06/~01 2Qf~8 ~3:~2 '~?•M '~ ;w-' :: • °:' ' :: ;- -'; ~ ~ ° "~' : ; ' ' ~ ' ,t~.. ~ °: : . ~ ~ : , : . . ,, ~ ~.. : • • + i~ ~ _•~ \ ~ ... , .., ... < . . POLICY NI1N8S[3 AND ADDAEBB NAEQB Iti8UR8D U 2093217738 SLC CONSTRUCTION, LP P.O. BOX 639 CONROE, TX 77305 :,,.=,c ~i 'i , i; ,; ~; +• 'z•'1F^:°. ` E,.;Fl. ,;t. ; :i ° '~ ". F` ~,4;i 'F3~FF ; %~ ~ ~.~'~;,~~ F:a_ ., .. + . .: 4 3 . ,, ,,, < , , ADDITIONAL IN80R8D - LASSOA BCSEDDLE °Any Leeeor of s cov~rad •auto° for which wa are provifling aay coverage for that covered •auto° under this poliay.° x s ~_ ~_ ice. 1~ ~"~ 's AGENT Page 19 of 20 09!29/2008 03:33 PM WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 420601 (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 cancellation ar other material change of the policy, we well mall advance notce to the person or organization named In the Schedule The number of days advance noLCe is shown In the Schedule This endorsement shall not operate directly or Indirectly to benefit anyone not named In the Schedule Schedule 1 Number of days advance notice 30 2 NCtICe WIII be mailed t0 AS PER SCHEDULE ON FILE WITH COMPANY 1= Thre endorsement changes dre polwry to which rt re etlechad end re eneceve on the data reeved unless othervme staled (The Informatron t>eiow re required Dory when this endorsemonl re sewed wl>eequent to prepareUOn of the pdwy ) ~ Endorsamenl Etleceve Policy No Endoreemenl No C Inwred Premium $ =_ 2093217755 °- Inwrance Company SLC Construction, LP CouMeretprxrd W WC 420601 (Ed 7-64) i;yly CRY OF CORPUS CHRISTI ~~ DISCLOSURE OF INTEPESTS City of Corpus Christi Ordinance 17112, as amended, requires ail parsons or flnns seeking to do business with the City to provide the following information. Every question must txs answered. It the question is not applicable, answerwith'NA•_ FIRItl NAIVE SLC Construction L.P, _ . gTp~p~; 9200 Leonidas Horton Rd. •~y; Conroe, TX gyp; 77304 FIRM Is: 1. Corporation 2. Partnership XX 3. Sole Owner 4. Association _, 5. Other DISCLOSURE QUESTIONS If additlonal space is neoesaary, please use the reverse side of this page or attach separate sheet 1. State the names of each "employee" of fhe Clty of Corpus Christy having an "ownership Interest" constitating 3°h or moro of the ownership In the above named "firm". Name Job Title and Clly Deparbnent (tl known) N/A N/A 2. State the names of weh "official" of the City of Corpus Christ) halving an "ownsrship irrbrest" wnstitutlng 376 or mori of the ownarohip In the alrtwe Hamad "firm". Name Title N/A N/A 3. State the names of oath "board member" at the City of Corpus Christi having an "ownership interest" constituting 3X or more of the owrrerohip In the above named "firm". Noma Board, t;,ommisslon or Committee N/A N/A 4. Stab the names of each empioyee or officer of.a "consultant" for!the City ot.Corpus Christi who worked on any matbr related W the'aubjed of this oontract~and Etas an "ownership inbresN' cansUtutirig 37'. or more of the ownership In the above named "firm". Noma Consultant N/A N/A CERTIFICATE I cxirtlfy that atl intonnatbn provided is true and correct as Of the data of this statement, that I have not knowingly withheld discbsuro of any intonnaflon requested; and that supplemental stabmenta wi11 be pnxnpty submitted to the Criy of Corpus Chriatl, Texas as changes occur. Certirying Person: Sara L. Clark Title: President of SLC Construction I. LLC (Type or Print) Signature of Certifying Person: ~4 ~ ~~ ~ ~$~ ~,lia~; 12/10/08 REVISED Addendum No. 1 PROPOSAL FORM Attachment No.l Page 10 of 11 page 10 of 11 y/gv ~V/ V IJ DEFINITIONS a. "Board Member". A member of any board, wmmissin or committee appointed by the City Council of the Criy of Corpus Christi, Texas, b. "Employee". Any parson employed by the City of Carpus Christi, Texas, either on a full or part time bests, but not as an Independent contreetor. c. °Fltm". Any errNty operated for economic commercial and whether established to produce ogar deal with a product~or siivice inc~luding but not limited to, entittp Operated ~ the ~~ of tole pro~detorship, as sel~smployed person, partnership, oorporsttpn, joint stook company, tolnt van ure, nsc erehtp or trust and entitles which, for purposes of taxatbn, are treated as non-profk orgaeizations. d As~slatant C~ jyts~ag°~s ~ bars c( tho CKy Council, Clty Manager, Deputy City Manages, City of Corpus Christi, Tpahrrrent and Dlvisbn Heads antl Munbtpal Court Judges of the e. "Ownership IngteresY•, !.e al or equkabk Interest, whetltar acttually or corrstnrctivery held, In a C nstrucpyeiy hald» r~~ t~ h~~9 w control ge~bpshid fhrou h~voMt(n or hoMing entity, special terms of venture or partnership agreements, g g trusts, proxies or f- "Conauitarrt". My person or firm, such as engineers end architects, hired by the Clty of Corpus Christi for ties purpose of p-ofaaeiohal consultation andrecommendatbn. PROPOSAL FORM Page 11 of 11 CerC ID 15900 ACORD ~ CERTIFICATE OF LIABILITY INSURANCE °A'~("""'°°"""" , 1 a7 aoo9 PRODUCER ~ THIS CERTIFlCATE IS ISSUED AS A MATTER OF INFORMATION HOB Iaternaeional nigg ONLY AND CONFERS NO RIGHTS UPON THE CERTIFlCATE HOLDER. THIS CERTIFlCATE DOES NOT AMEND, EXTEND OR 10777 Nestheimer, suiee 30o ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOUeton T% 77042-3454 (713) 978-6668 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A. Vella FO a Insurance CO. 20508 SLC Construction, LP,~ INSURER e: CoatlnanCal Geual Gmpan 20443 INSURER C: Travelers L1 de Ins. Co. 91262 P O sox 639 Conroe T% 77305 INSURER D: INSURER E'. COVERAGES TH E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDRION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAV PERTAN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY ETONMTON POLICY NUMBER LIMIT S GENERAL LIABILITY EACH OCCURRENCE E 1 000 000 A X COMMERCIPi GENERAL LIABILITY 2093217769 5/15/2008 5/15/2009 PREMISES Ea oauronce f 100,000 CLAIMS MPDE X^OCCUR ./ MED EXP(M one person) f S, ODO X Hroad Porn PD V PERSONALBPDV IN,LRY S 1,000,000 % X, C,O Included GENERAL AGGREGATE $ 2,000.000 GENT AGGREGATELIMIT APPLIES PER'. PRODUCTS-COMP/OP AGG E 2,000,000 POLICY X pR0- LOC -pica POllucioa 1,000,000 AUT OMOBILE LU1BILffV COMBINED SWGLE LIMIT itlen) IE E 8 X PNV AUTO 2093217738 5/15/2008 5/15/2009 e ecc 1,000,000 PLL ONNED AUTOS ~ BODILY IN,AIRY SCHEWLEDAUTOS (Per personl HIRED AUTOS BODILY NJURV f NON-OVdJED AUTOS (Per ecdtlenq PROPERTY DAMAGE (Per ectltlenl) f GARAGE LIABa1TY AUTO ONLY-EA ACCIDENT f ANY AUTO OTHER THAN EA ACC S PLTO ONLY: AGG S E%CES&UMBRELLA LUI&LITY EACH OCCURRENCE E 2,000,000 8 % OCCUR ~ CLAIMS MADE 2093217741 5/15/2008 5/15/2009 AGGREGATE E 2,000,000 / E DEWCTIBLE Y S X RETENTION § lo, ooo f A WORKERS COMPENSATION ANO / 2093217755 5/15/2008 5/15/2009 X VYCYTATU- OTH- ~ EMPLOYEItB'LU181LRY V / E.L. EACH ACCIDENT i 1,000,000 ANY FROPRIETOR/PARTPER/EJ(ECUTIVE / OFFICERMIQABER EXCLUDED? E.L. DISEASE-EP.EMPLOVE S 1,000,000 If yes, desmbe lmtler SPEDIAL PROVISIONS telow EL.DISEASE-POLICY LIMIT E 1,000,000 OTHER OESCPoPTION OF OP@tAT10NS I LOCATIONS I VEHICLES 1 EXCLUSIONS AODEO BY ENDORSEMENT I SPECIAL PROVISIONS Rai: ADA Sidewalk Accessibility Improvements along Staples Street from Leopard Serene Co Six Points - Project No. 6300. 1/ The City of Corpus Christi is named as addieional insured oa the general liability and auto liability policies. CERTIFICATE HOLDER CANCELLATION SNOtAD ANY OF THE ABOVE DEBCPoBED POLICIES BE GNCELLED BEFORE TiIE EXPIMTION DATE THEREOF, THE 19SUNG INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN City Of Corpus Christi Department Of 8ngimeering SerVSCeB / Attn: COOCraet AdmiTtlstrator , { NOTICE TO THE CERTWICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DD SO SHALL IMPOSE NO OBLIGATON OR LIABILT' OF ANY KRID UPON THE INSURER, fT3 AGENTS OR PO HOX 9277 ~q REPRESENfATV~. Corpus Christi TX 78469-9277 AUTHOPoZED REPRESEMATVE ~_~- ACORD 25 (2001/08) ®ACORD CORPORATION 7988 Page 1 of 2 i/z~/coos IMPORTANT If the certifigte 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 cert'rficate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certifipte of Insurance on the reverse side of this form does not constttute a contract between the issuing insurer(s), authorized representative or producer, and the cert'rficate holder, nor does it affirmativety or negatively amend, extend or after the coverage afforded by the policies listed thereon. Page 2 of E )1/2812009 07:24 AM . _ 06/27/200812:04 PM ,~ _ 0932177b9 { G-140331-A CNA Lc Construction, LP d {Ed 01!01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUR. SEE PARAGRAPH C.1.OFTHIS ENDORSEMENT FOR THESE OOTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE Ttas endoreemertl modltroa trvsurance provided under the toNotnng COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Nana of Parwri a Oryaniration: Dasigrurbd Pro)ad: (Coverage under this artdoreamant fs not alMcted by an atrtry or lack of aMry In 1M lSeltedula aloow.) A. WHO ~ AN INSURED (Seetbn IA >s amended to e. The coverage provided to the adddronal rrisured rndude as an insured arty person or orgenaabon, by this andoresmerd soil paragraph t'. of the mdudng wry person or orgsnzabon shown rn the detsrlron of "rrrsured cantracY antler sdrdule atrave, (wAed adddronal rrtaured) whom you DEFTNtI'IONS {Sedren Y) do not appy to "bodily are re~raed to add as an adddronai meured on this intuit!' err "property damage' ansmp out of the polay under a wrdten cordract or wnpen agreemerrl, `prodtiols~oarrplated opareaotrs hazard' unless but the wnttan contract or wnttan aprasment must be raqu dte wrdten contract w wrnten 1. Currently m effect or bec:ommg eMecbve dunng the term of thu: pdiyr, and 4 The srsurenca provided to the addrtrorrel rneured Y. Exocuhd poor to the "bodry mpuy; "property " " ' does not sppry t0 'bodiy mlWy.' °ProPaKY damage: or "pereonal end advertreerg mlury" damage, or personal and advertising srlury enang out of an srchdact's, engsraer'a, or 8. The ireuranee prrnndetl b the addiYonel msraed w aurveyar's rontkraig of or future to ronder arty timrted as foNorrs prefeearonal sarvroes mdudnrg ~ 1. That person or orgenaebon w an edddronei a. The prapsnng, approvuig, or farlsrg to prepare marired solely for.hstirhry dw to your neglgence or approve maps, chop drawings, oprrrons, speahctrlry resulting from 'yore worlf' far the reports, surveys, Geld ordere, drenge ordere ~ adddanal rreured whrcti s the sutyect of the or drewmga and apeahesbone, and vvrdten oordrad or wrdlen agreement No coverege apples to Irebrliry rosultirig from the sole b. Supervisory, or mapedron acanires peAonned nephgence of the adddronel insured ere pert d wry related archdecturel or angewanng activities 2. The Longs of Inaurence apphcabk to the ® addilanai suaued are Yiose epeahatl m the C. As respells the coverage provided under this ~ wrdteri wMract or wntlen agreement or m the ~ ~~ W _ COMMERCIAL gENHIAL LJABtlJiY CONDITIOIIS are amended as Dedaretroru of flat policy, whwiiwer w less fotlows These Umds of Insurenoe aro eichreivo of, and not =>C~ m addrtwn to, the Umds of Irrsurerrca shown m the 1. The Idiowmg is added to the Dupes In The Event pedaraeoris of Ooauirenoe, Offense, Germ or Sad Conddion G140331-A Page t ot2 (Ed 01lt)1) Ofi/ '°'° 06/271200812:04 PM G•140331-A (Ed 01101) a An adW6ona1 ursrxad under Oss errdorssment will a: soon as pracdable (iy (ir+ra wrdten notMS of an ooaurenca a an ofleree to us which may reauH rn a dean a "sort' under the nwranee, (2) Tender the delenea and mdemndy of eny dsrm a "slap to erry other aeurer whroMr also has rrrarxanes for a loss we Dover urber the Coverage Part, and (9) Agee to make avarlabla arty other ureurance which the addrbonel msu-ad has fora kas we cover under the Covenpe Pan f. We have no dory to defend or mdemmry an addfional rreured larder tlas endorsement until we reserve wntlen notice of a darn or "soil" from the sdddrawl ueurad Z Paragraph tb. a1 ilq Otlrar Ireuraruw Conddron e deleted and repkad wph the foMowrng 4. 0lyrar brrtraroa b. Enaeaa Mrarxana The msurmrce a excess over arty other +nsurance namrrg Ure adddrorrl msured as an nrurad whetiwr pnmsry, excess, oonkngent a on ary other baser unlea a wrMsn contract or wrHten agaement specrbapy roquna mat the insurance be mthsr pnmery a prmrary and rancontnbubnp V p•140931-A (Ed 011) Page 2 of 2 D1/28f~0A9 O7:Y4 AM . 06/20/2008 03:20 PM POLICY NUMBER 093217738 ~ CpMMERp!-L AUTO LC Conshucbon, LP ~ ~ ~ ~ ~ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR -ADDITIONAL INSURED AND LOSS PAYEE Thn; sndarament modfia uwurena prov~datl under Me bllowurg BUSINES6 AUTO COVERAGE FORM 1 BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wdh respect b caverege provided by this endorsement, the provisfoa of the Coverege Form apply unless modfied by the andotsemeM Thee erniorsertwM changes tlra polroy etf6eWe on the mcepUOn date of the policy unless another date ~ mtlicated below SCHEDULE s~ I~ ~_ !s Carr) TRANSPORTATION 7NSORANCB CWIPANY Nrnrbar: O 2093917738 E21setMpa1k05/15/3008 WM: 05/15!2009 IUIeadYlNeed: SLC CONSTRIICTION, LP Address: P.o. BOE 639 CONROE TX 77305 AdtltUorral lnsurod Ad<raas: Dsalpnatlorr or Daaerlpl3on of •L....d Rubs': Eadr' CarsPrahsr~ Actual Cash Valor Or Coat tX Aepnr Y4lachevx k Las, Minus Daducdbk For Each Covered leased Auto' CeYlaion Actual Cesll Value Or Cost Of RepeK Ywudrover k Las, Minus S Osdrrcubte Far Each COVarod `Lased Auto' Spao16W via Of Loss Acual cash ware Or cost Ot Repau YYhrclavx b Las, Muwa S DeduoG0le For Eech Coverod'Leaad Auto' I lion ro to i not hown above i s Oo N ,S` Y CA 2001 0®OB Copyngh1,180 Properba, Inc ,200.5 Paps 1012 l'1/28/2009 07:24 AM 06/20/2008 03:20 PM a. Coverage 7. My 'leased sub' designated a descnbad M the Sdiaduk wa be corratdered a covered 'auto' you own and not a oovend 'auto' you hex or borrow 2. For a 'leaved sub' deagnaad or deaanhad m the 8cheduk, YNw h An Mauna rs changed b es an hoaxed tM lessor named m the ticltsdule However, tlr Maso- a an hrreund' ony for 'bodAy mprry' a 'property damage. resulting from the ads or omissions ty a. You, b. My of your'employeas' or ageMS, or e. My person. ezaepl the lessor or arty 'employee' or agent of the Iwaor, nperatxrg a 'leased auto' wdh Me permvemon of any oftM above A The coverages provided under thu endorsement apply b any 9aesed auto' descnbad m the Schedule umi the axpsefion date shown n the Sdwduk, or when the lessor or hu: or her spent telex possaseion of the .leased auto', wMdaver occurs Last Pegs 2 of 2 a D. E Law PayabM Ctarw 1. YYe vnp pay, ~ interest rray appwr, ri the lessor named m thu< endorsamarrt bi b a'leaaed auto' 2. The mnaena otarors the interact of the urtia~ the 'tosM tea+lts from fnluduknt ~ omrwats on your part a If we mate ary pprrnaM b the leaeor, ~ ob0an hef or ha'rgMs against any other j Cnrallesbn 1, N we cancel ihs pohgr, we anll mad rrotxx lessor m azordancs wdh the Cana Common Polwy Coraidwn 2. M you cancel the policy, we vnll mad nc the kpor e. CarwrollaUon end flee agreement The lessor rs not lutble for payment d premwms Aadtlbnel t]ellnalat As used m ihre endo-samerd 'Lessed sub' meeris an 'auto' Naaed o- rau you, saludap arty wbatibrte, repiseamem o 'auto' needed b mast eaaaonal or other under a letemg or remal aproemeM that n you b prwak deed prsnary meurance 1 lessor j CopyngM, ISO Properaes, Inc ,2005 the CA 20 ~ O8 a6 M 2812009 07.2 4 A ~1/ "" c 1 ~/~ p ~~ OVI~QI~~~ 1CL~~ : ::f. ' v ~ . `••Y • •~ \ ~~~~ ~~~~•, IJ.~:IC` ` • ~ . ' 1 • :'• ` t . w i . r~ '., T,. , t"^' ' i :.i f• , ~ . .. ... .. .. .• . . . . POLIC1f NUMBni NB~ J1tlD aDWt868 Il16YRBL U 2D93217738 SLC CONSTRUCTION, LP P.O. BOY 639 CONROE, TY 77305 ,;. ... „ .'J r 2~ ' " i ' Y . •7 i•:~` i' \, ,li C f" "I.f `:7 l~• : , • < ~ ,,;,s,• •.,, r„ ,,; ,• ~i1C }} ii\ .~ ='' ~:'.~;~ •. D F •ItJ ,( < ~•il ~nA\A•... `!• .'\ • .. \.. .i , N .S I. rV. i• ~:• r. «~:. i • < .• . • J 1 , . . aaoxsxaAaL x~teowao - LsaaoA abmmats •1-ny Lessor o! a aovara6 •auto• !es nhlch Y-e are Dro~lAiae aaY ao~asags !os that ea~arsQ •auto° anA~r thie yolioy.° 6 ~. aaaa ~_ ~_ a® ai f~ aaaa wi AGBr1T Page 19 of 20 d'I]'~IR~fU9°~fT'~~ .0912912008 03:33 T~ 093217769 POLICY NUMBER SI,C Consirucnon, I.P COAIYFACIAL GEt1ERl1L LIABILITY cG o3 0513 04 THIS ENDORSEMENT CHANfiES THE POLICY. PLEASE READ R CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION ,/ PROVISIONS OR COVERAGE CHANGE Th~ endo-semad moddroe arwranoe pranded under the tollows~g COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OVYNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WtTHDRAWALCOVERAOE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART RAN.ROAD PROTECTIVE LIABILITY COVERAGE PART in the avert of car~ceNabon ar metenai chanpa that reduces or reatncts the insurance afforded by tlr~ Coverage Part, we agree to toed poor wreron notate of cancatlahon or materbl change to SCHEDULE 1. Name: AS PER SCHEDULE ON FILE WITH COMPANY s. Aaa~e.: d :30 1 iwn re io cam Scheduled abov be m t ns J~~ f !~ mi eea tam ;~ CG 02 051304 CoDYnght, ISO Proparhas, inc ,2003 Pegs 7 of 7 01/281200) 07:24 AM 093217738 POLICY NUMBER LC Construction, LP COMMERCIAL AUTO CA 0244 O6 04 THIS ENDORSEMENT CHAN(3E3 THE POLICY. PLEASE READ IT CAREFULLY. J TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the fdbvnng I J BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wdh respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement This endorsement changes the policy eftecbve on the mception date of the policy unless another date is indicated below ~\ w ~\ Endorsement EHedive Countersign B Named Insured Iton a re~lft8tive SCHEDULE Name Of Person Or OrganfiationAS PER SCHEDULE ON FILE WITH COMPANY Address ff tMs poky ns canceled or mater>a0y changed to reduce or restnd coverage, we vnll mad nobce of cancellatan or change to the person or organization named in the Schedule We will give the number of days' notice indicated m the Schedule ~_ CA 02 44 Ofi 04 Copyright, ISO Properties, Inc , 2003 Page 1 of 1 11128/2Q09'07:24~ AM "'"_ ~'`"~'~" 09/2912008 03:33 PM WORKEtDi COMPENSATKlH AND EMPLOYERS LIABILITY NiSURANCE POLICY WC 420607 (Ed 7-84 TEXA8 NOTICE OF MA?EAIAL CNANOE ENDORSEMENT TMs endarsanterd applies only to the assurance Pr~~ by ~ Ploy ~ Ta><as a shown m Item 3 A of the Intormadan Papa In the seem o1 eanceYetan or other matanal change of the pantry, we Mrrll maul advance ranee to the person or orpanaeaon named et the Schedule The number of days advance nobca ^ shown m the Schsedule Ttus andoteement shall not operate duectly or ssdrredy to benNa arsyone rat named m the Schedule Schedule f Number of days advance notice 30 2 Note wrli be marled t0 AS PER SCNEDIILE ON FILE WZTB COMPANY aa~ ~_ (~ aaai ;~ tC 1TN NdweMMN dMrapas eN PaaoY bwluela R N adlWNd rand w arlfaoMar an ttpai~lP NeuW winkaeaeramaw lteNO (TM YItOrlMlfali bMOYr N fYgwted wiy 1Min 1nN ar1100nBannt N NouaM aou6oequent to PreParaUCra d ew OdNY I 61d01Nanead FIMeYVe Po4.Y Pb ErMbNFINa1t ~~ 093217755 ~ Natw~ComMaaY I.CConstruchon,I,P a„,m,,,,~,.dyy WC 4206 Oi (Ed 7.84) CerC ID 15900 ACORD,M CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOIYYYI7 1 27 2009 PROax~R THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION spa iaternaeioaal Aigg ONLY AND CONFERS NO RIGHTS UPON THE CERTiFlCATE HOLDER. THIS CERTIFlCATE DOES NOT AMEND, EXTEND OR 30777 weecheimer, suite 30o ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 77042-3454 (713) 979-6668 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Vall® For a Insurance Co. 20408 SLC Construceion, LP~~ INSURER e: ContinenCal Casual Conpea 20443 INSURER G Traoelere Lloyds Ins. Co. 41262 p O sox 639 COnrDa TX 77305 INSURER D: INSURER E-. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSU ED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDRK)N OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRIITON LIMBS GENERAL LIABILITY EACH OCCURRENCE f 1 000 000 A X COMMERCIPL GENERAL LIABILITY 2093217769 5/15/2008 5/15/2009 PREMISES Ee oxurence f 100,000 CLAIMS MADE ^R OCCUR / MED EXP (Any one person) f 5,000 X Hroad FOrn PD v PERSONALBADV INJURY f 1,000,000 X X, C,D Included GENERAL AGGREGATE E 2.000,000 GEN'L AGGREGATE LMAIT PPPLIES PER: PRODUCTS-COMP/OP AGG E 2,000,000 POLICY X PRO LOC -site Pollutima 1,000,000 AUT OMOBILE LIABILRV COMBINED SWGLE LIMIT / E 8 X ANV AUTO 2093217738 5/15/2008 5/15/2009 (Ee emi0enl) f 1,000,000 PLL OWNED AUTOS ~ BODILY WJURY f SCHEDULED AUTOS (Per personl HIRED AUTOS BODILY WJURY E NON-OWtJED NJTOS (Per xatleni) PROPERTY OPMAGE IPer actltlen0 E GARAGE LIABILITY AUTO ONLY-EA ACCIDENT E ANY AUTO OTHER THAI) ACC E AUTO ONLY: AGG E E%CESBUMBRELLA LM&LITY EACH OCCURRENCE E 2,00_0,000 H % OCCUR ~ CLAIMS MADE 2093217741 5/15/2008 5/15/2009 AGGREGATE E 2,000,000 / f DEWCTIBLE V E R RETENTION f lp, opa E A WORI(ER8 C01lEN811lIDN AND / 2093217755 5/15/2008 5/15/2009 X WC STATU- OTH- ENPLOYERB'LIABW7Y V R E 7 E / / EL. EACH ACCIDENT E 1,000,000 /F.X CU IV ANY FROPF2IETORIPARTf~ OFFICERa1ETA8ER EXCLUDED? / E.L. DISEASE-EA EMPLOYE E 3,000,000 Ilyes, Cesmbe under SPECIAL PROVISIONS below E.L. DISEASE-POLICY LIMIT 1,000,000 OTHER DE8CPoPTON OF OPHtATONS I LOGTONS I VEHICLES I E%CLUSIONS ADDED BY ENDORSEMENT 18PECIAL PROVISIONS Aei: ADA Sidewalk Acceeeibil Fty Improoamanta along Staples StreeC from Leopard Street to Six points - Project Po. 6300. The City of Corpus Christi 1e named as additional insured oa eha general liability and aueo liability policlea. CERTIFICATE HOLDER CANCELLATION BHOULD ANV OF THE ABOVE DEBCPoBED POLICIE6 BE GNCELLED BEFORE jHE E%PIRATON City of Corpus Christi Department of 8agiaeaifag SerViCe6 / DATE THEREOF, THE ISSUN61NBI1RER WdL ENDEAVOR TO MAIL 30 DAYS WRDTEN NOTICE T07HE CERTIFlGTE HOLDER NAMED TO TIE LEFT, BVi FA1LUPoc TO DD 808NALL Attn: Contract Adafaietratoi ~ IMP09E NO OBLIGATON OR LIABILITY OF ANY KIND UPON THE INSt1RER, ITS AGENTS OR PO BoR 9277 REPRE9ENTATVES. Corpus Christi TX 78469-9277 AUTHORIZED REPRE9ENTATVE ~~ ACORD 25 (2001/00) O ACORD CORPORATION 7888 Page 1 Of E i/a~/zoos IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constkute a contract between the issuing insurer(s), authorized representative or producer, and the cert'rficate holder, nor does it affirmatively or negatively amend, extend or aker the coverage afforded by the policies listed thereon. 25 Page a of E )1/2812009 07:24 AM _ - ' ° ~'~° 06/27/200812:04 PM ' 093217769 G-140331 A CNA Lc Construction, rr ~~ (Ed 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDRIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLA1M OR SUR. SEE PARAGRAPH C.1.OFTHIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE Thts endorsement tiwdifws meurance provided under the iogovring ,~ COMMERCIAL GENERAL LIABILITY COVERAGE PART tiCNEDULE Name of Parson w Orgririretion: Designead P-oJeal: (Cowtraee raider ffiIs sndoreesent b not aflacied by an entry or lack of entry M the SdNdule arrow.) A. tfYHd ~ AN INSURFA (Section 1~ o amended to mdude as an irnwred airy person w or~rio:sbon, mdudfng any pereon a orgamzabon ahawn m the adwdule show. (aped adddronal rrrsured) whom you are required to add es an adddwnal insured on the pollry under a wnlten contract a wntten a~aement, but the wnttan contract w wntren agreement must be 1. Currently m effect w beoommg eflectitre dunng iha term of this pdicy, and 2. F~cscuted pna to the "bodiy mpay," "propory damage," w "pereonal and advsrbang mtur~ B. Tha rrtsurena provided to the addttiaial mewed w bmrted asfoNows resw 1. That parser w orgartaation w en edddronai insured aoky 1w.bs1>tldy dw to your neplgenw speaticaly ro:Wbnp Iran 'yore woAf' for the ~ addRaral insured whidt s the subtect o1 tie vmtten oontrect w wnttwt agraemad No ;~ coverage eppbes b lurbddy rasuPorrg from Cie sole o® nelprgernte of yie adddronal Hooted 2. The Carats of Inaurence appheable to the f~ additional insured are those speefisd m tfre a~ wnRat contract or wntten agreement err m the Declarations of flat policy, whidiewr is less Thane Limits of Insurerioe aro mdusiw of, end not ~ m addtion to, the Lmiits o1 Insurance shown m the Deckrebons e. The coverage provided to the adddanal rrrsured by that endorsement and paregraph t. of the debrabon of "insured oontrad" under DEFMIITIONS {Section V) do rat appy to "trodry mlury" a "proparry damage" arming out of the `prorirrxs~oorrrFatad aparairons hazard' unless required by the wntten eontiacY or written 4 The msurerics prarrded to the adddronal insured does rat appy to °~Ah' mlury; "PrePenY darrrege; w "pereonsl end advartisatg mlury' enamg out of an erchdecf s, errgmaer'a, w sunreyer's rendering of or toWre to render arty professronat samosa mdudmg a. The prepanng, appronng, or fading to prepare a approve mspa, shop drawings, opmwne, roporls, surveys. held orders. change orders w drawings and speaheamne, Arid b. Supemsory, w inspection activttros parfomwd as part of sty related archdectural w angmeenng acUVrbea C. As reepecffi ttw covera~ provided under this endorsement, SECTION N - COMMERCIAL (iEi~tAL LIASLIiY CONDRWNS ere amended es follows 1. The foltowmg is ached to the Dubes fn The Event of Oowarenoa, t7yense, Gantt or Sot Catdition G-140331 A (Ed 01ro1) Page 1 of 2 OT/ '"'' .06127/200812:04 PM c-tao~t-a ~P_d otrot) e. pn adddronel seared raider thin endorsement wd ae aeon ~ practicable !il dve wrdtgr notwe of an ocaurence a an olknse to us which may -ewH m a darm a •aurP under the eisurenee, (?a Tender the defense and vrdemrsly of arty dorm a "aurC to erry other rrrsurer which also has mwrenee fa a lose we Dove under the Coverage Part, and 18y Aimee to rrrake evadable airy other ueurance which the adddronal msurod has for a loss we cover under the Coverege Pan 1. We have rw duly tc Mend or mdemmfy an addAanal insured under fas endorsement unW we reowve wntten notra of a darm or °surl° Iran the eddrhorel seared 2 Paragraph Ib. 01 ttq 01Mr heurence Cottdrdon is detetad and repkad wdh the foNowrng 4. Othr iuuranoe b. taroaes Irerrerrce The martrarrce a earoess over any other mawana namng Ua adddwnal insured as an seared whetlwr pnrtery, excess, oonbngerd a on airy other bees unless a wrdten oorrtra~ a wrHten agesment speaticely roquree that the rnaurana be ettMr pnnery a pnmary and noncontnbrarrg `' -- x•140331-A (Ed 01ro1) Page 2 ct 2 01/2819'0'9 OT.Y4 AM " ~` 06/20/2008 03:20 PM ~ / POLICY NUMBER 093217738 J CO~ppL AUTO LC ConshucUOn, LP CA 20 ~ ~ ~ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE HEAD R CAREFULLY. LESSOR - ADDtT10NAL INSURED AND LOSS PAYEE Thts endorsement moddres meurence provided under the tollounltg J BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM ~. GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM 44dh respect b coveregs prowdetl OY thrs endorsement, the pmwsrons of the Coverege Form appy untass modfied tiY the endoraemaM Ttus endorsemaM changes dta policy etlective on the inception date of the policy unless enoltnr date rs indicated botovr SCHEaDULE !ts lrleYrYlee Celrl TRANSPORTATION ]NSORANC@ C01tPANY 1Ntanber: 0 2093217738 tFfleClMDa6K05/]5!2008 DaM: 05/15/2009 dalnedlneYfed: SLC CONSTR9CTION, LP Addrpe: P.O. BO% 639 CONROS T% 77305 AdtiMiortal ~'wtred Ad~eee: Dgipnatloe Or Daeapdiert Ot "6.eeeed Autoa•: CaeprNierniw Actusi Cash Value Or Coat OI Repnr VYlachever Is Less, Minus Deductible For Ee~t Coverod'LaasadAufo' Ce4hbn Actual Case Value Or Cost Of Repel ttYllrCllsver G less, Mrmts S De~ctibte Far Eaeh Covered `Leaaad Auto' tipeoMies , Of toss Actint Cash value or con Or Repair YYhwttevar b t_eee, Munn S Deductible For Esd1 Covared'Lesaed Auto' rmsbon to I r rot own a s r the n CA ~ 01 0806 Copyright, ISO Properties, Inc ,2005 Pepe 10! 2 )9/2812009 07:24 AM .0612012008 03:20 PM a Coverepa t. Arty 'leased auto' deatpnated o< dsscnbad M the Sdre4rla wll be corredered a covered 'auto' you own and not a covered 'auto' you has or twrtow 2. For a 'leased auto' demgnaud or dasontred m the 8ctrduk, Who h M Ntsrred rs changed to aeduda as an hnsurad' tM leceor named m the SrdrsdWa However, the kueor rs an 'arewed' only for 'bodly mJury' or 'DroPanY damage' resulting from the acb ar om~ans ty e. You, b. Any of your'empkryees' or agwMs, or e. Arty person, ercapl th leesor or arty 'employee' W sgerd of the , operating e 'leaved auto' wdh Nre perm~on of any W the above e. The coverages protnded urtder thu: endorsement apply to arty 'kneed auto' dasat6ad m the Schedule umi tl-e expration date strewn m the Schedule, or vrhen the lessor or his or her agent takes pa:9es&on W the 'leased auto'. wfatdrwar cease teat a D. E Loa. Payabb Chow 1. Wa wtp pay. as urdsrest may appear, Yt the lessor named m this andorsamem fa to a atAo' 2. The maaarrce covers the mtarast W the artless ties floss' tewrfte hom haudulent ~ omrsruata on your paA 8. If we make any payment to the laseor, t obiam his a tier ngMs egamat any When p CanosMtllan 1. M we wnr»I the polagr, we wdl mad rwtice lasor rn aooorrbnce wdh Uw Cana Common Polny Condition 2. If you cancel the policy, we Mnll mad no th~laeeor e. Cancellation ands tins easement The lessor re not 6sble for payrtrent d premiums Additlorrd Da4lnMlon Ae used rn tltts arrdaaement 'Leased auto' msa+rs an 'auto' leased a• ref you, nrotudsp arty subaktute, replsoerrrent of 'aub' needed to mNt aessorral or otlter under s leseing or reMsl agrssmeW that d provak daect granary ursurance Pegs 2 of 2 CopyngM, ISO Propertiae, Inc ,2005 CA 20 010a tl6 ar the )1/c28/2009 07:241~AM -~+ O6I?Qh2, ~r~Lr°~'~'''an. « .. ..q. ~ /.• . r•+. e r ^..4 •~ .~.~' .~...~ ~. .4 •; ..' `.`.r ! 1:. ~`: a fi ::iii `• .\• •'r ' :a. ,~ :.~ , yr Y... . •.' .. .. :C~`•.: `.i ~. YOLK! NOIIYBIi ~Sl16OR~D~lQ~1(B~ANI~! >1pDA8/8 U 2093x17738 SLC CONSTROCTION, LP P.O. BOY 639 CONROE TS 77305 aBDTRIOaiaT. INYOY>!D - LSafOA /~EDIILS •AOy Lessor o! • aonroA •anto• tos nhl.ch ra ass pro~ieinQ soy aorozaga for that co~eraA •auto• Hader this poliay.° e ~_ _~ ~_ i! !'~i s. D~ fs AGENT Page 19 of 20 V~~! .~I .GAF L1M ~ .ma~ 09/29/2008 03:33 PM 093217769 POLICY NUMBER SLC Conshvchon, LP COAIYERCIAL GENERJIL LIABILITY CG 02 051204 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION ,/ PROVISIONS OR COVERAGE CHANGE Thw endorsement modfiss assurance provided under ffie iollowarp COMMERCUIL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAQE PART OWNERS AND CONTRACTOR8 PROTECTIVE LIABILITY COVERAQE PART POLLUTION LIABILRY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTSlCOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancaNatan ar malenal chenpe that reduces or restraxs Oai uawrarare eifordad by than Coverage Pars, we agree to mad error wn04n notice of eanoaNaOon or matenal change to SCNEDULE 1. Naas: AS PEE SCHEDOLE ON FILE WITIt COMPANY 2. Address: Numbsrol`d ;30 tro r cared to com Schedrie r! not n above cads be rn the a® aaae >: ~_ t~ C -e CG OS 051204 Copynpht, ISO Proparbes, Inc ,2003 Page 1 d 1 01%2812008 07:24 AM' 093217738 POLICY NUMBER LC Construction, LP COMMERCIAL AUTO CA 02440604 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance pro~nded under the fdlawng I J BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wdh respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modrfred by the endorsemem This endorsement changes the poky effective on the inception date of the policy unless another date is indicated below w Endorsement Effective Counteragn B Named Insured n e re~trve SCHEDULE Name OF Person Or OrgantzatronAS PER SCHEDULE ON FILE WITH COMPANY Address ff 1Ms poky rs canceled or materially charged to reduce or restrict coverage, via vnll mad notice of canceflatan or change to the person or orgarozation named m the Schedule We Nell give the number of days' notice indicated in the Schedule .[gtlRN{, QO H -.u ~.,~ CA 024406 04 Copyright, ISO Properties, Inc , 2003 Page 1 of 1 D'U2812Q09'07:24 AM' 09!2912008 03:33 PM WORKERS COYPENSIITX)N AND ENP'LOYERS LIABRJTY M~URANCE POLICY ,.ark ~i.~~r ' WC 420601 (Ed 7-84) TEXAS NOTICE OF INAiERIAL CHANCE Thre endorsement appNes ony b the euwrence provMed by ttw pohcr because Texas ~ shown m item 3 A of ttte Infomtatwn Peps In the avant of gnceYehon or outer metenal chenpe of the poW.y, we well mall adva-x:e rxtitee ~ the person or orflan¢aeon named et the Schenk The number of days advance nonce or shown m the Schedule TFns endorsement shag not operate duecty or trWnacty to ttensUt arryorte rxu named m the Schedule Schedule f Numtter of days advance notice 30 2 NOtICe WIII be nulled to AS PER SCHEDULE ON FILE WITH COMPANY ~ rn:.eearm.maru,e..srrataymwt~enn4an.awaa,aw.s«m•eeswd.msw.auna..osw~rw~weaud (tn. intamrfan twmw ^ reaund altr titian Nn udorwn~nt a aawd aibeequwn to Reparation a w paoy t ~ 6Wonamend 9petire PoYq No ErdoisunlrM N ~~ 093217755 ~ NaaarkeCAmRM, LCConstruchon,LP tiY s ti DIY 1i YV n1 (Ed 7.84)