Loading...
HomeMy WebLinkAboutC2012-334 - 9/11/2012 - Approvedn r'j S P E O R M S .. -. 0 k Lyme. k 0 13ay Ltd (Volume 1 of 2) C I A L P R O V I S I O N S S PE C.'I F I C AT I O N S. A N D . O ' F C O N T R A C T S A N D B O N D S F O R ' CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17 -35 EXTENSION/DISPLACEMENT AND. CONNECTING TAXIWAY PRUJECT ' *1 4Se# e CHARLES P. .;1406$1404/ 4il• 14 4 i }w•A i iy M 4..i yfky 3965 I JULY 1, 2012 CROSSNO ELECTRICAL PREPARED BY KSA ENGINEERS, INC. 6875 Synergy Drive McKinney, TX 75070 Phone: 972/592 - .2995' 14. VJ* Bt c a4 orM R764-1/1111- 14:117 43404/0 c, JUL `.l: 1, 2012 KSA ENGINEERS CIVIL r PROJECT -NO: 811046, E11.122; E11123 5 *! �� ' * 0 i CHRIS'1OPIIER A. ROCK s la-5,;,;.. 95866 .,_:4r1 ORAL rad JULY 1, 2012. ;Oyez, ROCK GEOTECHNICAL DRA011NG ENO :. AP-138 1.m.f2fELNQ . 3 748 -- 0051- 0049 - 203:2. KSP. PROJECT NO C1 P -004 AMY 1; 2012 LNV SURVEYING FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS. Phone: 361/880 -3500 Fax: :361/80 -3501 2012 -334 9/11/12 Ord. 029621 (Revised 7/5/001 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17 -35 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11046, E11122, E11123 Table of Contents NOTICE TO BIDDERS (Revised 7/5/DO) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities NOTICE TO CONTRACTORS - C Notice to Prospective Federally Assisted Construction Contractors NOTICE TO CONTRACTORS - D Notice of Requirements for Affirmative Action to Ensure Equal Opportunity PART A - SPECIAL 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 -S Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A-8 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 --7 Field Office (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A-20 Testing and Certification A -21 Project Signs A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Salta Tax Exemption NO LONGER APPLICABLE A -26 Supplemental Insurance Requirements (6/11/98) (NOT USED) 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 Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A -36 Other Submittals (Revised 9/18/00) (NOT USED) (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction. Projects for Government Entities (NOT USED) A -40 Amendment to Section B -8 -6: A 11 Ozonc Advisory (NOT USED) A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) Pr 16 Diopesal of Highly Chlorinatcd Watcr (7/5/00) (NbT USED) A.47 Prc Construction Exploratory Excavations (7/5/60 -) (NOT USED) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A--51 Storm Water Pollution Prevention Plan A -54 Physical Data A -55 Project Record. Documents A -56 Errors and Omissions A -57 Trench Safety A -58 Airport Safety and Security A -58.1 General A -58.2 Airport Operations Area (AOA) A -58.3 Airport Safety Requirements and Restrictions A -58.4 Airport Security Requirements A -59 Conflicts A -60 Bidder Qualifications Submittal Transmittal Form Bidders Qualifications Form Partial Estimates (9/98) SPECIAL PROVISIONS - ATTACHMENT 1 - Project Sign Layout FEDERALLY REQUIRED LANGUAGE FOR CONSTRUCTION CONTRACTS CORPUS CHRISTI INTERNATIONAL AIRPORT BACKGROUND VERIFICATION FORMS Signature Verification Form Application for ID /Access Control Media Corpus Christi Employment and Personal History Form AIRPORT CONSTRUCTION SAFETY PLAN FAA ADVISORY CIRCULAR 150/5370 -2F - Operational Safety on Airports During Construction FAA ORDER SW 5200 -58 PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS Davis Bacon Wage Rates Section A -Wage, Labor, EEO, Safety -and. General Requirements -FAA Section. 8-Davis Bacon Requirements -FAA Section C- Contract Work Hours & Safety Standards Act Requirements -FAA Section D -Equal Employment Opportunity -FAA' Section E -Clean Air and Water Pollution Control Requirements -FAA Section F- Standard Federal Equal Employment Opportunity Construction Contract Specifications -FAA Section G- Contractual Requirements to Pursuant to Civil Rights Act of 1964, Title VI -FAA Section H- Teiniination of Contract -FAA Section I -Buy American -Steel & Manufactured Products for Construction Contracts -FAA Disadvantaged Business. Enterprise in Federal Funded Construction- Aviation Instructions Regarding Contractors Insurance Special Instructions to Bidders Regarding EEO Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Certification of Bidder Regarding Equal Employment Opportunity Certification of Non - segregated Facilities FAA SPECIAL. CONDITIONS SC -01 General Description SC -02 Restrictions on Time for Work SC -03 Separate Insurance SC -04 Time for Completion and Liquidated Damages SC -05 Legal Holidays SC -06 Documents for the Contractor SC -07 Clean -Up SC -08 Entrance and Parking Areas SC -09 Clearance for Use with FAA SC -10 Safety SC -11 Existing Cables SC -12 Repair of Existing Utilities SC -13 Daytime Work Restrictions SC -14 Construction Activity and Aircraft Movements SC -15 Limitations on Construction SC -16 NOTAMS SC -17 Motorized Vehicles SC-18 Laboratory SC -19 Third Party Coverage SC -20 Construction Staking SC -21 Working Hours SC -22 Radio Operations SC -23 Access Routes SC -24 Safety During Construction SC -25 Marking SC -26 Geotechni.cal Investigations SC -27 Construction Manager SC -28 Scope of Work SC--29 Arrears SC -30 Project Progress to Completion SC -31 Partial and Final Payment SC -32 Records of Materials Purchased SC -33 Subcontractors SC -34 Materials and Workmanship SC -35 Superintendence of Construction SC -36 Guarantee SC -37 Security FAA GENERAL PROVISIONS GP -10 Definition of Terms GP -20 Proposal Requirements and Conditions GP -3D Award and Execution of Contract GP -40 Scope of Work GP -50 Control of Work GP -50 Control of Materials GP -70 Legal Regulations and Responsibility to Public GP -80 Prosecution and Progress GP -90 Measurement and Payment GP -100 Contractor Quality Control Program GP -110 Method of Estimation Percentage of Material within Specification Limits (PWL) FAA STANDARD SPECIFICATIONS PAVING & EARTHWORK P -101 Surface Preparation P -152 Excavation and Embankment P -155 Lime Treated Subgrade P -156 Temporary Air & Water Pollution, Soil Erosion,& Siltation Control P -209 Crushed Aggregate Base Course P -401 Plant Mix Bituminous Pavements P -501 Portland Cement Concrete Pavement P -602 Bituminous Prime Coat P -603 Bituminous Tack Coat P -610 Structural Portland Cement Concrete P -620 Runway and Taxiway Painting P -621 Saw -Cut Grooves P -631 Refined Coal -Tar Emulsion with Additives, DRAINAGE D -701 D -705 D -752 TURFING T -901 T -905 FENCING F -162 ELECTRICAL LOC -1 LOC -2 LOC -3 LOC -4 LOC -5 LOC -6 LOC -7 LOC -8 LOC -9 GS -1 GS -2 GS -3 GS -4 GS-5 GS -6 PAPI -1 PAPI -2 PAPI -3 RVR -1 RVR -2 ALS -1 ALS -2 ALS -3 ALS-4 ALS -5 ALS -6 ALS -7 ALS -8 ALS -9 ALS -10 ALS -11 ALS -12 ALS -13 MH--1 NSS -1 NSS -2 NSS -3 NSS -4 NSS -5 NSS -6 L-107 L -108 L -110 Slurry Seal Surface Treatment Pipe for Storm Drains and Culverts Pipe Under Drains for Airports Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures Seeding Topsoiling Chain Link Fences Localizer Electrical Service Localizer Foundations Localizer Relocation Localizer Antenna Electrical Localizer Antenna Relocation Remove Previously Installed LOC Equipment Ground Check Markers Localizer Antenna Cables Localizer Antenna Repainting GS Site Preparation and Foundations Glide Slope Electrical Service Glide Slope Relocation Glide Slope Antenna Cable Kit Remove Previously Installed GS Equipment Glide Slope Tower Repainting Electrical Service PAPI RWY 17 Relocation of L -880 PAPI on RWY 17 Remove Previously Installed PAPI Equipment Relocation of RVR on RWY 35 Remove Previously Installed RVR Equipment MALSR Shelter Foundations RWY 17 MALSR Electrical Service RWY 35 Semi -Flush MALSR Threshold Bar RWY 17 MALSR Threshold Bar Semi -Flush MALS Light Bar EMT Light Bar MALS MG -20 L.I.R. Support RAIL MG -20 L.I.R. Support MALS MG -30 L.I.R. Support RAIL MG -30 L.I.R. Support RWY 17 MALSR Shelter and Equipment RWY 35 MALSR Shelter and Equipment QDALS Rrmoval Manhole Drain. for Underground Conduit System Circuit Isolation Box Junction Box Duct Bank Termination Base MITL Removal and Salvage Guidance Sign Removal and Salvage Installation of Airport 8 -Foot and 12 -Foot Wind Cones Underground Power Cable for Airports Airport Underground Electrical Duct Banks and Conduits L- 116A -SW Installation of Medium Intensity Runway and Taxiway Lights With Stake Mounting and Concrete Transformer Box L- 117A -SW Installation of Internally Lighted Taxi Guidance Signs with Stake Mounting and Concrete Transformer Box TXDOT STANDARD SPECIFICATIONS TX -100 Preparing Right of Way TX -110 TX -164 TX --168 TX -247 TX -260 TX -310 TX -340 TX --400 TX -432 TX -464 TX --467 TX --500 TX -514 TX -545 TX -550 TX -613 TX -614 TX -620 TX --650 TX -760 TX -5049 Excavation Seeding for Erosion Control Vegetative Watering Flexible Base (Road-Mixed) Lime Treatment Prime Coat Dense- Graded Hot -Mix Asphalt (Method) Excavation and Backfill for Structures RipRap Reinforced Concrete Pipe Safety End Treatment Mobilization Permanent Concrete Traffic Barrier Crash Cushion Attenuators Chair). Link Fence High Mast Illumination Poles Nigh Mast Illumination Assemblies Electrical Conductors Overhead Sign Supports Cleaning and Reshaping Ditches Biodegradable Erosion Control Logs CITY OF CORPUS CHRISTI SPECIFICATIONS 026202 Hydrostatic Testing of Pressure Systems S89 026210 PVC Pipe for Waterlines E. San FM's AWWA C900/C905 ADDITIONAL ITEM S -1. ITEM S -3 ITEM S -4 ITEM 8-5 ITEM S -8 ITEM 8 -19 ITEM S -20 ITEM 8 -26 ITEM S-29 TECHNICAL SPECIFICATIONS Project Schedule, Mobilization and Field Office Barricades and Markings for Pavement Closures Trench or Excavation Safety Systems Proof Rolling Cold Milling Asphalt Pavement Pavement Marking Obliteration Traffic Control Plan Stone Riprap All Weather Road from MALSR to Hopkins Road GEOTECHNICAL REPORTS LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Corpus Christi International Airport Runway 17 -35 Extension/ Displacement and Connecting Taxiway Project, City Project No. E11046, E11122 and E11123 which consists of the following: 1. Base Bid is comprised of extending Runway 17 and Taxiway Alpha by 600 feet to the north and displacing the threshold of Runway 35 by 600 feet to the north. Included in the project is the construction of two new connecting taxiways connecting the new runway thresholds to the parallel taxiway to the west and the construction of a run -up area on the north end of Taxiway Alpha. All paving will be bituminous, matching the existing runway and taxiway paving on the airport. As a result of the runway threshold relocations, additional lighting and signage will be installed and all navigation aids will be appropriately relocated. The Distance -To -Go signs will also be replaced. A new Medium Intensity Approach Lighting System with Runway Alignment Lights ( MALSR) will be installed to serve the approach end of Runway 17, replacing the existing Omni - Directional Approach Lighting System (ODALS). This MALSR will cross State Highway 44 and will include construction in the highway right -of- way. All taxiway lighting and signage serving Runway 17 -35 will be converted to LED. Lastly, Runway 17 -35 and all taxiways serving Runway 17-35 will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. 2. Additive Alternate No. 1 is comprised of the construction of four new connecting taxiways connecting Runway 17 -35 and the terminal parking apron to Taxiway Alpha. This work will include the removal of four existing connecting taxiways and extensive grading and drainage improvements of the infield area serving Runway 17 -35. As a result of the new locations of these connecting taxiways, new LED lighting and signage will be installed. All new connecting taxiway paving will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. 3. Additive Alternate No. 2 is comprised of the reconstruction of the North General Aviation Apron from bituminous paving to Portland Cement Concrete (PCC) paving. The existing bituminous paving section of the entire apron will be removed to the bottom of the existing base and replaced with a new PCC paving section. 4. Additive Alternate No. 3 is comprised of the construction of drainage improvements along Pinson Road and its associated drainage shed. Existing failed drainage culverts will be removed and replaced, new culverts installed and all ditches re- graded to improve the drainage efficiency of the area. 5. Additive Alternate No. 4 is comprised of installing an FAA furnished MALSR serving Runway 17 in lieu of relocating the MALSR serving Runway 35 to Runway 17 as included in the Base Bid. It is not yet certain that an FAA furnished MALSR will be available for this project. 6. Additive Alternate No. 5 is comprised of relocating the existing Distance Measuring Equipment (DME) in lieu of installing an FAA furnished DME as included in the Base Bid. It is not yet certain that an FAA furnished DME will be available for this project. Other related work items to construct the project in phases in accordance with the plans, specifications and contract documents; Bids will be received at the office of the City Secretary until 2:00 p.a. on Julv 25, 2012, 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., Wednesday, July 11, 2012. The location of the meeting will be the Airport Board Room, at Corpus Christi International Airport, 1000 international Drive, Corpus Christi, TX. 00Revised 7/5/00 A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City_ within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One hundred and no /100 Dollars ($100.00) 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 Ten and no /100 Dollars ($10.00) which is a non - refundable postage /handling charge. Or Plans, proposal forms, specifications and contract documents may be viewed and downloaded free of charge with the option to purchase hard copies at www.civcastusa.com. Please submit questions for this project at least 96 hours prior to bid opening through www.civcastusa.com in the Q&A Portal or to Bob Jutton, P.S. at bjutton@ksaeng.com. All addenda issued for this project will be posted on www.civcastusa.com. Bids will not be accepted through CivCast; bids will be received only at the office of the City Secretary in compliance with Special Provision A -1. Printed copies of the Contract Documents may be viewed at the Engineer's Office located at 8875 Synergy Drive, McKinney, Texas (Telephone No. (972)542 -2995) during regular business hours Monday through Friday, 8 :00 a.m until 5:00 p.m. 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 such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary 00Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE PO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. 3. 4. Premises - Operations Explosion and Collapse Hazard Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON-OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -1I and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi and KSA Engineers, Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance_ 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 Contract Administrator at (361) 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - S . NOTICE TO CONTRACTORS -- B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page l 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 or construction- -Has the meaning defined in the Texas Labor Code, §406,096(e)(1). (3) Contractor ---A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project_ (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. 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 are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed -with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the Ianguage required by paragraph (7) of this subsection., require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic 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 governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no Iater than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site 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 (8) 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 coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (11) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (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 eoverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll. amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- 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 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new 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; (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 are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or 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 are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(x) (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 T28S110.110(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 hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S110.11 O(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate')- A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a 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 providing services an 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 of whether that person 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 of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(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 frorn 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 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. Page 9 of 11 F. The contractor shall retain all required certificates of coverage 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 of coverage 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 an the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(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 of coverage 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 of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage 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 of coverage, 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 classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier o r , in the c a s e o f a s e l f - i n s u r e d , with the commission's Division o f Self= Page 10 of I I 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 CORPUS CHRISTI INTERNATIONAL. AIRPORT- RUNWAY 17 -35 EXTENSION /DISPLACEMENT AND CONVECTING TAXIWAY PROJECT SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2 :00 p.m., Wednesday, 07/25/12. 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 - RUNWAY 17 -35 EXTENSION /DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NO'S: E11046, E11122, E11123 Any proposals not physically in possession of the City Secretary's office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non - responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday, 07/11/12, beginning at 10;00 a.m.. The meeting will convene at the Airport Board Room, 1000 International Drive, Corpus Christi, TX. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17 -35 EXTENSION /DISPLACEMENT AND CONNECTING TAXIWAY PROJECT consists of the following: 1. Base Bid is comprised of extending Runway 17 and Taxiway Alpha by 600 feet to the north and displacing the threshold of Runway 35 by 600 feet to the north. Included in the project is the construction of two new connecting taxiways connecting the new runway thresholds to the parallel taxiway to the west and the construction of a run-up area on the north end of Taxiway Alpha. All paving will be bituminous, matching the existing runway and taxiway paving on the airport. As a result of the runway threshold relocations, additional lighting and signage will be installed and all navigation aids will be appropriately relocated. The Distance -To -Go signs will also be replaced_ A new Medium Intensity Approach Lighting System with Runway Alignment Lights (MALSR) will be installed to serve the approach end of Runway 17, replacing the existing Omni - Directional Approach Lighting System (ODALS). This MALSR will cross State Highway 44 and will include construction in the highway right -of -way. All taxiway lighting and signage serving Runway 17 -35 will be converted to LED_ Lastly, Runway 17 -35 and all taxiways serving Runway 17 -35 will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. Section A - SP (Revised 12/15/04) Page 1 of 28 2. Additive Alternate No. .1 is comprised of the construction of four new connecting taxiways connecting Runway 17-35 and the terminal parking apron to Taxiway Alpha. This work will include the removal of four existing connecting taxiways and extensive grading and drainage improvements of the infield area serving Runway 17 -35. As a result of the new locations of these connecting taxiways., new LED lighting and signage will be installed. All new connecting taxiway paving will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. 3. Additive Alternate No. 2 is comprised of the reconstruction of the North General Aviation Apron from bituminous paving to Portland Cement Concrete (PCC) paving. The existing bituminous paving section of the entire apron will be removed to the bottom of the existing base and replaced with a new PCC paving section. 4. Additive Alternate No. 3 is comprised of the construction of drainage improvements along Pinson Drive and its associated drainage shed. Existing failed drainage culverts will be removed and replaced, new culverts installed and all ditches re- graded to improve the drainage efficiency of the area. 5. Additive Alternate No. 4 is comprised of installing an FAA furnished MALSR serving Runway 17 in lieu of relocating the MALSR serving Runway 35 to Runway 17 as included in the Base Bid. It is not yet certain that an FAA furnished MALSR will be available for this project. 6. Additive Alternate No. 5. is comprised of relocating the existing Distance Measuring Equipment (DME) in lieu of installing an FAA furnished DME as included in the Base Bid. It is not yet certain that an FAA furnished.DME will be available for this project. A -4 Method of Award The bids will be evaluated based on the following: 1. Total Base Bid, or 2. Total Base Bid 4. Any or All Combination of Alternates The City reserves the right to accept the Base Bid with no Additive Alternates, One Additive Alternate, or all Additive Alternates to match available funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. This is a unit price bid. The quantities shown are estimates. Payment will only be made for those quantities of work constructed and accepted as meeting the plans and specification requirements. Bidders must bid on the Base Bid and all Additive Alternates. The City reserves the right to accept the Base Bid and all the Additive Alternates or any combination of the Additive Alternates to closely match available funding. Bid award is subject to the availability of funding. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal; 1. 5% Bid Bond (Must reference CORPUS CHRISTI INTERNATIONAL- AIRPORT RUNWAY 17--35 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National. Bank will also be acceptable.) 2. Disclosure of Interests Statement Section A - SP (Revised 12/15/04) Page 2 of 28 A--6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 365 calendar days for the base bid and all additive alternates. 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, $2,000 per calendar clay 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. At the Pre- Construction Conference, the Contactor shall submit a detailed Construction Schedule that shall, at minimum, incorporate start and end dates for the specific construction items below. RUNWAY Grading Lime Base Paving Shoulder Grading Lighting and Signage Seal Coat Striping TAXIWAY Grading Lime Base Paving Shoulder Grading Lighting and Signage Seal Coat Striping NAVAIDS MALSR Installation - RWY 35 Glide Slope Relocation - RWY 35 Localizer Relocation - RWY 35 MALSR Installation - RWY 17 ADD ALT NO. 2 - NORTH G.A. APPRON Grading /Pavement Removal Lime Concrete Paving Shoulder grading Striping ADD ALT NO. 3 - PINSON RD DRAINAGE Grading /Pavement Removal Culvert Installation Pavement Repairs Shoulder Grading Seeding /Sodding This Construction Schedule shall be developed so that: 1. All Runway and NAVAID items will be complete no later than August 1, 2013; and 2. Additive Alternate Nos. 2 and 3 (if awarded) will be complete no later than April 1, 2013. Additional and Separate liquidated damages of $2000 per day will be assessed for failure to complete the above items by the specified dates. 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 Section A - SP (Revised 12/15/04) Page 3 of 28 requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will .be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment 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 7/5/001 Labor preference and wage rates for Heavy and Highway Construction. In ca co of conflict, Contractor zha.11 use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for nieces 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, far 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 laborears, workmen, and mechanics employed by than in connection with the Project and showing the actual wages paid to each worker. g The Contractor will meke 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 Section A - 5P (Revised 12/15/04) Page 4 of 28 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 (14) times the specified hourly wage imst 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 Hours.) A -11. Cooperation with Public Agencies {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 (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811, the Lone Star Notification Company at 1- 800 - 669- -8344. For the Contractor's convenience, the following telePhone numbers are listed.. City Engineer City Project Manager RSA. Engineers, Inc. Bob Jutton, P.E. Traffic Engineering Police Depaxtment. Water Department Wastewater Services Department Comas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP Nieces Electrical Cooperative AT &T /CP&L City Street Div. for Traffic Signal /Fiber Optic Locate Cebl.erision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPRq Z (Fiber Optic) Brooks Fiber Optic (MAN) Regional Transportation Authority Corpus Christi ISD U.S. Postal Service Tel' Area Office 826 -3500 826 -3807 972 - 542 -2995 826 -3540 886 -2600 826 -1881 826-1800 885 -6900 826 -1875 826 -3461 826 -1940 1- 877 -373 -4858 387 -2581 (1 -800- 632 -9288 after hours) 881 -2511 (1 -800- 824 -4424 after hours) (826 -1888 after hours) (826 -1818 after hours) (885-6913 after hours) (826 -3140 after hours) 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4353 289 -2712 886 -9005 886-2216 808 -2384 826 -3547 (857 -5060 after hours) (Pager 800 -724 -3624) (Pager 888 -204 -1679) (Pager 850 -2981) (M bile) A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as- -built drawings, base Snaps, 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 Section A - SP (Revised 12/15/04) Page 5 of 28 the Contract - price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered' and are interfered with (i.e. broken, cut, etc.}, flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -43 Area Access and 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. minimum adverse impact on the accc:r-ibility of the museum and public. This may include, but is not limited to, working driveways in half widtho, The Contractor shall comply with all applicable FAA Regulations and Advisory Circulars and with the current version of the Manual on Uniform Traffic Control Devices. _ through the City's Traffic Cnginccring Department. The Contractor shall All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. 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 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. Section A. - SP (Revised 12/1.5/04) Page 5 of 28 All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for Excavation; therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken other unwanted material becomes the removed from the site by the Con considered subsidiary; therefore, Contractor. asphalt, .concrete, broken culverts and property of the Contractor and must be tractor. The cost of all hauling is no direct payment will be made to A -17 Field Office (Not Used - See General Notes of the Plans for Field Office Requirements) 120 square feet et useable space. The field efficc must be- air conditioned and heated and must be furaicd with an inclined table that moacures at answering service) and FAX machine paid for by the Contractor. There is no A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on clumuwm 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 Contractor shall schedule his work well in advance of actual operations and shall keep the Construction Manager, Airport Engineer and Operations Manager advised of this schedule so that close coordination can be maintained with the Director of Aviation and with other Contractors. Closing of a runway and portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three (3) days notice prior to closing a runway or any portion of a taxiway or apron. Notice to Airmen (NOTAM'S) will be filed by the Airport Operations Manager or by Public Safety Personnel. See Special Condition SC -16 for more details. Section A - SP (Revised 12/15/04) Page 7 of 28 A -19 Construction Project,. Layout and Control The drawings may depict but not necessary include: lines, slopes, 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 cost 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. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land 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 - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits). Water: -. • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits) . Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Section A - SP (Revised 12/15/04) Page 8 of 28 A -28 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must following drawings. construction begins the Contractor. The the City Engineer. furnish and install 1 Project signs as indicated on the (Attachment 2) The signs must be installed before and will be maintained throughout the Project period by location of the signs will be determined in the field by (See Part C - Federal Enterprise in Federal Documents). 1_ Policy Wage Rates and Requirements, Disadvantaged Business Funded Construction - Aviation of these Contract participate in the performance of contracts awarded by the City of October, 1989, and any amendments thereto. Enterprise. 2. Definitions awarded a City contract. In accordance -*.l-th i' - aiiczr on a City c ntract_ include Blacks, '10_1d-eau. F cri -cant ether pers e of Hi-;panic 1. Owned Section A - SP (Revised 12/15/04) Page 9 of 28 (c) business enterprise, it muct bc owned by a minority per :on . assets or interest in tho For an cntcrpricc doing bucincoo as a corporation, at person(2)_ C ntr d 3. Share in Payments cntcrpricc, as the ZZ case may bc, mu-t be entitled to rccc4vo interest pay t -s, procurement, and • commissions, consulting fees, rcpt.;, cubcontract payments, and any othcr ZC ew ed and controlled by a woman, a partner-chip at least -51.Og of • in the corporate charco arc owned by one or more women. f. Joint Venture: A joint vcnturc means an as.,ociati n of two or more 3 . Coal; scope and direction. The degree to which a joint vcnturc may a minority joint vcnturc partner has a.-50.0t intcrcat, bc deemed equ- -valcnt to having minority participation i 25.0- of the perf rmcd by the joint venture , award arc a. follows: • (percent) articipation ( rercent) Section A - SP (Revised 12/15/04) Page 10 of 28 45 tt 15 °G approved ehangc orders. The hours of minority employment must be substaatlelly uniform throughout the length of thc C ntract and in 4. Compliance b. The Contractor shoal make bi weekly payroll submittals to thc City tcmalc participation, by trade, which has been utilized on thc Prejeet. Along with thc request for final payment on thc Project, in these areas which have been achie_ The City Engineer may A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit io required and to assure a final inspection after the bui-lding i Complete. A -24 Surety Bonds project is 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_ A11 bonds must be issued by an approved Surety Company authorized to do business in the State of Texas_ If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus, For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer section A -- SP (Revised 12/15/04) Page 11 of 28 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 Exemption NOT USED) • thc Contractor elects to operate under a separated contract as defined by 1. Obtain thc nccccrary sale:, tax.permitc from the State Comptroller_ 2. Lelentify in the appropriate space n thc "Statement of Material; and 4_ Provide the City with copies of material invoice to substantiate the must pay for all Salca, Excise, and Use Taxes applicable to this Project. A -26 Supplemental Insurance Requiremernts, For each insurance coverage provided in accordance with Section B -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: Section A - SP (Revised 12/15/04) Page 12 of 2B 1 Name :City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage_ For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless . and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED is amcndcd to includc: Section A - SP (Revised 12/15/04) Page 13 of 28 A -28 Considerations for Contrast Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2 Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references, qualification form, and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administrations Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following:, 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) year recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer ■s obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B- 7--13. Section A - SP (Revised 12/15/04) Page 14 of 28 A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of PEE firms that will participate in the cach firm, and :ubatantiation, either through appropriate certification, requirements but that meeting such requirements possible. is not reasonably 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given it the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A -35 -K, if applicable_ Section A - SP (Revised 12/15/04) Page 15 of 28 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. 11. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A -31 Amended. Policy on Mitre Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 .Amended "E ecutiion of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award.of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized. designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. .Contractor is reminded to attend the Pre -Sid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the FAA Special Conditions, third precedence will be given to the Special Provisions, fourth precedence will be given to the Construction Plans and the General Provisions and FAA Standard Specifications will be given last precedence. In the event of a conflict between any of the FAA Standard Specifications with any other referenced specifications., such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to the FAA Standard Specifications as amended my Addenda, Modifications, Special Conditions and Special Provisions. A -35 City Water Facilities: Special Requirements (NOT USED) A. Vicitar /C ntractor Orientation Section A - SP (Revised 12/15/04) Page 16 of 28 Prior to performing werk at any City router facility, the s, and each e4 their employees ma Orientation Program will he offered authorized City Water valve, equipmont, switch, brcakcr, control, or any other item --be- operated by an operator or other authorized maintenance employee —o-4 the City Water Department. C. rroteet±on of Water Quality all times. The Contractor ..gall protect the quality of thc water in thc job site and shall coordinate its work with the City Water. All materials transportation, and cqucnt used reinstallation, and in the fir, reassembly, inspection of pump:, or any conform Amerie-ar. National aunt not be limed unlc Standards nctitutc /National perrionnol immediately prior to uac _ E. Handling- and Diopooa1 of Trash Section A -- SP (Revised 12/15/04) Page 17 of 28 • . • • 1CQtISITIQ r) as dctermincd. by meeting thc qualificat1onc 1 thru 9 below. Thi operation all hardware and /or software pccificd or rcquircd by 1. He i.o regularly engaged in thc computer based monitoring 2 He hac performed work. on :ystcma of comparable cite, type, three prior proj cct., . t. 1Tc cmployo Rcgictcrcd Profcaaional Engineer, a Centrol 5- He employe peroonncl on thio Projcct who have oucccaofully - - - - - - - - - training coftwarc propoocd for thc Contract. scrvicc facility within 400 miles of thc Project alto to not practical, all equipment of a givcn type will be thc pct of one manufacture 9- The Contractor chall produce all filled ut programming Section A - SP (Revised 12/15104) Page 18 of 28 ginccr with all changes made — during L. Trenching Requirements All trenching for thin pr jcct the O. N. Steven., Water Tr atmcnt ohall be allowed on the project. A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. c_ Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Section A - SP (Revised 12/15/04) Page 19 of 28 j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. . 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report 11 When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and �. all on -site test data within the specified time to the City Engineer for approval. otherwise, the related equipment will not be approved for use I on the project. (NOT USED) "Thc Contractor must comply with the City of Corpuo Christi's Water t1_ include.: implementing water conservation measures established for changing A -38 Worker's Compensation Coverage for Building. or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. NOT USED A -40 Amendment to Section B-8 -6: Partial. Estimates General Provisions and Requirements for Municipal Construction Contracts Section 3 -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -nix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. Section A - SP (Revised 12 /15/04} Page 20 o4 28 A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B --6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages; injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) 'Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. Section A - SP (Revised 12/15/04) Page 21 of 28 (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) NOT USED A -47 Pre - Construction Exploratory Excavations (7/5/00) NOT USE piopoccd pipelines of thc project, Contractor shall excavate and expose „aid thc accurate horizontal and vertical locations of paid parallel pipelines at 300 feet ma imam O.C. the cstabliahcd until- price of pavement patching. .Contracter hall provide A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires_ There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Section A - SP (Revised 12/15/04) Page 22 of 28 Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Amended Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract." A -51 Storm Water Pollution Prevention Plan" This project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction Site Notice to the City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the NOT and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (NOT) upon completion of this Project, The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A -54 Physical Data Subsurface geotechnical reports are not a part of the Contract documents. Soils investigation data is provided in the Appendix is included only for the information and convenience of the bidders. The City and Consulting Engineer disclaim any and all responsibility for the accuracy, completeness, true location and extent of the soils investigation that was prepared by others; and further disclaim responsibility for the interpretation of that data by bidders. A -55 Project Record Documents The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses. A separate set of Contract documents, for this purpose only, shall be kept at the job site at all times. These documents shall be kept up -tc -date and Section A - SP (Revised 12/15/04) Page 23 of 28 reviewed and approved by the Construction Manager prior to approval of monthly progress payments. The final set of Redline mark -up drawings shall be signed and dated by the Contractor, and shall be delivered to the Construction Manager, prior to approval of final payment. (see SP A -45). A -56 Errors and Omissions The Contractor shall carefully check the drawings and specifications, and report to the consulting Engineer and errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer. A -57 Trench Safety The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P- EXCAVATIION, TRENCHING AND SHORING for all trenching and excavation operations, and Specsficatzon Item S -4 , Worker Safety-Requirements for Excavation and Trenching Operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered or submit shoring details to the City Engineer for approval. If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal form. A -58 Airport Safety and Security A -58.1. General Airport safety and security is a vital part of the Contractor's responsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years. The following safety and security guidelines and the rules and regulations of the Corpus Christi International Airport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security and safety caused by the Contractor or the Contactor's employees, subcontractors, suppliers or representatives. A -58.2 Airport Operations Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of the aircraft and aircraft support equipment and personnel_ Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A -58.3 Airport Safety Requirements and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron are at Corpus Christi International Airport. The term landing areas is defined as all runway and taxiways, plus 250 feet on either side of Section A - SP (Revised 12/15/04) Page 24 of 28 runways and 100 feet on either side of taxiways and a distance of 500 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document. These plans must be approved by the Airport Operations Manager prior to issuance of a Notice to Proceed. This safety plan was developed in accordance with Advisory Circular No. 150/5370 -2F, "Operational Safety on Airports During Construction ". 2. The Contractor shall be required to equip vehicles used by the superintendent and /or foreman on the project with a radio receiver /transmitter (s) for maintain direct communication with the FAA Air Traffic Control Tower (ATCT) at Corpus Christi International Airport. Communication will be required at a frequency of 121.9 MHz. Ground Control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the Operations Manager. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor and all personnel that will be working within the AOA shall complete the City's training course on communications, safety, etc. The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor Personnel with Contractor radio and ATCT ground control radio. Contractor shall he required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. 3. The Contractor shall perform all temporary pavement markings and barricading in accordance with the attached FAA Advisory Circulars and Orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery - operated flasher -type red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery-operated red lights shall be maintained on all self - propelled equipment at all times during construction. Any equipment not complying with these specifications will be subject to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and /or restricted area whether night or day, shall be marked with 'international orange and white checkered flags" or orange or flashing safety beacons. The Contractor will be required to keep a stock of flags on hand for issuance to vehicle operators. Equipment shall not remain unattended at any time during construction. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed or parked in areas designated by Airport Personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nor will be permitted to cross - existing paved areas unless the equipment is pneumatic - tired, or until special means approved by the City have been provided to protect the pavement. Section A - SP (Revised 12/15/04) Page 25 of 20 9. The Contractor shall provide barricades to restrict access from taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement. 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance of this work will be promptly removed from Corpus Christi International Airport by the Aviation Department of Public Safety and will not be allowed to work on the project again. 11. Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach. Any open trenches within the 250 -foot limit shall be covered with steel plates capable of carrying air carrier traffic. The location of any stockpile material shall be coordinated with and approved by Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 13. Construction equipment shall not exceed a height of 15 feet above the airport surface. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150 /5370 -2F and FAA Order SW 5200.5E for further information on Airport safety. A -58.4 Airport Security Requirements Contractors involved in construction as described in this specifications and plans will be required to follow the procedures listed below for security clearance during construction, 1. A pre - construction conference will be required with the Operations Manager, the Project Manager, the Construction Manager, the Resident Project Representative and all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the operations Manager. This information is required for a security clearance check only. 1. List employees who, at one time or another, will be working on the job site. 2. Texas Driver's License numbers of those same employees, date of birth and race. 3. List of vehicles and their respective license plates, which may be used on the job site. The Security precautions are an FAA and TSA requirement to the operation of the Airport. Any conflicts and /or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony. Samples of forms for security badges, background checks, letters of authorization, etc. are included for you familiarity. They follow FAA Advisory Circulars on Airport Safety. The Airport reserves the right to limit the number of badges issued to Contractor Personnel. See "Attachment 2" following this section, which will take precedent over other special provisions in event of conflict, for additional requirements: • Federally Required Language • CCIA Background Verification Forms Section A - SP (Revised 12/15/04) Page 26 of 28 • FAA Advisory Circular 150/5370 --2' Operational Safety on Airports ]during Construction Corpus Christi International Airport Visitor /Contractor On -Site permit information is also included in the Appendix. A -59 Conflicts If conflicts arise between FAA General.Provisions or requirements in this document with City General. Provisions or requirements, FAA General Provisions and requirements will supersede. A-60 Bidder Qualifications I. Qualifications A. Each Bidder shall furnish the Owner satisfactory evidence of the Bidder's competency to perform the proposed work. Such evidence of competency shall consist of statements covering the Bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. B. In addition, each Bidder shall furnish the Owner satisfactory evidence of the Bidder's financial responsibility. Such evidence shall consist of a confidential statement or report of the Bidder's financial resources and liabilities as of the last calendar year or the Bidder's last fiscal year. Such as statements or reports shall be prepared by a public accountant. At the time of submitting such financial statements or reports, the Bidder shall further certify whether the Bidder's financial responsibility is approximately the same as stated or reported by the public accountant. If the Bidder's financial responsibility has changed, the Bidder shall qualify the public accountants statement or report to reflect the Bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. C. The Bidder shall provide a listing of both automobile and personal liability insurance coverage currently in force, along with a copy of a Certificate of Insurance as verification of that coverage. If awarded the contract the Bidder shall be required to submit a Certificate of Insurance naming the Owner, Engineer, and FAA as additional insured. II. Submission of Qualifications A. Each bidder shall submit the Bidder's "evidence of competency °, "evidence of financial responsibility ", and "evidence of insurance coverage" for "worker's compensation, commercial general liability and Texas business automobile" to the Owner at the date, time and location specified for opening bids. These items shall be submitted in the envelope with your proposal marked with project number, location of airport, and name and business address of the bidder. B. Proposals submitted without submission of the completed Bidders Qualifications .Form will not be read. Section A - 82 (Revised 12/15/04) Page 27.of 28 SUBMITTAL TRANSMITTAL FORM PROJECT: RUNWAY 17 -35 EXTENSION /DISPLACEMENT AND CONNECTING TAXIWAY NO. E110116 E11122 E11123 OWNER: CITY OF CORPUS CHRISTI ENGINEER: KSA Engineers, Inc. CONTRACTOR :. SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Rage 28 of 28 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 11TH day of SEPTEMBER, 2012, 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 Berry Contracting, LP dba Bay, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $12,841,419.06 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NOS. E11046, E11122, E11123 (TOTAL BASE BID + ADD.ALTS. #1, #2, #3: $12,841,419.06) 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, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, 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. Page 1 of 3 Rev. Jun -2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 365 CALENDAR DAYS FOR BASE BID AND ADD- ALTERNATE NO. 1; AND 180 CALENDAR DAYS FOR ADD - ALTERNATE NO.2 AND ADD - ALTERNATE NO. 3 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. Page 2 of 3 Rev. Jun -2010 ATTEST: City Secretary APPROVED AS TOXEGAL FORM: By: Asst. City ttorney ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHRISTI • By:� _. Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation Daniel Biles, P.E. Director of Engineering Services CONTRACTOR Berry Contracting, LP dba Bay, Ltd, P.O. Box 9908 (Address) Corpus Christi, TX 78469 (City) (State) (ZIP) 361/289-3721 * 3611289 -2304 (Phone) (Fax) Page 3 of 3 Rev. Jun -2010 or 07.0\ �..NWf•.+•tiM� RVr - 3ECRI°TA1Y SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this 8th day of January 2002. Edward A. Martin, President, presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting_ Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to name the individuals authorized to act for and on behalf of Bay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf ofBay Ltd. as to the mating and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A. L. Beny Edward A. Martin D. E. Spangler President Vice President Vice President Vice President Vice President Vice President FURTHER RESOLVED that in the event D. W. Berry is unavailable, Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers or arrangements and revisions, changes or modifications of same as the needs of the Highway Division ofBay Ltd. may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Jon Lentz, Estimating Manager and James Wright, Administrative Manager are specifically empowered to act for and on behalf ofBay Ltd. to sign "Proposal To the Texas Department of Transportation ". FURTHER RESOLVED. that the Secretary - Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Attest: DonEtta Beaty, Seoreta Approved Correct: Edward. A. Martin, President & CEO Certification of Secretary L DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting, LP dba Bay Ltd. held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this the 8th day of January 2002, to which witness my hand. DonEtta Beaty, Secret P R O P O S A L F O R M F O R CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17 -35 EXTENSION /DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11046 DEPARTMENT OF ENGINEERING SERVICES Proposal Form Page 1 of 37 CITY OF CORPUS CHRISTI, TEXAS PROPOSAL Place: Date: Proposal of Ber-c-s C.Fn -& sa.L4 -' L�' pM a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as 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: CORPUS CHRISTI INTERNATIONAL. AIRPORT RUNWAY 17 -35 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11046 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: Proposal Form Page 2 of 37 Corpus Christi International Airport Runway 17 -35 Extension/Displacement Project # E11046, E11122, E11123 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 1.01 MOB, INS, ETC 1.00 LS 488,000.00 488,000.00 139,200.00 39,712.40 1.02 BARR & MRK FOR PAV CLOSURES 1.00 LS 139,200.00 1.03 COLD MILLING 15,274.00 SY 2.60 1.04 UNCLASSIFIED EXCAVATION 59,601.00 CY 5.50 327,805.50 178,922.70 1.05 ONSITE BORROW EMBANK 33,759.00 CY 5.30 1.06 UNDERCUT & REPL UNSUITABLE SG 500.00 CY 11.75 5,875.00 1.07 8" LIME SG 38,877.00 SY 2.50 97,192.50 1.08 HYDRATED LIME FOR SG (8 %) 840.00 TON 190.00 159,600.00 4,950.00 1.09 ROCK FILTER DAM 150.00 LF 3100 1.10 TEMP SILT FENCE 4,110.00 LE 3.70 15,207.00 1.11 CNSTR EXITS 2.00 EA 3,600.00 7,200.00 1.12 SWP3 1.00 LS 1,200.00 1,200.00 1.13 22" CRUSHED AGGR BASE COURSE 24,370.00 SY 50.00 1,218,500.00 1.14 12" CRUSHED AGGR BASE COURSE 10,472.00 SY 27.00 282,744.00 1.15 8" RDWY BASE (PERIMETER ROAD) 1,729.00 SY 15.00 25,935.00 1.16 5" HMAC SURF COURSE 6,905.00 TON 97.00 669,785.00 1.17 7" HMAC STBLZ BASE COURSE 6,040.00 TON 97.00 585,880.00 1.18 BITUMINOUS PRIME COAT 8,788.00 GAL 4.80 42,182.40 1.19 BITUMINOUS TACK COAT 8,473.00 GAL 3.60 30,502.80 1.20 PAV MRK OBLITERATION 122,222.00 SF 0.85 103,888.70 1.21 WHITE RWY MRK (REFL) 116,234.00 SF 0.43 49,980.62 1.22 YEL TWY MRK (REFL) 5,988.00 SF 0.43 2,574.84 1.23 BLK RWY & TWY MRK (NON -REFL) 30,446.00 SF 0.41 12,482.86 1.24 PREFORMED TERM PLSTC TWY MRK (RED) 204.00 SF 23.00 4,692.00 1.25 PREFORMED THRM PLSTC TWY MRK (BLK) 127.00 SF 23.00 2,921.00 1.26 PREFORMED THRM PLSTC TWY MRK (WHT) 848.00 SF 23.00 19,504.00 1.27 PREFORMED THRM PLSTC TWY MRK (YEL) 606.00 SF 23.00 13,938.00 1.28 SAW CUT GROOVING 10,000.00 SY 4.70 47,000.00 .1.29 REFINED COAL TAR EMUL, SLURRY SEAL 249,854.00 SY 1.30 324,810.20 1.30 24" CL IV RCP 394.00 LF 73.00 28,762.00 1.31 36" CL III RCP r 527.00 LF 110.00 57,970.00 1.32 36" CL IV RCP 298.00 LF 100.00 29,800.00 1.33 8" PVC UNDERDRAIN 1,200.00 LF 17.25 20,700.00 1.34 36" RCP SET 6.1 1.00 EA 3,100.00 3,100.00 Page 1 of 10 Page 2 of 10 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 1.35 36" RCP SET 6:1- DOUBLE 1.00 EA 5,000.00 5,000.00 1.36 4' X 4' GRATE INLET 5.00 EA 5,400.00 27,000.00 137 4' X4' RISER INLET 2.00 LF 1,800.00 3,600.00 138 4' X 8' GRATE INLET 1.00 EA 10,800.00 10,800.00 1.39 TIE INTO EXIST RCP 4.00 EA 2,000.00 _ 8,000.00 1.40 TIE INTO EXIST RCBC 5.00 EA 2,700.00 1 3,500.00 L41 STONE RIPRAP 30.00 CY 98.00 2,940.00 L42 HYDR -MLCH, SEED, LIME & FERT (SLOPE <5 %) 205,300.00 SY 0.90 184,770.00 1.43 BONDED FBR MM MLCH, SEED, LIME & FERT (4' AMC T 4,283.00 SY 1.00 4,283.00 • L44 STRIP & STKPL TOPSOIL 209,583.00 SY 0.24 50,299.92 50,299.92 1.45 INSTL 4" TOPSOIL 209,583.00 SY 0.24 2.01 INSTI.4" TOPSOIL 59,400.00 SY 0.20. 11,880.00 2.02 8" PVC W/DI FITTINGS 1,300.00 LF 37.00 48,100.00 2.03 CONNECT TO EXIST 8" FORCE MAIN 2.00 EA 3,400.00 6,800.00 9,975.00 2.04 CRUSHED ROCK FOR PIPE EMBEDMENT 175.00 CY 57.00 2.05 TESTING 1.00 LS 3,500.00 3,500.00 5,400.00 2.06 TOPSOIL, SEED & PERT 3,000.00 SY 1.80 2.07 CONTROL OF WASTE DURING CNSTR 1.00 LS 11,800.00 11,800.00 3.01 8' CHNLNK FENCE W /18" RAZOR WIRE 800.00 LF 59.00 47,200.00 3.02 3' SECURITY PEDESTRIAN GATES 7.00 EA 1,400.00 9,800.00 120,680.00 3.03 ALL WEATHER ROAD TO MAILSR & HOPKINS ROAD 3,017.00 SY 40.00 3.04 18" RCP 47.00 LF 50.00 2,350.00 3.05 24" RCP SET 6:1 4.00 EA 1,000.00 4,000.00 4.01 REPL LP & FIXTRS ON EXIST FDN (18 ") 1.00 EA 4,600.00 4,600.00 4.02 REPL LP & FIXTRS ON EXIST FDN (20 ") 1.00 EA 4,600.00 4,600.00 4.03 REPL LP & FIXTRS ON EXIST FDN (25 ") 8.00 EA 4,600:00 36,800.00_ 4.04 INSTL LP & FIXTRS ON EXIST FDN (25 ") 4.00 EA 6,400.00 25,600.00 4.05 LOWER EXIST SIGN PANEL 1.00 EA 1,200.00 1,200.00 4.06 ATTENUATORS 3.00 EA 24,100.00 72,300.00 4.07 CONCRETE BARRIER 560.00 LF 58.00 32,480.00 4.08 6" BORE W /CONDUIT UNDER ROW 600.00 LF 76.00 45,600.00 4.09 2" BORE W /CONDUIT UNDER HWY 350.00 LF 47.00 16,450.00 3,540.00 4.10 INSTL CABLE IN TRENCH 600.00 LF • 5.90 4.11 TRAFFIC CONTROL PLAN L00 LS 30,600.00 30,600.00 5.01 STBLZ BASE & 2" ASPH FOR ACCESS ROAD 250.00 SY 53.00 13,250.00 5.02 STBLZ BASE & CRUSHED ROCK FOR WALKWAY 250.00 SY 30.00 7,500.00 5.03 SITE PREP & FDN FOR LOCLZR, SHLTR & DME ANTNA 1.00 LS 64,400.00 64,400.00 5.04 REINFORCED CONC GROUND CHECK MARKERS 10.00 EA 290.00 2,900.00 5.05 100 AMP ELECTRICAL SERVICE FOR LOCLZR L00 LS 17,600.00 17,600.00 5.06 REL EXIST LOCLZR ANTNA & SHLTR 1.00 LS 58,500.00 58,500.00 5.07 INSTL FAA FURNISHED, DME TRANSPONDER & ANTNA 1.00 LS 4,700.00 4,700.00 Page 2 of 10 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 5.08 BOX & SHIP EXIST DME TO FAA DEPOT (IN OKC) 1.00 LS 3,500.00 3,500.00 5.09 REM PREVIOUSLY INSTL LOCLZR FDN 1.00 LS 2,900.00 2,900 00 8,400.00. 5.10 PROVIDE LOCLZR RF & CONTR CABLES 1.00 LS 8,400.00 5.11 25 PR 19 GA SHIELDED. GEL FILLED, REA TELCO CABLE 640.00 LF 35.00 22,400.00 6.01 SITE PREP & FDN FOR GLIDE SLOPE ANTNA (GSA) 1.00 LS 21,100.00 21,100.00 6.02 100 AMP SINGLE PAHSE ELECTRICAL SERVICE 1.00 LS 41,000.00 41,000.00 6.03 REL EXIST GSA & SHLTR 1.00 LS 35,100.00 35,100.00 6.04 RF CABLE & CONNECTORS FOR GSA 1.00 LS 4,700.00 4,700.00 6,400.00 6.05 REM PREVIOUSLY INSTL GS EQUIP 1.00 LS 6,400.00 6.06 INSTL FAA APPROVED LADDER & FALL SYSTEM 1.00 LS 2,700.00 2,700.00 6.07 25 PR 19 GA SHIELDED. GEL FILLED, REA TELCO CABLE 640.00 LF 35.00 22,400.00 6.08 STBLZ BASE & 2" ASPH FOR ACCESS ROAD 1,040.00 SY 32.00 33,280.00 7.01 SITE PREP & FDN FOR MALSR SHLIR 1.00 LS 21,100.00 21,100.00 35,100.00 7.02 INSTL FAA PROVIDED SBLTR & MALSR EQUIP 1.00 LS 35,100.00 7.03 PROVIDE PEDESTAL, 200 AMP ELECTRICAL SERVICE, ETC 1.00 LS 70,200.00 70,200.00 7.04 CNSTR MALSR THRSHLD BAR W/FAA FIXTRS 1.00 LS 50,300.00 50,300.00 7.05 CNSTR MALS LIGHT BAR W/FAA FIXTRS 3.00 EA 9,400.00 28,200.00 7.06 CNSTR EMT MALS BAR & FAA PAR -38 FIXTRS 1.00 EA 7,000.00 7,000.00 7.07 CNSTR MG -20 LIR SUPPORTS W/MALS BAR & PAR -38 FX 5.00 EA 11,100.00 55,500.00 7.08 CNSTR MG -20 LIR SUPPORTS W/PAR -56 FLSHR & CNTRLS 5.00 EA 11,100.00 55,500.00 7.09 INSTL NEMA 3R, 100A PANEL BOARD & JB AT MALS STA 1.00 LS 18,700.00 18,700.00 7.10 4" RIGID HDPE CONDUIT (BORED) 400.00 LF 82.00 32,800.00 7.11 TRENCH, BACKFILL & COMPACT (6" W X 24" D) 2,305.00 LF 5.30 12,216.50 7.12 TRENCH, BACKFILL & COMPACT (10" W X 24" D) 700.00 LF 6.20 4,340.00 7.13 'TRENCH, BACKFILL & COMPACT (6" W X 48" D) 400.00 LF 6.40 2,560.00 7.14 TRENCH, BACKF1LL & COMPACT (12" W X 24" D) 6,006.00 LF 8.80 52,852.80 7.15 2" SCH 40 PCV CONDUIT 1,493.00 LF 1.15 1,716.95 7.16 3" SCH 40 PCV CONDUIT 2,757.00 LF 1.50 4,135.50 7.17 AIRCRAFT RATED 2' X 3' X 3' PULL BOX W /GALV COVR 8.00 EA 5,500.00 44,000.00 7.18 TRAFFIC RATED 2' X 3' X 3' PULL BOX W /GLAV COVR 5.00 EA 4,400.00 22,000.00 7.19 #1 /0 AWG BARE CU GUARD WIRE 3,923.00 LF 3.40 13,338.20 29,750.00 13,073.00 7.20 #1 /0 AWG, 600V, THWN CABLE 8,750.00 LF 3.40 7.21 #4 AWG, 600V, THWN CABLE 7,690.00 LF 1.70 Page 3 of 10 Page 4 of 10 AMOUNT 4,950 75 4,494.00 '100.00 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE 7.22 #8 AWG, 600V, THWN CABLE 4,305.00 LF 1.15 7.23 #10 AWG, 600V, THWN CABLE 4,494.00 LF 1.00 7.24 #12 AWG, 600V, THWN CABLE 100.00 LF 1.00 7.25 12 PR 19 GA SHIELDED. GEL FILLED, REA TELCO CABLE 1,653.00 LF 4.40 7,273 20 7.26 VENT/ DRAIN FOR UNDERGROUND CONDUIT SYS ThM 10.00 EA 640.00 6,400.00 8.01 SITE PREP & FDN FOR MALSR SHLTR 1.00 LS 21,100.00 21,100.00 8.02 1NSTL FAA SUPPLIED 10' X 16' EQUIP SHLTR 1.00 LS 21,100.00 21,100.00 8.03 PROVIDE PEDESTAL, 200 AMP ELECTRICAL SERVICE, ETC 1.00 LS 78,400.00 78,400.00 8.04 REL & CONNECT EXIST MALSR, ETC, IN SHLTR 1.00 LS 29,300.00 29,300.00 8.05 CONSTR MALSR THRESHOLD BAR W /PAR 56 FIXTRS 1.00 LS 50,300.00 50,300.00 8.06 CONSTR EMT MALS BAR & PAR -38 FIXTRS 2.00 EA 7,000.00 14,000.00 8.07 CONSTR MG -20 LIR SUPPORTS W /MALS BAR & PAR -38 5.00 EA 11,100.00 _ 55,500.00 8.08 CONSTR MG -30 LIR SUPPORTS WIMALS BAR & PAR -38 2.00 EA 15,600.00 31,200.00 8.09 CNSTRMG -20 LIR SUPPORTS WIPAR -56 FLSHR & CNTRLS 2.00 EA 11,100.00 22,200.00 8.10 CNSTRMG -30 LIR SUPPORTS W /PAR -56 FLSHR & CNTRLS 3.00 EA 15,600.00 46,800.00 8.11 REM ODALS SYSEM COMPONENTS 1.00 LS 4,700.00 4,700.00 8.12 INSTL NEMA 3R, 100A PANEL BOARD & 7B AT MALS STA 1.00 LS 18,700.00 18,700.00 8.13 4" RIGID HDPE CONDUIT (BORED) 1,200.00 LF 82.00 98,400.00 2,120.00 8.14 TRENCH, BACKFILL & COMPACT (6" W X 24" D) 400.00 LF 5.30 8.15 TRENCH, BACKFILL & COMPACT (10" W X 24" D) 2,305.00 LF 6.20 14,291.00 8.16 TRENCH, BACKFILL & COMPACT (6" W X 48" D) 700.00 LF 6.40 4,480.00 8.17 TRENCH, BACKFILL & COMPACT (12" W X 24" D) 400.00 LF 8.80 3,520.00 8.18 AIRCRAFT RATED 2' X3' X 3' PULL BOX W /GALV COVR 5.00 LF 5,500.00 27,500.00 8.19 TRAFFIC RATED 2' X 3' X 3' PULL BOX W /GLAV COVR 7.00 LF 4,400.00 30,800.00 8.20 2" SCH 40 PCV CONDUIT 6,006.00 LF 1.15 6,906.90 8.21 3" SCH 40 PCV CONDUIT 1,493.00 LF 1.50 2,239.50 8.22 #1 /0 AWG BARE CU GUARD WIRE 3,105.00 LF 3.40 10,557.00 8.23 #210 AWG, 600V, THWN 5,972.00 LF 4.90 29,262.80 9,310.40 8.24 #2 AWG, 600V, THWN 4,048.00 LF . 2.30 8.25 #4 AWG, 600V, THWN 6,200.00 LF 1.70_ 10,540.00 8.26 #6 AWG, 600V, THWN 2,380.00 LF 1.35 3,213.00 8.27 #8 AWG, 600V, THWN 2,380.00 LF 1.15 2,737.00 2,484.00 8.28 #10 AWG, 600V, THWN 2,484.00 LF . 1.00 8.29 #12 AWG, 600V, THWN 318.00 LF 1.00 318.00 Page 4 of 10 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 6,400.00 8.30 VENT/ DRAIN FOR UNDERGROUND CONDUIT 10.00 SYSTEM EA 640.00 9.01 REL EXIST L -880 PAPI W/ FDN, ETC 1.00 EA 23,400.00 23,400 00 9.02 TRENCH, BACKFILL & COMP 6" WIDE 2,000.00 TRENCH LF 5.30 10,600.00 9.03 2" SCH 40 PCV CONDUIT 2,000.00 LF 1.15 2,300.00 9.04 TRAFFIC RATED 2' X 3' X 3' PULL BOX 4.00 W /GLAV COVR EA 4,400.00 17,600.00 9.05 #110 AWG BARE CU GUARD WIRE 2,000.00 LF 3.40 6,800.00 7,072.50 9.06 #8 AWG T 6,150.00 LF 1.15 10.01 SITE PREP & CONSTR FDN FOR RVR SENSOR 1.00 LS 7,600.00 7,600.00 10.02 TRENCH, BACKFILL & COMP 6" WIDE 600.00 TRENCH LF 5.30 3,180.00 10.03 2" SCH 40 PCV CONDUIT 600.00 LF 1.15 690.00 10.04 #6 AWG BARE CU GUARD WIRE 600.00 LF 1.15 690.00 10.05 6 PAIR, 19 GA. GEL FILLED TELCO CABLE 600.00 LE 4.90 2,940.00 10.06 REL EXIST PWR PEDESTAL & CONNECTION 1.00 TO GS SHLTR LS 8,200.00 8,200.00 10.07 REL EXIST RVR SENSOR TO PREPED SITE 1.00 LS 8,800.00 8,800.00 11.01 6" CABLE TRENCH, BACKFILL & COMPACT 1,370.00. LF 5.30 7,261.00 11.02 2" SCH 40 PCV CONDUIT 1,370.00 LF 1.15 1,575.50 11.03 #6 AWG, BARE, STRANDED SHIELD WIRE 1,370.00 LF 1.10 1,507.00 11.04 #8 AWG, TYPE C, 5000V CABLE 1,590.00 LF 1.10 1,749.00 11.05 NEW L -862 FIXTR/W/L -867 LIGHT BASE IN 6.00 CONC, ETC EA 820.00 4,920.00 11.06 L -862 FIXTR/W/L -867 LIGHT BASE IN CONC 16.00 200W RD /GN EA 820.00 13,120.00 11.07 CHANGE FILTERS IN EXIST L -862 22.00 EA 100.00 2,200.00 11.09 UNDERGROUND DUCT VENT AND DRAIN 1.00 POINT EA 640.00 640.00 11.10 CIRUIT ISOLATION POINT IN L -867 CAN 2.00 EA 610.00 1,220.00 11.11 NEW 2 X 2 DUCTBANK 180.00 LF 29.00 5,220.00 4,800.00 120.00 11.12 NEW 16 X 40 L -867 DUCTBANK TERMINATOR 4.00 LF 1,200.00 11.13 NEW DUCT MARKER 1.00 EA 120.00 11.14 NEW LED LIGHTED WIND CONE 1.00 EA 8,800.00 8,800.00 41,000.00 11.15 UNDER PAV BORED 4" CONDUIT 500.00 LF 82.00 12.01 6" CABLE TRENCH, BACKFILL & COMPACT 2,295.00 LF 5.30 12,163.50 12.02 2" SCH 40 PCV CONDUIT 2,295.00 LF 1.15 2,639.25 12.03 #6 AWG, BARE, STRANDED SHIELD WIRE 2,295.00 LF 1.10 2,524.50 14,983.10 41,820.00 12.04 #8 AWG, TYPE C, 5000V CABLE 13,621.00 LF 1.10 12.05 NEW L -867 -T LED W/L -867 LIGHT BASE IN CONC 51.00 EA 820.00 12.06 INSTL NEW L -867 -T LED FIXTR IN EXIST LIGHT BASE 108.00 EA 290.00 31,320.00 12.07 UNDERGROUND DUCT VENT AND DRAIN POINT 2.00 EA 640.00 1,280.00 12.08 CIRUIT ISOLATION POINT IN L -867 CAN 2.00 EA 610.00_ 1,220.00 12.09. NEW 2 X 2 DUCTBANK 270.00 LF 29.00 7,830.00 12.10 NEW 12 X 40 L -867 DUCTBANK TERMINATOR 6.00 LF 1,200.00 7,200.00 Page 5 of 10 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 12.11 NEW DUCT MARKER 1.00 LF 120.00 88.00 120 00 12.12 REM EXIST MITL FIXTR 116.00 EA 10,208 00 12.13 UNDER PAV BORED 3" CONDUIT 100.00 LF 53.00 - 5,300 00 13.01 6" CABLE TRENCH, BACKFILL & COMPACT 700.00 LF 5.30 3,710 00 13.02 #6 AWG, BARE, STRANDED SHIELD WIRE 700.00 LF 1.10 770 00 13.03 #8 AWG, TYPE C, 5000V CABLE 1,400.00 LF 1.10 _ 1,540 00 13.04 2" SCH 40 PCV CONDUIT 700.00 LF 1.15 _ 805.00 13.05 13.06 REL EXIST FAA SIZE 5 SING 1 PANEL 5.00 EA . 6,400.00 32,000.00 REL EXIST STYLE 5 EXIT SIGN -1 MOD 3.00 EA 1,500.00 4,500.00 13.07 13.08 REL EXIST STYLE 5 HOLD SIGN -2 MOD 1.00 EA 4,000.00 4,000.00 REL EXIST STYLE 5 HOLD SIGN -3 MOD 2.00 EA 6,400.00 12,800.00 13.09 NEW SIZE 2, STYLE, 2 LED SIGN -1 MOD 1.00 EA 3,200.00 _ 3,200.00 13.10 NEW SIZE 2, STYLE, 2 LED SIGN -2 MOD 1.00 EA 4,500.00 4,500.00 13.11 NEW SIZE 2, STYLE, 2 LED SIGN -3 MOD 1.00 EA 5,900.00 5,900.00 13.12 NEW SIZE 2, STYLE, 2 LED SIGN -4 MOD 1.00 EA 6,600.00 6,600.00 14.01 CNVRT EXIST SIZE 2, STYLE 2, 2 SIGN TO LED -1 MOD 1.00 EA 1,700.00 1,700.00 14.02 CNVRT EXIST SIZE 2, STYLE 2, 2 SIGN TO LED -2 MOD 1.00 EA 2,000.00 2,000.00 14.03 CNVRT EXIST SIZE 2, STYLE 2, 2 SIGN TO LED -3 MOD 1.00 EA 2,300.00 2,300.00 14.04 CNVRT EXIST SIZE 2, STYLE 2, 2 SIGN TO LED -4 MOD 1.00 EA 2,500.00 2,500.00 14.05 CNVRT EXIST SIZE 5, STYLE 3, 2 SIGN TO LED -1 MOD 1.00 EA 2,500.00 2,500.00 15.01 CNVRT EXIST LIGHTED WIND CONE TO LED W/ L -830 -6 3.00 EA 3,600.00 10,800.00 16.01 REPAINT EXIST 8 ELEMENT LPD LOCLZR ANT 1.00 LS 2,900.00 2,900.00 8,900.00 17.01 REPAINT EXIST NULL REF GLIDE SLOPE TWR 1.00 LS 8,900.00 18.01 NAVAIDS REL ALLOWANCE 1.00 LS 40,000.00 40,000.00 -- GRAND TOTAL FOR BASE BID: _ $8,073,515.21 Al _ 1.01 MOBILIZATION, INSURANCE, ETC. 1.00 LS 6,400.00 6,400.00 26,000.00 60,860.00 Al - 1.02 BARRICADES & MRK FOR PAV CLOSURES 1.00 LS 26,000.00 Al - 1.03 COLD MILLING ASPH PAV 24,344.00 SY 2.50 Al - 1.04 UNCLASSIFIED EXCAVATION 69,040.00 CY 5.40 372,816.00 30,225.90 Al - 1.05 ONS1IE BORROW EMBANK 5,703.00 CY 5.30 Al - 1_.06 UNDERCUT & REPL UNSUITABLE SG 500.00 CY 13.25 6,625.00 Al - 1.07 STRIP & STKPL TOPSOIL 220,601.00 SY 0.241 52,944.24 53,750.00 Al - 1.08 8" LIME SG 21,500.00 SY 2.50 Al - 1.09 HYDRATED LIME FOR SG (8 %) 465.00 TON 190.00 88,350.00 Al - 1.10 ROCK FILTER DAM 190.00 LF 28.00 5,320.00 Al - 1.11 TEMP SILT FENCE 370.00 •LF 6.20 2,294.00 Al - 1.12 22" CRUSHED AGGR BASE COURSE 19,393.00 SY 49.00 950,257.00 Al - 1.13 5" HMAC SURF COURSE 4,533.00 TON 97.00- 439,701.00 615,659.00 Al - 1.14 7" HMAC STBLZ BASE COURSE 6,347.00 TON 97.00 Al - 1.15 BITUMINOUS PRIME COAT 4,122.00 GAL 5.00 20,610.00 Al -.1.16 BITUMINOUS TACK COAT 6,181.00 GAL 3.60 0.43 22,251.60 1,101.23 Al - 1.17 YELL TWY MRK (REEL) 2,561.00 SF Page 6 of 10 Page 7 of 10 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT Al - 1.18 BLK RWY & TWY MRK (NON -REFL) 5,122.00 SF 0.43 2,202 46 Al - 1.19 THERMO - PLASTIC TWY MRK (RED) 306.00 SF 21.00 6,426 00 Al - 1.20 Al - 1.21 THERMO- PLASTIC TWY MRK (BLK) 190.00 SF 21.00 3,990.00 THERMO- PLASTIC TWY MRK (WHT) 1,272.00 SF 21.00 26,712 00 Al - 1.22 THERMO- PLASTIC TWY MRK (YEL) 909.00 SF 21.00 19,089.00 Al - 1.23 REFINED COAL TAR EMUL, SLURRY SEAL 16,505.00 SY 1.30 _ 21,456.50 Al - 1.24 18" CL IV RCP 402.00 LF 54.00 21,708.00 Al - 1.25 Al - 1.26 30" CL III RCP 14.00 LF 160.00 r 2,240.00 18" RCP SET 6:1 1.00 EA 1,100.00 1,100.00 Al - 1.27 30" RCP SET 6:1 1.00 EA 2,300.00 2,300.00 Al - 1.28 4' X6' GRATE INLET 1.00 EA 7,100.00 7,100.00 Al - 1.29 HYDR -MLCH, SEED, LIME & FERT (SLOPE <5 %) 220,479.00 SY 0.90 198,431.10 A 1 - 1.30 Al - 2.01 INSTL 4" TOPSOIL 220,601.00 SY 0.24 52,944.24 6" CABLE TRENCH, BACKFILL & COMPACT 3,486.00 LF 5.30 18,475.80 4,008.90 Al - 2.02 2" SCH 40 PCV CONDUIT 3,486.00 LF 1.15 Al - 2.03 #6 AWG, BARE, STRANDED SHIELD WIRE 3,486.00 LF 1.10 3,834.60 Al - 2.04 #8 AWG, TYPE C, 5000V CABLE 4,366.00 LE 1.10 4,802.60 Al - 2.05 NEW L -861 -T LED W/L -867 LIGHT BASE IN CONC 111.00 EA 820.00 91,020.00 Al - 2.06 NEW L -850 RWY WIL -868 LIGHT BASE EDGE LIGHT IN TWY 2.00 EA 2,200.00 4,400.00 Al - 2.07 REM & SALV EXIST MITL FIXTR 112.00 EA 88.00 9,856.00 Al - 2.08 RECONNECT EXIST SERIES CIRCUIT 8.00 EA 290.00 2,320.00 Al - 2.09 UNDERGROUND DUCT VENT AND DRAIN POINT 1.00 EA 640.00 640.00 Al 2.10 CIRUIT ISOLATION POINT 1N L -867 CAN 1.00 EA 610.00 610.00 Al - 2.11 NEW 2 X 2 DUCTBANK 450.00 LF 29.00 13,050.00 Al - 2.12 NEW 12 X 40 L -867 DUCTBANK TERMINATOR 10.00 EA 1,200.00 12,000.00 Al - 2.13 NEW DUCT MARKER 4.00 EA 120.00 480.00 Al - 2.14 UNDER PAV BORED 3" CONDUIT 80.00 LF 53.00 4,240.00 Al - 3.01 6" CABLE TRENCH, BACKFILL & COMPACT 300.00 LF 5.30 1,590.00 Al - 3.02 #6 AWG, BARE, STRANDED SHIELD WIRE 300.00. LF 1.10 330.00 Al - 3.03 #8 AWG, TYPE C, 5000V CABLE 660.00 LF 1.10 726.00. Al - 3.04 2" SCH 40 PCV CONDUIT 300.00 LF 1.15 345.00 Al - 3.05 REM & SALV EXIST LIGHTED SIGN 20.00 EA 590.00 .11,800.00 Al - 3.06 1NSTL NEW SIZE 2, STYLE 2, 2 LED SIGN -2 MOD 16.00 EA 4,900.00 78,400.00 Al - 3.07 1NSTL NEW SIZE 2, STYLE 2, 2 LED SIGN -4 MOD 4.00 EA 6,800.00 27,200.00 -- GRAND TOTAL FOR ADDITIVE ALTERNATE# 1: $3,410,993.17 A2 - 1.01 MOBILIZATION, INSURANCE, ETC. 1.00 LS 17,800.00 • 17,800.00 A2 - 1.02 COLD MILLING ASPH PAV 10,566.00 SY 2.30 24,301.80 6,695.30 3,162.00 34,330.80 A2 - 1.03 UNCLASSIFIED EXCAVATION 2,911.00 CY 2.30 A2 - 1.04 ONSITE BORROW EMBANK 1,020.00 CY 3.10 A2 - 1.05 6" LIME SG 12,261.00 SY 2.80 A2 - 1.06 HYDRATED LIME FOR SG (8 %) 248.00 TON 180.00 44,640.00 Page 7 of 10 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 912,604 00 4,880 00 9,760 00 A2 - 1.07 11" PORTLAND CEMENT CONC PAV 11,852.00 SY 77.00 A2 - 1.08 YELL TWY MRK (REFL) 1,220.00 SF 4.00 A2 - 1.09 BLK RWY & TWY MRK (NON -REFL) 2,440.00 SF 4.00 A2 - 1.10 HYDR -MLCH, SEED, LIME & FERT (SLOPE <5 %) 407.00 SY 0.90 366.30 A2 - 1.11 BONDED FBR MTRX MLCH, SEED, LIME & FERT (4' ADJC T 260.00 SY 1.00 260.00 A2 - 1.12 STRIP & STKPL TOPSOIL 667.00 SY 0.47 313.49 J A2 - 1.13 INSTL 4" TOPSOIL 667.00 SY 0.47 _ 313.49 -- GRAND TOTAL FOR ADDITIVE ALTERNATE# 2: $1,059,427.18 A3 - 1.01 BARRICADES, SIGNS & TRAFFIC HANDLING 1.00 LS 16,500.00 16,500.00 A3 - 1.02 REM & DISPOSE EXIST CULV 578.00 LF 21.00 12,138.00 A3 - 1.03 REM & REPL FENCE 60.00 LF 90.00 5,400.00 A3 - 1..04 EXCAVATION (CHANNEL/DITCH) 336.00 CY 21.00 7,056.00 9,600.00 16,500.00 A3 - 1.05 DITCH CLEANING & RESHAPING 2,400.00 LF 4.00 A3 - 1.06 CEMENT STABILIZED BACKFILL 250.00 CY 66.00 A3 - 1.07 RIPRAP (CONC)(5 ") 250.00 CY 480.00 120,000.00 6,528.00 A3 - 1.08 15" CL N RCP 192.00 LF 34.00 A3 - 1.09 18" CL IV RCP 258.00 LF 45.00 11,610.00 A3 - 1.10 24" CL IV RCP 64.00 LF 66.00 4,224.00 A3 - 1.11 36" CL IV RCP 27.00 LF 60.00 1,620.00 A3 - 1.12 15" RCP SET 6:1 12.00 EA 990.00 11,880.00 A3 - 1.13 18" RCP SET 6:1 16.00 EA 900.00 14,400.00 A3 - 1.14 24" RCP SET 6:1 2.00 EA 1,200.00 2,400.00 A3 - 1.15 36" RCP SET 6:1 2.00 EA 1,600.00 3,200.00 A3 - 1.16 CUT & RESTORE HMAC PAV 128.00 SY 39.00 4,992.00 A3 - 1.17 CUT & RESTORE CONC PAV 64.00 SY 160.00 10,240.00 A3 - 1.18 BONDED FBRMTRX MLCH, SEED, LIME & FERT 13,137.00 SY 1.00 13,137.00 A3 - 1.19 12" EROSION CONTROL LOGS 315.00 LF 5.90 1,858.50 A3 - 1.20 MOBILIZATION / DEMOBILIZATION 1.00 LS 24,200.00 24,200.00 -- GRAND TOTAL FOR ADDITIVE ALTERNATE# 3: $297,483.50 A4 - 1.01 SITE PREP && FDN FOR FAA PROVIDED MALSR SHLTR 1.00 LS 21,100.00 21,100.00 A4 - 1.02 INSTL FAA PROVIDED SHLTR & MALSR EQUIP 1.00 LS 21,100.00 21,100.00 A4 - 1.03 PROVIDE PEDESTAL, 200 AMP ELECTRICAL SERVICE, ETC 1.00 LS 78,400.00 78,400.00 A4 - 1.04 CNSTR NEW MALSR THRSHLD BAR W/ FAA PAR -3 8 FIXTR 1.00 LS 50,300.00 - 50,300.00 A4 - 1.05 CNSTR NEW EMT MALS BAR & FAA PAR -38 FIXTR 2.00 EA 7,000.00 14,000.00 A4 - 1.06 CNSTR NEW MG -20 LIR SPT W/ MALS BAR & PAR -38 FIXTR 5.00 EA 11,100.00 55,500.00 A4 - 1.07 CNSTR NEW MG -30 LIR SPT W/ MALS BAR & PAR-38 FIXTR 2.00 EA 15,600.00 31,200.00 Page 8 of 10 11EM DESCRIPTION QUANTITY 111 UNIT PRICE AMOUNT 22,200_00 A4 - 1.08 CNSTRNEW MG -20 LIR SPT W/ LIR SPTS W/ PAR-56, ETC 2.00 IIII 11,100.00 A4 - 1.09 CNSTRNEW MG -30 LIR SPT W/ LIR SPTS W/ PAR -56, ETC 100 El 15,600.00 46,800.00 A4 - 1.10 REM ODALS SYSEM COMPONENTS 1.00 ® 4,700.00 4,700 00 A4 - 1.11 INSTL NEW NEMA 3R, 100A PANEL BOARD & TB 1.00 11111 18,700.00 18,700 00 A4 - 1.12 4" RIGID HDPE CONDUIT (BORED) 1,200.00 ® 82.00 98,400.00 2,120.00 A4 - 1.13 TRENCH, BACKFILL & COMP 6" WIDE X 24" DEEP 400.00 LF 5.30 A4 - 1.14 TRENCH, BACKFILL & COMP 10" WIDE X 24" DEEP 2,30,5.00 111 6.20 14,291.00 A4 - 1.15 TRENCH, BACKFILL & COMP 6" WIDE X 48" DEEP 700.00 IIII 6.40 4,480.00 A4 - 1.16 TRENCH, BACKFILL & COMP 12" WIDE X 24" DEEP • 400.00 LF 8.80 3,520.00 A4 - 1.17 AIRPORT RATED 2' X 2' X 3' PULL BOX, ETC 5.00 IEEE 5,500.00 27,500.00 30,800.00 6,906.90 A4 - 1.18 TRAFFIC RATED 2' X 2' X 3' PULL BOX, ETC 7.00 4,400.00 A4 - 1.19 2" SCH 40 PCV CONDUIT 6,006.00 ® 1.15 A4 - 1.20 3" SCH 40 PCV CONDUIT 1,493.00 ® 1.50 2,239.50 10,867.50 A4 - 1.21 #1 /0 AWG BARE CU GUARD WIRE 3,105.00 ® 3.50 A4 - 1.22 #2/0 AWG, 600V, THWN 5,972.00 ® 4.90 29,262.80 9,715.20 A4 - 1.23 #2 AWG, 600V, THWN 4,048.00 LF 2.40 A4 - 1.24 #4 AWG, 600V, THWN 6,200.00 LF 1.70 10,540.00 3,332.00 A4 - 1.25 #6 AWG, 600V, THWN 2,380.00 LF 1.40 A4 - 1.26 #8 AWG, 600V, THWN 2,380.00 ® ® 1.15 1.05 2,737.00 2,608.20 A4 - 1.27 #10 AWG, 600V, THWN 2,484.00 A4 - 1.28 #12 AWG, 600V, THWN 318.00 ® 1.05 333.90 A4 - 1.29 12 PR 19 GA SHIELDED. GEL FILLED, REA I ELCO CABLE 1,718.00 LF 4.40 7,559.20 A4 - 1.30 BOX & SHIP EXIST DME TO FAA DEPOT (IN OKC) 1.00 IIIII 11,700.00 11,700.00 A4 - 1.31 VENT/ DRAIN FOR UNDERGROUND CONDUIT SYSTEM 10.00 EA 640.00 6,400.00 A4 - 1.32 LESS CNTRCTR FURN MALSR FROM SEC 8 OF BASE BID 1.00 LS - 659,196.33 - 659,196.33 /j -- GRAND TOTAL FOR ADDITIVE ALTERNATE/4 4: _- - $9,883.13 A5 - 1 ! 'r Or REL EXIST DME ANT (MECHANICAL & ELEC ONLY) 1.00 LS 4,700.00 4,700.00 A5 - 0 BOX & SHIP EXIST DME TO FAA DEPOT (IN OKC) 1.00 LS 3,500.00 3,500.00 A5 -MI REM ITEM 5.07 -1 A0 ® 4,682.79 � � Z - 4,682.79 , - 3,512.08 7 8S.13 AS - L-ff l• REM ITEM 5.08 -1.00 LS -- .GRAND TOTAL FOR ADDITIVE ALTERNATE# 5: �- 3,512.08 GRAND TOTAL $12,831,541.06 Page 9 of 10 NOTES: Bay, Ltd. herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. Bay, Ltd. acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column V) shown in this print -out by the respective estimated quantities shown in the Proposal (Column III) and then totaling the extended amounts. Si ed'I Title: .` Date: Page 10 of 10 ITEM II Ill SPEC NO. QTY IV DESCRIPTION V UNIT PRICE VI TOTAL BID SUMMARY Base Bid: Shifting of Runway 17 -35, New Connecting Taxiways A & A- 4, NAVAID Relocations $ , 0 '11' , ' d S . 2. 1. Additive Alternate No. 1: Remove Existing Interior Connecting Taxiways and Construct Interior Connecting Taxiways A -1, A -2, A -3 & L. Ad $ ,1iD, ce . a*1 Additive Alternate No. 2: North General Aviation Apron Reconstruction $ 1 0 S Li 227 1 g Additive Alternate No. 3: Pinson Drive & Infield Drainage Improvements $ q /9, 06 .A/4 ed MAL.S' on RWY 17, ` tailed $ ( 1 $ .13) Additive Alternate No. 5: Relocate Existing DME $ TOTAL $? 4 VIA t 5 !- . O 6 Notes: 1. The Owner reserves the right to reject all bids. 2. This is a unit price bid. The quantities shown are estimates. Payment will only be made for those quantities of work constructed and accepted as meeting the plans and specification requirements. 3. Bidders must bid on all Bid Schedules. The Owner reserves the right to accept any one individual Bid Schedule, all Bid Schedules, or any combination of the Bid Schedules to closely match available funding. Funding availability will be considered in selecting the Bid Schedules to be awarded. Proposal Form Page 34 of 37 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. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth 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 City Engineer, in writing, the names and addresses 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 Signed 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 - Base Bid and Add - -Alternate No. 1 work within 365 calendar days from the date designated by a Work Order. The undersigned further agrees to complete Add - Alternate No 2 and Add - Alternate No. 3, if awarded, within 180 calendar days from date designated by the same 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) : ! ak.4 2 (SEAL -- IF BIDDER TS a Corporation) Respectfully submitted: Name: ctua L4. _s�-` By Address: Q C 1-SIGN URE) J �4 1�x ��u � (P.C. Box) (Street) (City) (State) (Zip) Telephone: �� - ) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form Page 35 of 37 (Revised August 2000) PERFORMANCE BOND STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: BOND No. 929532454 That Berry Contracting, LP dba Bay, Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ( "Principal "), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of TWELVE MILLION, EIGHT HUNDRED FORTY -ONE THOUSAND, FOUR HUNDRED NINETEEN AND 06/100 U.S. Dollars ($12,841,419.06 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 11TH of SEPTEMBER , 2012, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 EXTENSION /DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NOS. E11046, E11122, E11123 (TOTAL BASE BID 4. ADD.ALTS. #1, #2, #3: $12,841,419.06) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Performance Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the ITH day of SEPTEMBER , 2012. PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. By: Title: , . cz r', 4 tr ATTEST: PZ52M& TiQ Secreta ry Address: P.O. BOX 9908 SURETY CONTINENTAL CASUALTY COMPANY By: -- Att -in -fact MARY ELLEN MOORE Address: 5151 SAN FELIPE, SUITE 1800 CORPUS CHRISTI, TEXAS 78469 HOUSTON, TEXAS 77056 (Rev. Date May 2011) Telephone: 713- 513 -6303 Fax: 713 - 513 -6296 E -Mail: larry.schmidt @cnasurety.com Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY Address: 500 N. SHORELINE BLVD., SUITE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) Telephone: 361 -883 -1711 (State) (Zip) E -Mail: rm1 @s- gins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 PAYMENT BOND STATE OF TEXAS § BOND No. 929532454 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Berry Contracting, LP dba Bay, Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ( "Principal "), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of TWELVE MILLION, EIGHT HUNDRED FORTY -ONE THOUSAND, FOUR HUNDRED NINETEEN AND 06/100 U.S. Dollars ($ 12,841,419.06 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 11TH day of SEPTEMBER, 2012 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 EXTENSION /DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NOS. E11046, E11122, E11123 (TOTAL BASE BID + ADD.ALTS. #1, #2, #3: $12,841,419.06) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 18TH day of SEPTEMBER , 2012. PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. By: Title: S. s GA- ■ � N15 r. ATTEST: 1).6,(1fry bk. -TAA/YYVYYltfi._( Secretary SURETY CONTINENTAL CASUALTY COMPANY Address: P.O. BOX 9908 Address: 5151 SAN FELIPE, SUITE 1800 CORPUS CHRISTI, TEXAS 78469 HOUSTON, TEXAS 77056 Rev. Date May 2011 Telephone: 713-513-6303 Fax: 713- 513 -6296 E -Mail: larry.schmidt @cnasurety.com Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY Address: 500 N. SHORELINE BLVD., SUITE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (Zip) Telephone: 361- 883 -1711 EA4aR:rml@s-gins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies "), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint R M Lee, Mary Ellen Moore, Tami J Duncan, Steve Addkison, Cathleen Hayles, Danielle Harris, Individually of Corpus Christi, TX, their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 9th day of February, 2012. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Stathy Darcy error Vice President State of Illinois, County of Cook, ss: On this 9th day of February, 2012, before me personally came Stathy Darcy to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. efFICAL SEAL ELIZA PRIG NOTARY AMC •87AIECCiares Y4cori ae mos00J17t My Con mission Expires September 17, 2013 Eliza Price CERTIFICATE Notary Public I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is stilt in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 18TH day of SEPTEMBER , 2012 . Form F6853 -1 /2011 JULY 31. 1902 • Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. Rbika>Jkis Assistant Secretary State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 80804 Telephone: (312) 822 -5000 You may alsowre to CNA Surety at P.O. Box 1088, Houston, Texas 77251 -1088. You may cgn�ta t corn plaints of Insurance to obtain Information on companies, coverages, P 1400.252.9 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512 -475 -1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first If the dispute is not resolved you may contact the Texas Department of insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for information only and does not become a part or condition of the attached documents. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME al L.4. STREET: 1+A .tiro l'ec u% c .-s - CITY: .0� k2.A.. Q a s` -% ZIP: 7814'02_ FIRM is: 1. Corporation 5. Other 2. Partnership 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) �(s 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee NIA 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant • CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: ga Avg �. (Type or Pri Signature of Certifying Person: 3 Proposal Form Page 36 of 37 4� Title: '1 .,> '%,_,-"f, 'bn5 Date: i ` . t 2. Ali falr DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non - profit organizations. d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 37 of 37 ,AcoRIEY BERGPCI • OP IDs BRNI DaTE (lutn"tmorYYnr} CERTIFICATE OF LIABILITY INSURANCE 09 lDflC THIS CERTIFICATE I5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the . certificate holder in Berl of such endorsement(s). PRODUCER - 361- 883 -1711 A Higginbotham 8 Gordon Ins Agcy -CC 361 -844 -0101 A Higginbotham Company PO Box 870 Corpus Christi, TX 78403 -0870 Randal M Lee NAg' " NAME: PHONE 361$83 -1711 Ilia, Nol: 361-844 -0101 EL E <tr. ADDRESS: INSURERS) AFFORDING COVERAGE — NAIL # INSURER A: Ace American Insurance Co 22667 INSURED Berry Contracting, LP dba Bay, Ltd. P.O. Box 48668 Corpus Christi, TX 78469 -4858 INSURER. B: Ace Property& Casualty lns Co 20699 INSURER C : Illinois Union insurance Co 27960 INSURER D : HDQG2tla33950 INSURER E : 05120/13 / V INSURER F: (#1) $ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF IN RANGE ` ADDL INSR SUER WVD POLICY NUMBER POLICY EFF (MINDDITYYYl, POLICY EXP {MM1DI]IYYYYL LIMITS A GENERAL LIABILITY • COMMERCIAL GENERAL LIABILITY I X OCCUR HDQG2tla33950 0$120712 05120/13 / V EACH OCCURRENCE $ 1,000,000 X DAMAGE PREMISES (Ea occurrence) 5 100,000 CLAIMS -MADE MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ $ /1,000,000 i/ 10,000,000 GENERAL AGGREGATE GEMLAGGREGATE LIMIT APPLIES PER: POLICY X JPER , LOC PRODUCTS - COMP /OP AGG $ 55,000,000 $ A AUTOMOBILE X — LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS / ISAH08695982 05/20/12 05720!13 SINGLE LIMIT COMBINED BI EI $ 1,000,000 BaDILY INJURY (Per person) $ SCHEDULED AUTOS BODILY INJURY (Per accident) $ AUTOS PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LAB X OCCUR CLAIMS -MADE X00025900090 01$12{}112 051209 vir EACH OCCURRENCE $ 25,000,000 AGGREGATE $ 25,000,000 25,000 OED I X 1 RETENTIONS $ A WORKERS COMPENSATION vf AND EMPLOYERS' LIABILITY Y! N ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED? 1 N I (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N 1 A WLRC4S781454 05/20/12 - 0312i11 j3 / WCSTATU- 0TH- X TORY LIMITS I ER E.L. ACCIDENT $ $ 1,000,000 1,000,000 DISEASE E.LDISEASE- EAEMPLOYEE EL DISEASE - POLICY LIMIT $ 1,000,000 C Contractors Pollution CPYG24545332005 05/20/12 05/20/13 Condition Aggregate 25,000,000 25,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS f VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) See attached notepad for additional coverage information. Project; Corpus Christi International Airport Runway 17 -35 Extension /Displacement and Connecting Taxiway - Project Nos. E11046, E11122, E11123. CANCELLATION City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator PO Box 9277 !Corpus Christi, TX 78469 -9277 CICO -CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks Of ACORD NOTEPAD - INSURED'SNAME Berry Contracting, LP BERGPCI OP ID: BRNI PAGE 2 DATE 09/18112 General Liability: The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization CG2010 10/01, and Additional Insured - Owners, Lessees or Contractors -- Completed Operations CG2037 10/01. The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05/09. The General Liability policy includes a primary and non- contributory endorsement - Non - Contributory Endorsement For Additional Insureds Form LD -20287 (06/06) only when there is a written contract requiring such. Automobile: The Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Designated Persons or Organizations DA -9U74a (04/11). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others DA -13115 (12/02). Workers Compensation: The Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Our Right to Recover From Others. Endorsement WC000313 11/05 S Texas Waiver of Our Right to Recover From Others Endorsement WC420304A (1/00). The Workers Compensation policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492. The Workers Compensation policy includes Outer Continental Shelf Lands Act Coverage Endorsement WC000109A 0492. The Workers Compensation policy includes Maritime Coverage Endorsement - Limits of Liability $1,000,000 Each Accident /Aggregate, and includes Transportation; Wages, Maintenance S Cure WC000201A 0492. The Workers Compensation policy includes Voluntary Compensation Employers Liability Coverage Endorsement WC000311A 08/91 & Voluntary Compensation Maritime Coverage Endorsement WC000203 (4/B4). The Workers Compensation policy includes a blanket automatic alternate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Alternate Employer Endorsement WC000301A Ed 02/89. NOTEPAD: HOLDER CODE CICO -CC !NSUReDrs NAME Berry Contracting, LP BERGPCI PAGE 3 OP ID: BRNI DATE 09/18/12 CERTIFICATE HOLDER: City of Corpus Christi The General Liability ppooll includes Commercial General Liability Coverage Form - C 0001207. The General Liability, Auto & Workers Compensation policies includes an endorsement hat 30 days' notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. General Liability Notice to Others Endorsement - Schedule Notice by Insured's Representative ALL -32686 (01111], Auto - Notice to Others Endorsement - Schedule Notice by nsured's Representative ALL - 32686 (01111) & Workers Compensation - Notice to Others Endorsement - Schedule Notice by Insured's Representative WC 99 03 69 (01/11). POLICY NUMBER: LIDO 626438950 Berry Contracting, LP dba Bay, Ltd. Policy Term: 05/20/12 to 05/20/13 ENDT. #34 COMMERCIAL GENERAL LIABILITY CG20101001 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR v CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART yyy/// SCHEDULE Name of Person or Organization: Any owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executer prior to the date of loss. City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 (If no entry appears above, information required to complete this endorsement will be shown in the l]eciarations as applicable to this endorsement,) A. Section it — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. S. With respect to the Insurance afforded to these additional Insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (9) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. /(320,10/)„, R.M. Lee Swantner & Gordon Insurance Agency, LLC CG 201010 01 © ISO Properties, Inc., 2000 Page ,I of 1 Q 62 POLICY NUMBER: HDO G26438950 Berry Contracting, LP dba Bay, Ltd. Policy Term: 05/20/12 to 05/20/13 EN DT. #32 COMMERCIAL GENERAL LIABILITY CG20371001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE - Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the data of loss. City of Corpus Christi, Dept. of Engineering Services Location and Description of Completed Operations: All locations where you are performing work for such additional insured pursuant to any such written contract. PO Sox 9277, Corpus Christi, TX 78469 -9277 Additional Premium: included (If no entry appears above, information required to complete this endorsement will be shown in the Declarafions as applicable to this endorsement.) Section It — Who Is An Insured is amended to include as an Insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work" at the location designated and described in the schedule of this en- dorsement performed for that insured and included in the "products - completed operations hazard." CG 20.37 10 01 Caryet R.M. Lee Swantner & Gordon Insurance Agency, LLC et ISO Properties, Inc„ 2000 Page 1 of 1 60 POLICY NUMBER: ISA H08695982 ENDT. 118 Named Insured Berry GP, Inc., Berry Coitracting, LP dba Bay, Ltd. Policy Symbol Policy Number V ADDITIONAL INSURED — / DESIGNATED PERSONS OR ORGANIZATIONS Policy Period ISA JH08695982 05/20/2012 to 05/20/2013 Issued By (Name of Insurance Company) ACE American Insurance Company Endorsement Number 8 Effective Date of Endorsement "'—'" The above is required 10 be compreted only when this endorsement is issued subsequent to the preparation or the Polo . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM GARAGE COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional Insured(s): Any pet-son or organization whom you have agreed to include as an additions], insured under a written contrast, provided such contract was executed prior to the date of loss. A. For a covered "auto," Who is Insured is amended to include as an Insured the persons or organizations named in this endorsement. However, these persons or organizations are an "Insured" only for "body injury" or "property damage" resulting from acts or omissions of: 1. You. 2. Any of your "employees" or agents. 3. Any person operating a covered "auto" with permission from you. any of your "employees" or agents. The persons or organizations named in this endorsement are not liable for payment of your premium. City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 B. "s/7 J Authorized Representative DA -9U74a (04111) Page 1 of 1 29 POLICY NUMBER: HDO 628438950 'j/ ENUT. #29 NOTICE TO OTHERS ENDORSEMENT w SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Endorsement Number Parry GP, Inc., Berry Contracting, LP dba Bay, Ltd. 29 Policy Symbol Policy Number _ I Policy Period , /4Effective Date of Endorsement ED0 626438950 VI 05/20/2012 to 05/20/2013 y Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only When this endorsement is issued subsequent to the preparation of the �opry, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. if we cancel the Policy prior to its expiration dale by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the `Schedule) by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. D. The notice referenced in this endorsement as provided by your representative is Intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or arganization(s) shown in the Schedule wilt impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. e will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations fisted in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of the Policy remain unchanged Authorized Representative ALL -32686 (01/11) Page 1 of 1 57 POLICY NUMBER: ISA H08695982 / ENDT. #12 NOTICE TO OTHERS ENDORSEMENT- SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Berry GP, Inc., Berry Contracting, LP dba Bay, Ltd. Endorsement Number 12 Policy Symbol IS7 Policy Number J H06695982 Policy Period 05/20/2012 to 05/20/2013 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insertthe policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule ") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Poticy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of the Policy remain unchanged Authorized Representative ALL -32686 (01/11) Page 1 of 1 34 Named insured BERRY GP, INC. , Berry Contracting, LP dba P.O. BOX 4858 Bay, Ltd. CORPUS CHRISTI TX 784694858 Workers` Compensation and Employers` Liability Policy Endorsement Number Policy Number Symbol: WLR Number: C46781454 Policy Period 05 -20 -2012 TO 05-20-2013 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Effective Date of Endorsement 05-20-2012 Insert the policy number. The remainder of the information is to be completed only when Ns endorsement is issued subsequent to the preparation of the lic . f NOTICE TO OTHERS ENDORSEMENT — SCHEDULE 1 J/ NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the °Schedule ") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 69 (01/11) 2885 Page 1 of 1 22