Loading...
HomeMy WebLinkAboutC2013-148 - 3/26/2013 - Approved .. Jl'� � .1 I . n,%,%, -!....�,zl, .�,.�F.-,:-­ 2013 1. 3 ` rte u a 3/2G ` F �` M2D13-D53 y' rvs ,�,r,a� z z� w :'�:. 9.F r.,r l Bid IUt[�. a , y 1 1 v ,.-s -.r :, �,m,�,.y 1 �./ J.V '�" i��v ,:`+ �' �i t_{7 '' r I .. _. =:mot 4.('. --:1 n i l z �` ; v ;ih I : i �+E r�ayy yy�� YY y�y g 7�� R+ �y W" i� RS .S.A R* r Sr i51 i� �i. lid /y t ..- , p j r 1 -•S •,� i b� 3 ; S i s ' ET "' t = lY ''s x t,.—,�s r% r 8 P I C ' CD N 1. t - e ° a ,t 11 .f t uhf. ? F �, ��� 7 /. .. ;411 3 c 1. 1 ) 7 C 1.- 1 �� .� IFS y \; r z< j 7~1. a � .:�f.11 - -i" _ t tt i ,-.1,1 _ r - - _ 'Y r. y 1.J r', �y ti y r `,r` J, �', L ' . . ,:�...,..-I... . . ,. ,,� fl".:.",.".;, . . ".r/ /yam _ _ . r i= i Z h /, l i PREPARED tk.1. /< ! '' i ;1. G 8OQ N' Shrs��li li Blvd Stx�t 16QQN 11 I r i Cxpu ` Cr, s ,,,,- T S ... Ph 6n6, 36 ./.56 ,654 0 ' _. F'' c 361/:56T "65Q '';' =1 QR - ,� { G �� I bEv kTk,," C ::ENC l , , .-1 ild ERVICES 1 1. Y� / 'GSi/y Tel ry�� (frr�. eS�1 , '. , 7.;�_ city 1JF f Wbl;J . '4:�il�.ih.7.-'�L A i '�.4`: X-A' 7 r _r ;, K :`I E Fat 361°/� 3Q 350.1 . . -j::., �!".,�!,. � - - ...�_ .. '.., ..�� .� j.., I...] I � L. ; , x[ ' 1 , i 6 �' #�. WL,1 MR Y: s. . ., �' NIGH{)LAS R C G VA p J "'' � , ! PRUJECT N� :, E Q10Q �� }411 „ .. f � f � ., —:� '. . F� . ”,. ,:%. '�: .... � t' TX�i-S REG;SEC , � .. . . I L. . . . � . E�GIE FERIiV F R " F 214.4 "t j �.wi�/ i . , s. 1 000110 TABLE OF CONTENTS f, r Division 00 Procurement and Contracting Requirements 000110 Table of Contents 00 01.is list of Drawing Sheets 001116 invitation.to Bid 002113 instructions to Bidders 00 42 23 Sid Form 00 42 23.01 Proposal and Disclosure of interest and RTA Forms 010 42 23.02 Vendor Compliance to State law 004 4 P.-.nMet of 1FAe Dr.F_Questionnairn,FOFFA„�` 00 43 43 Wage Rates 004516 Statement of Qualifications 00 52 23 Contract Agreement 00"6113.13 Performance Bond Form 00 6113.16 Payment Bond Form 006216 Certificate of Insurance — 00 6216.01 Workers'Compensation insurance 007200 Standard General Conditions 007300 Supplementary Conditions W9113 Addenda ( if applicable) Division 011 General Requirements 011100 Summary of Work 012310 Alternates and Allowances €}12900 Payment Procedures 013100 Project Management and Coordination 0113113 Project Coordination 01 3113.13 Forms 013216 Construction Progress Schedule 013236 Video and Photographic Documentation Table of Contents 00 0110-1 COR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),EL0100 January 16,2013 013300 Submittal Procedures 013500 Special Procedures 014000 (duality Requirements 015000 Temporary Facilities and Controls 015700 Temporary Controls 015723 Temporary Storm Water Pollution Control 016000 Product Requirements 017000 Execution and Closeout Requirements 017423 Final Cleaning 017823 Operations and Maintenance Data Division 02 Standard and Technical Specifications 02 00 01 Mobilization 020100 Survey Monuments S49 021020 Site Clearing and Stripping S5 021040 Site Grading S6 02 10 80 Removing Old Structures S55 02 20 20 Excavation and BackfilI for Utilities and Sewers 02 20 21 Control of Ground Water 02 20 22 Trench Safety For Excavations 02 20 40 Street Excavation 02 20 60 Channel Excavation 02 20 80 Embankment 022100 Select Material S15 02 24 20 Silt Fence S97 02 52 02 Scarifying and Reshaping Base Course S23 02 52 05 Pavement Repair,Curb,Gutter,Sidewalk and Driveway Replacement S54 02527-3 Crushed L€mestone Flexible Base 025404 Asphalts,Oils and Emulsions S29 025412 Prune Coat(Asphaltic Material Only)S30 4 02 5414 Aggregate for Surface Treatment and Seal Coats S35 02.5418 Surface Treatment S32 02 54 24 Nat Mix Asphaltic Concrete Pavement(Class A)534 Table of Contents 00 0110-2 COR10350—Y0RICT0VVN BLVD.PHASE 2—CIMARRON BLVD,TO ROOD FIELD RD.(BOND 2012),E10100 January 16,2013 025609 In lets 563 02 5610 Concrete Curb and Gutter S52 025612 Concrete Sidewalks and Driveways 553 025614 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 025302 Temporary Traffic Controls During Construction 02 58 05 Abbreviated Pavement Markings 5101 - 02 58 07 Pavement Markings(Paint and Thermoplastic)S45 02 5813 Preformed Striping and Emblems 025816 Raised Pavement Markers and Traffic Buttons 025818 Reference-Pavement Markers(Reflectorized)(TXDOT D-9-4200) 02 58 28 Reference-Bituminous Adhesive for Pavement Markers(TX00T D-9-6130) 026201 Waterline Riser Assemblies S79 02 62 02 Hydrostatic Testing of Pressure Systems S 02 62 04 PVC Pipe for Irrigation—ASTM D2241 02 62 06 Ductile Iron Pipe and Fittings S81 -- 026210 PVC Pipe—AWWA C90O and 0905 Pressure Pipe S83 026214 Grouting Abandoned Utility Lines 53 02 64 02 Waterlines S88 026404 Water Service Lines 587 026409 Tapping Sleeves and Tapping Valves S84 026411 Gate Valves for Waterlines S85 026416 Fire Hydrants S86 027202 Manholes 562 027402 Reinforced Concrete Pipe Culverts S6O 02 74 04 Concrete Box Culverts 566 027611 Televlsion Inspection of Conduits 02 80 20 Seeding S14 02 80 40 Sodding S8 028061 Landscaping 028100 Irrigation Systems 029200 Mailbox Relocation 02'.8300 Fence Relocation S12 Fable of Contents 00 0110-3 COR10350-YORKTOWN BLVD.PHASE 2-CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 January 16,2013 028320 Chain Link Fence 570 02 86 80 Colored Concrete Pavement 029001 Landscape Maintenance 03 00 20 Portland Cement Concrete S40 03 20 20 Reinforcing Steel 542 038000 Concrete Structures 541 05 54 20 games,Grates, Rings and Covers S57 Appendix Description A C+uazite PG2436BA24 Stackable Open Bottom Assembly 8 Electrical Service Pole(AEP) C Geotechnical Deport D Regional Transportation Authority(RTA)Contract Documents END SECTION 'Fable of Contents 00 0110-4 COR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD P.D.(BOND 2012),E10100 January 16,2013 000115 LIST OF DRAWING SHEETS 1 TITLE SHEET/VICINITY MAP 2 DRAWING INDEX/DRAWING LEGEND 3 PROJECT LOCATION MAP 4 GENERAL NOTES 5 ESTIMATED QUANTITIES SUMMARY/TESTING SCHEDULE 6 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.SS+90 7 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.60+00 8 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.63+00 — 9 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.74-x€70 10 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.77+00 11 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.86+00 12 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.88+50 13 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA.96+00 14 DEMOLITION/REMOVAL SUMMARY 1S DEMOL1710WREMOVAL SUMMARY 16 DEMOLITION/REMOVAL SUMMARY 17 EXISTING TOPOGRAPHY PLAN STA.53+00 TO STA.56+50 18 EXISTING TOPOGRAPHY PLAN STA.56+54 TO STA.61+50 19 EXISTING TOPOGRAPHY PLAN STA.61+50 TO STA.66 .50 20 EXISTING TOPOGRAPHY PLAN STA.66+50 TO STA.71+50 21 EXISTING TOPOGRAPHY FLAN STA.71+50 TO STA.76+50 22 EXISTING TOPOGRAPHY FLAN STA.76+50 TO STA.81+50 - 23 EXISTING TOPOGRAPHY PLAN STA.81+50 TO STA.86+50 24 EXISTING TOPOGRAPHY PLAN STA.86+50 TO STA.91+50 25 EXISTING TOPOGRAPHY PLAN STA.91+50 TO 5TA.96+50 26 EXISTING TOPOGRAPHY PLAN STA.96+50 TO STA.101+50 27 EXISTING TOPOGRAPHY PLAN STA.101+50 TO END 28 PROJECT CONTROL POINTS 29 PROJECT CONTROL POINTS 30 EXISTING WASTEWATER AND WATERLINE BASE MAP 31 EXISTING STORM WATER AND GAS LINE BASE MAP 32 WATERLINE(PLAN&PROFILE)STA.53+00 TO STA.56+50 List of Drawing sheets 00 0115-1 i OR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 January 16:2013 33 WATERLINE(PLAIN&PROFILE)STA.56+50 TO STA.61+50 34 WATERLINE(PLAN&PROFILE)STA.61+50 TO STA.66+50 35 WATERLINE(PLAN&PROFILE)STA.66- 50 TO STA.71+50 - 36 WATERLINE(PLAN&PROFILE)STA.71+50 TO STA.76+50 37 WATERLINE(PLAIN&PROFILE)STA.76+50 TO STA.81+50 38 WATERLINE(PLAN&PROFILE)STA.81+50 TO STA.86+50 35 WATERLINE(PLAN&PROFILE)STA.86+50 TO STA.91+50 4€3 WATERLINE(PLAN&PROFILE)STA,91+50 TO STA.96+S0 41 WATERLINE(PLAIN&PROFILE)STA.96+50 TO STA.101+50 42 WATERLINE(PLAN&PROFILE)STA.101+50 TO END 43 WATERLINE TIE-IN CONNECTIONS 44 WATERLINE TIE-IN CONNECTIONS AND DETAILS - 45-49 STANDARD WATER DETAILS--SHEETS 1-5 50 STROM WATER DRAINAGE AREA MAP 51 STREET AND STORM WATER(PLAN AND PROFILE)STA,53+00 TO STA.56+50 52 STREET AND STORM WATER(PLAN AND PROFILE)STA.56+50 TO STA.61+50 53 STREET AND STORM WATER(PLAN AND PROFILE)STA.61+SO TO STA.66+50 S4 STREET AND STORM WATER(PLAN AND PROFILE)STA.66+5€3 TO STA:71+50 SS STREET AND STORM WATER(PLAN AND PROFILE)STA.71+50 TO STA.76++50 56 STREET AND STORM MATER(PLAN AND PROFILE)STA.76+S0 TO STA.81+50 57 STREET AND STORM WATER(PLAN AND PROFILE)STA.81+50 TO STA.86+50 58 STREET AND STORM WATER PLAN AND PROFILE STA.86+50 TO STA.91+50 59 STREET AND STORM WATER PLAN AND PROFILE STA.91+50 TO STA.96+50 60 STREET AND STORM WATER PLATY AND PROFILE STA.96+50 TO STA.101+50 61 STREET AND STORM WATER PLAN AND PROFILE STA.101+50 TO END 62 STORM WATER(PLAN AND PROFILE)STA.00+00 TO STA.4450(BASELINE 181) 63 STORM WATER(PLAN AND PROFILE)STA.4+50 TO STA.9+50(BASELINE V) 64 STORM WATER(PLAN AND PROFILE)STA.9+50 TO END(BASELINE`T3') 65 STORM WATER ENLARGEMENT PLAN 66-68 STORM WATER LATERALS—SHEETS 1-3 69-72 STORM WATER MISCELLANEOUS DETAILS--SHEETS 1-4 73 EXISTING HEADWALL PLAN AND DETAILS 74 MISCELLANEOUS DETAILS µ . 75-76 STANDARD STORM WATER DE'T'AILS—SHEETS 1-2 List of[hawing Sheets 000115-2 COR10350,--VORKTOVjN BLVD.PHASE 2—CIMARRON BLVD.TO RUIN?FIELD RD.(BOND 2D1Z),E10100 January 16,2013 C- 77 CURB,GUTTER AND SIDEWALK STANDARD DETAILS 78 CURB RAMP DETAILS 79-81 TYPICAL DRIVEWAY DETAILS—SHEETS 1--3 82 MISCELLANEOUS DETAILS 83 BILL WITT PARK ENTRANCE IMPROVEMENTS-PLAN 84 BILL WITI"PARK PAVEMENT DETAILS 85 ADDITIVE ALTERNATE NO.2 BUS PAD DETAILS 86 FENCE DETAILS 87 STRIPING PLAN STA.53+00 TO 66+75 88 STRIPING PLAN STA.66+75 TO 82+75 89 STRIPING PLAN STA.82+75 TO 98+75 9fl STRIPING PLAN STA.98+75 TO END 91 SIGNAGE PLAN STA.53+00 TO 66+75 9,2 SIGNAGE PLAN STA.66+75 TO 82+75 93 SIGNAGE PLAN STA.82+75 TO 96+75 94 SIGNAGE PLAN STA.96+75 TO END 95 CONDUIT LAYOUT PLAN STA.53+00 TO STA,66+75 96 CONDUIT LAYOUT PLAN STA.66+75 TO STA.82+75 97 CONDUIT LAYOUT PLAN STA.82+75 TO STA.99+75 98 CONDUIT LAYOUT PLAN STA.98+75 TO END 99 STORM WATER POLLUTION PREVENTION PLAN STA,53+00 TO STA.66+75 100 STORM WATER POLLUTION PREVENTION PLAN STA.66+75 TO STA.82+75 1€31 STORM WATER POLLUTION PREVENTION PLAN STA.82+75 TO STA.98+75 102 STORM WATER POLLUTION PREVENTION PLAN STA.98+75 TO END 103 STORM WATER POLLUTION PREVENTION PLAN STA.0+00 TO STA.13+35(BASELINE 10:4 STORM WATER POLLUTION PREVENTION PLAN AND NOTES 105 STORM WATER ENVIRONMENTAL PERMITS, ISSUES,AND CONCERNS(EPIC) 106 STORM WATER POLLUTION PREVENTION DETAILS 107-108 TRAFFIC CONTROL PLAN ADVANCE WARNING SIGNAGE 109 TRAFFIC CONTROL PLAN SEQUENCING, NOTES,AND SECTIONS 110 TRAFFIC CONTROL SECTIONS YORKTOWN BLVD.—PHASES 1 AND 2 111 TRAFFIC CONTROL SECTIONS YORKTOWN BLVD.—PHASES 2,3,&4 112-115 TRAFFIC CONTROL PLAN PHASE 1—SHEETS 1 THRU 4 116-119 TRAFFIC CONTROL PLAN PHASE 2—SHEETS 1 THRU 4 List of Drawing Sheets 000115-3 CORf0350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RD.(Bt)ND 2012),E10100 January 16,2013 120 TRAFFIC CONTROL PLAN PHASE 3 121.124 TRAFFIC CONTROL PLAN PHASE 4—SHEETS 1 THRU 4 125 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 126 BARRICADEANDCONSTRUCTION PROJECT LIMIT STANDARD 127 BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT STANDARD 128 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES STANDARD 129 BARRICADE AND CONSTRUCTIONTYPICAL SIGN SUPPORT STANDARD 130 BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN(PCMS) STANDARD 131 BARRICADE AND CONSTRUCTION ARROW PANNEL, REFLECTORS,WARNING LIGHTS ATTENUATOR STANDARD 132 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 133 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 134 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD - 135 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD 136 BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD 137 SIGN MOUNTING DETAILS TRIANGULAR SLIPBASE SYSTEM 138 TRAFFIC CONTROL PLAN WORK ZONE TYPICAL DETAILS 139 WORK ZONE SHORT TERM PAVEMENT MARKINGS 140 END OF ROAD BARRICADE,TRAFFIC SIGN ASSEMBLY/INSTALLATION 141 TYPICAL STANDARD PAVEMENT MARKINGS - 142 POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS 143 PAVEMENT MARKINGS FOR"IWO-WAY LEFT TURN LANES,DIVIDED HIGHWAYS AND RURAL,LEFT TURN BAYS 144 STANDARD PAVEMENT MARKINGS--ARROWS AND WORDS 145 PERMANENT PAVEMENT MARKING DETAIL 146 CROSSWALK PAVEMENT MARKING DETAIL 147 TRAFFIC CONTROL PLAN—TCP(1-4)-12 148 TRAFFIC CONTROL PLAN--TCP(1-1)-12 149 TRAFFIC CONTROL PLAN—TCP(1-2)-12 150 BICYCLE LANE PAVEMENT MARKINGS 151 BICYCLE LANE REGULATORY SIGNS 152 LANDSCAPE PLAN SHEETS STA.53+50 TO 63+30 153 LANDSCAPE PLAN SHEETS STA.63+30 TO 73+60 154 LANDSCAPE PLAN SHEETS STA,73+60 TO 83+91 -. 155 LANDSCAPE FLAN SHEETS STA.83+91 TO 94+22 List of Drawing Sheets 000115-4 COR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO ROOD FIELD RD.(BOND 21112),E10100 January 16,2013 156 LANDSCAPE PLAN SHEETS STA.94+22 TO 104+52 157 LANDSCAPE PLAN SHEETS STA.104+52 TO 105+00 158 LANSCAPE DETAILS SHEET 159 LANSCAPE IRRIGATION PLAN SHEETS STA.53+50 TO 63+30 160 LANSCAPE IRRIGATION PLAN SHEETS STA.63+30 T€3 73+60 161 LANSCAPE IRRIGATION PLAN SHEETS STA.73+60 TO 83+191 162 LANSCAPE IRRIGATION PLAN SHEETS STA.83+91 TO 94+22 163 LANSCAPE IRRIGATION PLAN SHEETS STA.94+22 TO 104+52 164 LANSCAPE IRRIGATION PLAN SHEETS STA,. 104+52 TO 105+00 165 IRRIGATION DETAILS SHEET . 166 LANDSCAPE AND IRRIGATION NOTES END OF SECTION List of Drawing Sheets 000115-5 COR10350—YORKTOWN BLVD.PHASE a—CIMARRON BLVD.TO ROOD FIELD RD.(SOND 2012),E10100 January 16,2013 00 1116 INVITATION TO SID The City*F GoMus Chftfl is soliciting proposals for the constructions of the following Project: YORKTOWN BLVD.PHASE 2--CIMARRON BOULEVARD TO RODD FIELD R AIO BOND 2012 Prollect No. Sealed proposals must be delivered to first floor of City ill C' Secrets 's fJce 12111 Leopard Street Corpus Christi,Texas 78401 no later than 2:00 P.m..Wednesday,Februaro 13,2013.The . proposals will be publicly opened and read aloud at this time and place. Amr proposals not physically in _ f tho Cft Secrets s W ice at the time and date of bid o ni will be deerned late and nogres.p.onsive....Late grop. ls will a rOurned Unopened to the r er. The user is sale! res2grisible fo deliv MnL to--the, anyproposal,bytheip-m- user their agentfrepresentative,U.S.M iI r r d !i sertri to an Cl address or office other than the - City 5ecreta s Office will be deemed n n lye if Hart iri ion of the C' Secre s Office Prior to the date and time of psi: gpgning. Address proposals to: City Secretary's Office City of C;orous Christi 1201 Leopard Street Corpus Christi,Tesass 78401 AT TN:.Blip PROPOSAL—YOi KrOWN BLVi3.PHASE 2 CIMARRON BLVD.TO RODD FIELD RD,(BOND 2012 Pro ect No.E10100 Freese and Nichols,Inc. City of Carpus Christi - 800 N.Shoreline Blvd,Suite 160ON 1201 Leopard Street Corpus Christi,Texas 78401 Corpus Christi,Texas 78401 Nick Cecava, P.E.—Project Manager City Engineer Plans,proposal forms,specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred and no/100 Dollars($1110.00)as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mall upon receipt of an additional$10.00 which is a non-refundable postage/handling charge. A non-mandatory pre-bid conference for the Project will be held on Wednesday,January$0,2013, beginning at 10:00 a.m.The meeting will convene at the Engineering Services Main Conference Room, Third Floor,City Hall, 1201 Leopard Street,Corpus Christ!,TX,and will include a discussion of the project elements. If requested,a site visit will fellow. No r sepamte visiltationa will be conducted tnt the City, This Project consists of the complete removal of an existing rural roadway and construction of approximately 5205 LF of 4-lane divided:arterial street(two 32-ft(nominal)back-to-back of curbs)with concrete sidewalks and associated pavement marking and signage improvements;along with 6,182 LF of storm water conduit improvements, 2,603 LF of waterline improvements,street lighting improvements, landscape and irrigation improvements,and temporary traffic control;together with all appurtenances, in accordance with the plans,specifications and contract documents. Invitation to Bid {lp 1116_ COR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 January 16,2013 Bidders must submit a cashier's check,certified check,or acceptable bidder's bond in the amount of 5% of the highest amount bid with their proposal as a guarantee that the Bidder will enter into a contract for the Project with the Owner Within 15 days of Notice of Award of the Contract. The security must be payable to Owner in the amount of 5%of the bid submitted. The Bid Bond must reference YORKTOWN BLVD.,PHASE 2--CIMARRON TO RODD FIELD(BOND 2012),Project No.E10100,as identified in the Proposal.Contractor must execute the Contract,bonds and certificates of insurance on the forms provided:in the Contract Documents. Failure to provide the bid bond will constitute a non-responsive proposal which Wli not be considered. Failure to provide rewired performance and payment bands for contracts over$25,000.00 will result in forfeiture of the 5%laid 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. -- 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. Performance and Payment Bonds are required. The Owner reserves the right to adopt the most advantageous interpretation of the bids submitted in the case of ambiguity or lack of clearness in stating proposal prices,to reject any or all bids,and/or waive formalities. Rids may not be withdrawn within 30 days from date on which bids are opened. Cthr of Corpus Christi,Texas Dan Blles,P.E. Director of Engineering Services Armando Chapa City Secretary END OF.SECTION Invitation to Bid 001116-2 COR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD RELD RD.(BOND 2632),E10100 January 16,2013 006216 CERTIFICATE OF INSURANCE The Certificate of Insurance shall be provided to the Owner by the Successful Bidder prior to conforming of documents.Certificate will be included in the documents to be executed by the Owner and in the conformed construction Contract Documents. i. CONTRACrOWS I IABILI I"Y_INSURAN—C A. Contractor shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City`s Risk Manager or designee. Contractor shall: not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. S'. Contractor shall furnish to the Risk Manager or designee two(2)copies of Certificates of Insurance,with applicable policy endorsements showing the following minimum coverage by an insurance company(s)acceptable to the Risk Manager or designee. The City must be named as an additional insured for the General Liability policy,and a waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-pay Notice of Cancellation required on all certificates or by Bodily Injury and Property Damage policy endorsement(s) Per Occurrence/aggregate COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence (including): $2,000,000 Aggregate 1. Broad Form 2. Premises–Operations 3. Products/Completed Operations Hazard 4_ Contractual Liability . 5. Broad Form Property Damage 6. independent Contractors 7. Underground Hazard(if applicable) EXCESS LIABILITY(Follow Form) $1,000,000 Aggregate POLLUTION LEGAL LIABILITY $1,000,000 Per Claim Not limited to Sudden&Accidental discharge. $2,000,000 Aggregate To include long-term environmental impact for the disposal of pollutants/contaminants. Required _)L Not Required BUILDER'S RISK See.Section 5.05.A 2 Required X Not Required Certificate of Insurance 00 6216-1 COR103SO–YORKTOWN BLVD.PRASE 2–CIMARR€3N BLVD.TO RODD FIELD RD.(BOND 2012),E10100 January 16,2013 1 I I INTALLATION FLOATER See Section S.05.A 4 _ Required X Not Required BUSINESS AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit 1. Owned 2. Hired&Nan-owned 3. Leased&Rented WORKERS'COMPENSATION Which Complies With The Texas workers' (Including All States Endorsement if Contractor is Compensation Act And Paragraph 11 A.of Not Domiciled in Texas) This Exhibit. EMPLOYER`S LIABILITY $500,000{$500,0001 $500,000 C. In the event of accidents of any kind related to this project,Contractor shall furnish the Risk Manager with copies of all reports of such accidents within ten(10)clays of the accident. Contractor's insurer or agent may not issue a certificate of insurance required under this contract unless the form of the certificate:(1)has been filed with and approved by the Texas Department of Insurance(Department)under -- Tex. Ins.Code§ 1811.101;or(2)is a standard farm deemed approved by the Department under Tex. Ins. Code§ 1811.103. No requirements of this contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance farm that has not first been filed with and approved by the 'Texas Department of Insurance. 1.000 Il. ADDITIONAL REQUIREMENTS r A. Contractor must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage roust be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. Contractors not Domiciled in Texas shall provide an"All States"Endorsement. B. Contractor's financial integrity is of interest to the City;therefore,subject to Contractors right to maintain _. reasonable deductibles in such amounts as are approved by the City,Contractor shall obtain and maintain in full ford and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense,insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with are A.M.Best's rating of no less than A-VII. Certificate of Insurance 006216-2 COR10350—YORIiCTOWN BLVD.PHASE 2—CIMARRON.BLVD.TO ROIDD FIELD RD.(BOND 2012),E10100 January 1C,2013 C. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of pairticular policy terms, conditions, limitations or exclusions(except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Contractor shalt be required to comply with any such requests and shall submit a copy of the replacement.certificate of insurance to City at the address provided below within 10 days of the requested change.Contractor shall pay any costs incurred resulting from said changes.All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn.Risk Management P.O.Box 9277 Corpus Christi,TX 78469-9277 (361)926-4555-Fax i# D. Contractor agrees that with respect to.the abct+re reequired Insurance, all Insurance policies are to contain or be endorsed to contain the following required provisions: . +► Name the City and its officers,officials,employees,volunteers,and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City,with the exceptuon of the workers'compensations polio - Provide for an endorsement that the"other insuran€e"{clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy, • Workers` compensation and employers' liability policim will provide a waiver of subrogation in favor of the City,and Provide thirty (30) calendar days advance written notice directly to City of any suspension,cancellations, non-renewal or material change in coverage, and not less than ten (10) calendar clays advance written notice for nonpayment of premium. E. Within five f 5j calendar days.of a stiWension,cancellation,or non-renewal of coverage,successful Bidder shall provide a replacement Certificate of insurance and applicable endorsements to City.City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required Insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required,the City shall have the right to order Contractor to stop work hereunder,and/or withhold any payment(s)which become due to Contractor hereunder until Contractor demonstrates Lompliance with the requirements hereof. Certificate of Insurance 006216-3 CO R10350—VORKTOWN BLVD.PRASE 2—CIMARRON BLVD.TO RODD FIIwLD RD.(BOND 2012),E10100 -- �arttMsary 1.6,21113 i G. Nothing herein contained shall be construed as limiting in anyway the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. Ii. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to ry any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations ureter this agreement_ t. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. The name of the project shall be listed in the `description of operations box on the certificate of insurance. - Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 361/826-3530. ds/Legal/€tisk Management END OF SECTION Certificate of Insurance 006216-4 COR10350--YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 21112),E10100 January 16,2€113 h� 00 62 16.01 WORKERS'COMPENSATION INSURANCE 1.00 REQUIRED NOTICE 1.01 WORKEWS COMPENSATION INSURANCE COVERAGE A. Definitions- 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 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 on a project,for the duration of the project. 2. 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. 3. 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 personsto 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 from each person providing services on a project,and provide to - the governmental entity: 1, a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and 2. no later than seven days 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. Workers'Compensation Insurance 00 6216.©1.1 COR10350—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RU.(BOND 2012),E10100 Januaryr 16,2013 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractors hall 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 past on each project site a notice,in the text,fora and manner prescribed by the Texas Workers'Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to. 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 aaverage 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 yea rthereafter; 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 or, in the rase of a self insured,with the commission's Division of Self-Insurance Regulation.Providing false or misleading information may subject Workers'Compensation Insurance 0062 16.01-2 COR10350--YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD P.D.(BONE)2012),E10100 January 16,2013 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 entities 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. L. 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' y compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers'compensation insurance coverage to be replaced,then any Contractor employee not covered by the required workers' - compensation insurance coverage must not perform any work on the Project. M. 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 can 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. N. 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. Workers'Compensation I nsurance 0062 16.€x1-3 COR103SO—YORKTOWN BLVD.PHASE 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 January 16,2©13 hnportant note to Contractor: This document has important legal consequences,consultation with an attorney is encouraged with respect to the modified form and how it affects your rights and obligations.This document has been adapted to the particular circumstances of the contemplated project and the controlling Laws and Regulations applicable to a public works project where the City of Corpus Christi is Owne r. STANDARD GENES CONDITIONS OF TI3E CONSTRUCTION CONTRACT MODIFIED BY THE CITY OF CORPUS CB RISTI CITY PUBLIC WORKS PROJEC'T'S _. Prepared by ENGMFM JOI[Irr CONTRACT DOCENTS CONIMME and Issued and Pubfashed Jointly by CEC tu�ucxx Cnuaa.arEkr,�saaasc Cap American&Woty ��i of l fir$ P'rC►f�r F�l fst�s tatefl�eElcs AMMCAN COUNCIL OF ENGINEERING COWANIE:'S ASSOCIATED GENERAL CONTRARS OF AMERICA AMERICAN SOCIETY OF CAPIL.ENGMERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Praeoce Diwsion of the NATIONAL SOCIETY"OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUMON SPECIFICA'TION'S INSTITUTE Important: This docl tnent has been modified from its original EJCDC form. Substantive changes are clearly naked.Underlined test is added. 9WWA is deleted. You are encouraged to react this document carefully and consult legal counsel prior to its execution. EdCIC C-70 Standard General Coadi4ans of tbe.Comiruefion Contract Copyright 0 2007NafionalSedety ofProfessi mal i"rs for LWDC, All aril itts reserve& These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor(EJCDC C-520 or C-525,2007 Editions).Their provisions are interrelated and a change in one may necessitate a change in the ether. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents(EJCDC C-001,2007 Edition). For guidance in the preparation of Supplementary Conditions,see Guide to the separation of Supplementary Conditions(EJCDC C-800,2007 Edition). Copyright C 2007 National Society of Professional Engineers 1420 Ding Street,Alexandria,VA 22314.2794 (703)684-2882 www.mp�.org American Council of Engineering Companies 1015 15th Street N.W.,Washington,DC 20005 (202)347-7474 www.acee.or American Society of Civil Fngineers 1801 Alexander Bell Drive,Reston,'V'A 201914400 - (800)548-2723 ww.asce.ora Associated General Contractors of America 2300 Wilson Boulevard,Suite 400,Arlington,VA 22241-3308 (703)548-3115 vav�w,a�c.or� The copyright for this FJCDC document is owned jointly by the four EfCDC sponsoring organizations and held in trust for their benefit by NSPE. MCDC C-70 Stud"GOWA Qmdidom ofdw Cm9trwftn Coomd P�Vyrftht 0 2007P&t t Ee ofProfoaku at Eftimm for C. AD rights renrft& STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT MODIFIED FOR PUBLIC WORKS PROJECTS OF THE CITY OF CORPUS CE ISTI TABLE OF CONTENTS Page Article1—Definitions and Terminology...........................:..............................................................................l 1.01 Defined Terms...............................................................................................................................1 1.02 Tenninology..................................................................................................................................6 Article2—Preliminary Matters.............................................—.—.................................................................8 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................8 2.02 Copies of Documents....................................................................................................................S 2.03 Cominencement of Contract Times;Notice to Proceed....................................I..............I....-1—9 2.04 Starting the Work..........................................................................................................................9 2.05 Before Starting Construction.................................................................... .............. ...................9 2.06 Preconstruction Conference;DesigraationofAuthorized Representatives...............................10 2.07 Initial Acceptance of Schedules.................................................................................................10 Article.3--Contract Documents: Intent,Amending,Reuse..........................................................................10 3.01 Intent......................:.......................................... .........................................................................10 - 3.02 Reference Standards....................................... ........................................................................12 3.03 Reporting and Resolving Discrepancies......................... ..........................................................12 3.[14 Amending and Supplementing Contract Documents...............................................................13 3.05 Rouse of Documents...................................................................................................................13 3.06 Electronic Data............................................................................................................................14 Article 4—Availability of Lands;Subsurfacc and Physical Conditions;Hazardous Environmental Conditions,Reference Points..........................................................................................................14 4.01 Availability of Lands..................................................................................................................14 4.02 Subsurface and Physical Conditions..........---.............................................._.. .................15 4.03 Differing Subsurface or Physical Conditions....,.........................................................................15 4.04 Underground Facilities..............................................................................................................17 4.05 Reference Points............ ........................_...<.......... .............................................. .................18 4.06 Hazardous Environmental Condition at Site...............................................................................18 Article5—Bonds and Insurance............................................................I........................I................................20 5.01 Performance,Payment,,and Ocher Bonds....................... .....20 5.02 Licensed Sureties and Insurers...................................................................................................21 5.03 Certificates of Insurance...................................<.........................................................................22 — EjCDCC400Sun&4 GesieWCaudiSms of she Coostru*m Conawt CepyagMO M7 Nsdonatged*efPro6essional Engineers fsr EJCDC.ASE AgWretrvaL 5.44 Contractor's Insurance................................................................................................................23 5.45 Owner's Liability Insurance.......................................................................................................24 PropertyInsurance.... .................................................................................................................25 5.07 Waiver of Rights.........................................................................................................................26 5.05 Receipt and Application of Insurance Proceeds........................................................................27 5.09 Acceptance of Bonds and Insurance,Option to Replace....................... 5.10 Partial Utilization,Acknowledgment of Property Insurer.........................................................28 5.11 Owner's Insurance for Project..........---..................................................................................28 Article6-Contractor's Responsibilities........................................................................................................28 6.01 Supervision and Superintendece..............................................................................................28 6.02 Labor;Working Hours.........--.............. ........ ............................-............. .................. ......-.29 -. 6.03 Services,Materials,and Equipment........-- .........................................................................32 6.04 Progress Schedule......................................................... ......................... ................. .............32 6,05 Substitutes and-Or Equals........................................................................................................33 6.06 Concerning Subcontractors,Suppliers, and Others...................................................................35 6.07 Patent Fees and Royalties.............................................................................................................37 6.08 Permits..........................................................................................................................................37 6.09 Laves and Regulations.................................................................................................................38 6.10 Taxes...........................................................................................................................................40 6.11 Use of Site and Other Areas........................................................................................................41 6.12 Record Documents..................................................................-...............................................42 6.13 Safety and Protection..................................................................................................................42 6.14 Safety Representative...................................................................................................................43 615 Hazard Communication Programs... ........................................................................................43 - 6.16 Emergencies....................... .....................................................................................................44 6.17 Shop Drawings and Samples....................... ...........................................................................44 6.18 Continuing the Work..................................................................................................................46 6.19 Contractor's General Warmmy and Guarantee..........................................................................46 6.20 INDENWIFICATION. ...................................................................................:..........................47 6.21 Delegation of Professional Design Services..............................................................................50 Article 7-Other Work at the Site...................................................................................................................51 7.€11. Related Work at Site.............. ...................................................................................................51 7.02 Coordination................................................................................................................................52 7.03 Legal Relationships.....................................................................................................................52 7.04 Claims Between Contractors On Projects involvin Multi le Contractors..............................52 Article 8--OWNER.°s Responsibilities..........................................................................................................53 8.01 Communications to Contractor..................................................................................................53 8.02 Replacement of Engineer............................................................................................................53 - 8.03 Furnish Data................................................................................................................................53 8.04 Pay When Due............................................................................................................................53 8.05 Lands and Easements;Reports and Tests............................................................................ ..53 8.06 Inswanee..............................................................................................:......................................54 8.07 Change Orders-..... ...............54 USInspections,Tests,and Approvals..............................................................................................54 w.� 8.09 Limitations on Owner's Responsibilities....................................................................................54 FJCDC C-700 standgrd Geni A Can Oous of the Constroedop Contract CopyrkhtQ 2007 N*Woual Soddy otProb9dond Emgtnftrs for MCtfC.All rights resuved. Page ii �- 8.10 Undisclosed Hazardous Environmental Condition....................................................................54 8.11 BvidmeeefFiaaneWAffeagemeMB.........................................................................................54 5.12 Compliance with Safety Program...............................................................................................54 Article 9-Engineer's Status During Construction........................................................................................55 9.01 Owner's Representative..............................................................................................................55 9.02 Visits to Site.............................................................-.....................,............,..............................55 9.03 Project Representative................................................................................................................55 9.04 Authorized Variations in Work...............................................................................................-55 9.05 Rejecting Defective Work..........................................................................................................56 9.06 Shop Drawings,Change Orders and Payments.........................................................................56 9.07 Determinations for Unit Price Work..........................................................................................56 9.08 Decisions on Requirements of Contract Documents and Acceptability of Wowk....................56 9.09 Limitations on Engineer's Authority and Responsibilities........................................................57 9.10 Compliance with Safety Program...............................................................................................58 - Article 10-Changes in the Work;Claims......................................................... .....................---...............58 10.01 Authorized.Changes in the Work...............................................................................................58 10.02 Unauthorized Changes in the W ork............................................................................................58 10.03 Execution of Change Orders.......................................................................................................59 10.44 Notification to Surety..................................................................................................................60 10.05 Claims and Disputes...................................................................................................................60 Article 11-Cost of the Work;Allowances;Unit Price Work.......................................................................65 11.41 Cost of the Work.........................................................................................................................65 11.02 Allowances..................................................................................................................................67 11.03 Unit Price Work..........................................................................................................................65 Article 12-Change of Contract AMOUNT;NT;Change of Contract Times.....................................................69 12.01 Change of Contract Price..............................................................................<.............................69 12.42 Change of Contract Times..........................................................................................................70 12:03 Delays..........................................................................................................................................70 12.44 No Damage for Dela s...............................................................................................................71 Article 13-Tests and Inspections;Correction,Removal or Acceptance of Defective Work......................72 13.01 Notice of Defects........................................................................................................................72 13.02 Access to Work...........................................................................................................................72 13,03 Tests and Inspections..................................................................................................................72 13.04 Uncovering Work........................................................................................................................73 13.05 Owner May Step the W ork.........................................................................................................74 13.06 Correction or Removal of Defective Work................................................................................74 13.07 Correction Period........................................................................................................................74 V" 13.08 Acceptance of Defective Work ..75 13.09 Owner May Correct,Defective Work.........................................................................................75 - Article 14-Payments to Contractor and Completion....................................................................................76 14.01 Schedule of Values.....................................................................................................................76 14.02 Progress Payments......................................................................................................................76 EdCDC C•700 standard Gen"Co Widow ofthe Congnsetion Contract Copy4&4D 2007 Nitdonal qty otPffe&sdcm&l En*eers b r EJCDC.All rights reserved. Pageiu 14.03 Contractor's Warranty ofT"Itle...................................................................................................81 14.04 Substantial Completion...............................................................................................................82 14.05 Partial Utilization........................................................................................................................82 14.06 Final Inspection...........................................................................................................................83 14.07 Final Payment.............................................................................................................................83 14.08 Final Completion Delayed..........................................................................................................84 14.09 Waiver of Claims........................................................................................................................85 Article 15--Suspension of Work and Term ination........................................................................................85 15.01 Owner May Suspend Work........................................................................................................85 15.02 Owner May Terminate for Cause...................................... ....................................................85 15.03 Owner May Terminate For Convemence...................................................................................87 15.04 Contractor May Stop Work or Terxtainate..................................................................................87 Article16—Dispute Resolution................................................................................ .................I...............88 16.01 Methods and Procedures.............................................................................................................89 Article17--Miscellaneous...:.................................................................... . ................................ ..............88 17.01 Giving Notice.........................................................................:......................:..... ......................88 _. 1.7.02 Computation of Times................................................................................................................89 17.03 Cumulative Remedies........................................................................................................ ....89 17.04 Survival o:fObligations...............................................................................................................89 _ 17,05 Controlling Law....................................................................................,.....................................89 17.06 IndVendent Contractor.............................................................................................I................89 17.07 Savereigg Intmwni ...................................................................................................................90 17.48 Severability ............................................................. ......................I.........I................I.. ......90 17.09 fleadinu................................................................................................:.....................................90 17.10 No intent to Benefit Third Parties..............................................................................................90 17.11 No Waiver.................................................................................................................................1.90 17.12 Conditions Precedent to Right to Sue.........................................................................................91 17.13 Waive of Trial,by I=...............................................................................................................91 1714 Cornpliano'with Laws..............................................................................................................91 17.15 Enforcement. ..............................................................................................................................91 17.16 Subieot to Approppriations ..........................................................................................................91 17.17 Contractor's Guarantee as Additional Renaecl ..........................................................................91 VCDC C.700 Standard GeneralCmdW*nx arthe C.mbuctioa Ceuft t Copyrtht 4D 2007 r'kt i so y of l'rnkWaiml Enoaftn for FJCDC.A10 rlp s r ervai. Page kv AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 26TH day of MARCH , 2013, 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$6,373,769.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: YORKTOWN BLVD. PHASE 2 CIMARRON BLVD. TO RODD FIELD RD. (BOND 2012) PROJECT NO. E10100 (TOTAL BASE BID + ADD. ALTS. NOS. 1&2: $6,373,769.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions.set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, 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 tf7e City of Corpus Christi in accordance with General Provision B-6-19 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 (1 0) calendar days from date they receive written work order and will complete same within 425 CALENDAR De4YS 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 OF CORPUS CHRISTI — By. � l City Secretary Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation y APPROVED AS TO LEGAL FORM: By- By: Asst. City A orriey Daniel Biles, P.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporation) �: Berry Contracting, LP dbai Bay. Ltd. C By: (Seal Belgvy) Title:_ E s -'. (Note If.Person s'gnrig fob - corporation is not President;;' P.O. Box 9906 ..attach copy of authorizatiorr'- (Address) to sign) Y Corpus Christi, TX 78469 (City) (State) (ZIP) 3611299-3721 3611289-2304 (Phone) (Fax) _... 4 AU 1 h 1 '. F Page 3 of 3 Rev. Jun-2010 ADDENDUM #2—Attachment#1 00 42 23 BID FORM ARTICLE 1: BID RECIPIENT 1.01 This Bid is submitted to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention; Ci 5ecreta 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents_ - ARTICLE 2: BIDDER'S ACKNOWLEDGMENTS 2.01 Bidder accepts all of the terms and conditions of the €nvitation for Bids and Instructions to Bidders, including without limitation those dealing with the disposition of bid security. The Bid will remain subject to acceptance for 60 days after the bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. ARTICLE 3: BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all of which is hereby acknowledged. Addendum No. Addendum Date Signature Acknowrledgirzg Receipt . B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and the furnishing of Goods and Special Services, Bid Form 004223-1 Yorktown Blvd. Phase 2—CIMARRON BLVD,TO ROOD FIELD RD. (BOND 2012), E10100 ADDENDUlm#2 __. February Z2,2013 Attachment#1 ADDENDUM#2—Attach rnent#1 D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site.(except Underground Facilities)which have been identified in SC-4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied all additional or suppiementary examinations, investigations, explorations,tests, studies and data concerning conditions including surface, subsurface and Underground Faciiities at or contiguous to the Site which may affect cost, progress,or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods,techniques, sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto or accepts the consequences for not doing so. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the prices bid and within the times and in accordance with the other terms and conditions of the Bidding Documents, G. Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H_ Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations,explorations,tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. 1. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions far the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. L. Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any _._., agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE 4: BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for the prices shown in the attached Section 00 42 23.01 "Proposal". Bid Form 004223-2 Yorktown Blvd. Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012), E10100 ADDENDUM#2 February 12, 2013 Attachment#1 ADDENDUM#2—Attachment#1 4.02 Extended amounts have been computed in accordance with Paragraph 11.03 of the Genera[ Conditions 4.03 Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price Bid items will be based on actual quantities provided, measured as provided in the Contract Documents 4.04 Unit Price and figures column will be used to compute the actual bid price. ARTICLE 5: TIME OF COMPLETION 5.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. ARTICLE 6: ATTACHMENTS TO THIS BID 6.01 The following documents are attached to and made a condition of this Bid: A. Section 00 42 23.01"Proposal". B. Required Bid Security. C. Section 00 42 23.02"Vendor Compliance to State Law Certificate." ARTICLE 7: DEFINED TERMS 7.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 8: STATEMENT OF MATERIALS AND OTHER CHARGES 8.01 Provide the following information with this Bid: Statement of Materials and Other Charges Materials Incorporated into the Project All Other Charges Total Contract Amount ARTICLE 9: VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Form 00 42 23 -3 Yorktown Blvd. Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012), E1010t1 ADDENDl1M #2 - February 12,2013 Attachment#1 ADDENDUM##2—Attach rnent#1 ARTICLE 10: BID SUBMITTAL 10.01 This Bid submitted by: If Bidder is an individual: Name: (typed or printed) By: (Individual's Signoture) Doing business as: Business address: Phone: Facsimile: E-mail: Bid submitted on the following date: A Partnership Partnership Name: P irate; e°.coa, '1 'D a (typed or printed) d Name of General Partner: A L_ee i i r (ty` d or printed)' By• r.�,� �'- 9 f'' -S c ergs:a'i t Cl C- �: C •.Y. 4(SYgnoture of generoi partner -ottoch evidence of"authority to sign) ,,_} Doing business as: Fm> L Business address: , 0 c, . m Phone: Facsimile:; a., °�jf_7- M E-mail: � [ Bid submitted on the following date: � `a � y Bid Form 004223 -4 Yorktown Blvd. Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BORED 2012), E10100 ADDENDUM #2 February 12,2013 Attachment#1 ADDENDUM#2—Attachrrnent#1 A Corporation Corporation Name: (typed or printed) State of Incorporation: Type: (General Business, Professional,Service, Limited Liability) Date of qualification to do business in Texas is: By: (Signature--attach evidence of authority to sign) Name: (typed or printed) Titie: Attest: (Signature of Corporate Secretary) — Business address: - Phone: Facsimiie: E-mail: Bid submitted on the following date: Bid Form 004223 -5 Yorktown Blvd. Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012), E10100 ADDENDUM#2 February 12,2013 Attachment#1 w ADDENDUM#2—Attach€-nest#1 Joint Venture Joint Venturer Name: (typed or printed) By: (Signature of joint venture partner--attach evidence of authority t-o sign) Name: (typed or printed) Title: Business address: Phone: Facsimile: E-mail: Bid submitted on the fo#lowing date: Joint Venturer Name: (typed or printed) By: (Signature of joint venture partner--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Facsimile: E-mail: Bid submitted on the following date: Contact for receipt of official communications - Name: (typed or printed) Business address: Phone: Facsimile: E-mail: Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above. END OF SECTION Bid Form 004223-6 Yorktown Blvd. Phase 2—CIMARRON BLVD.TO RODD FIELD RD. (BOND 2012), E10100 ADDENDUM#2 February 12,2013 Attachment#1 1 O(3 42 23.01 PROPOSAL AND DISCLOSURE OF INTEREST ADEN©UM #2 Atta ch M e n t#2 I I PROPOSAL FORM N FOR i E YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD. TO RODD FIELD RD. PROJECT NO. E10100 i i DEPARTMENT OF ENGINEERING SERVECES -- CITY OF COPPUS CHRISTI, TEXAS I Ii I Proposal and Dis6osure of Interest DO 42 23.01-1 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD. BOND 2012,L10100 { � ADDENDUM#2 February 12,2013 Attachment#2 j i PROPOSAL I i I- Place: rte0 „16' Date : � Proposal of _=y � �. a Corporation organized and existing under the laws of the State of OR - a Partnership or Individual doing business as II TO : The City of Corpus Christi, `texas f Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work � required for: YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD. TO RODD FIELD RD. -- PROJECT INTO. E10100 at the locations set out by the plans 'and specifications and in strict accordance with the contract documents for the following prices, to-wit: I I Proposai and Disclosure of Interest 00 4223.01-2 I I Yorktown Blvd. Phase 2—CIMARRON BLVD,TO RODO FIELD RD.(BOND 2012), E10100 ADDENDUM#z February 12,201.3 Attachment#2 i YORKTOWN BLVD. PHASE 2 • CIMARRON BLVD. TO RODD FIELD RD. � I PROJECT NO, E90100 BASE BID I PART A: STREET IMPROVEMENTS l II 111 IV V j BID ITEM EXTENSION UNIT PRICE IN (QTY X: UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES F#G[JRES Al 1 Mobilization/Bonds/ Insurance, l LS complete in place, per Lump Sum ! + i A2 13.5 Clear Right-of-Way, complete in place, AC per Acre $ A3 45,806 Street Excavation,complete in place, per SY Square Yard $ '3, w $ �, Ed a L 1 A4 39,723 12"Compacted Subgrade, complete in SY place, per Square Yard $ lj , d 4 C I _._ A5 39,723 Geogrid (Tensar TX-5), complete in place, SY per Square Yard , A6 39,723 10"Crushed Limestone Flexible Base (Type A, Grade 1),complete in place, SY per S uac re Yard $ k �� _ $' �a 6 A I A7 5,027 Prime Coat (0.15 Gal/SY), complete in GAL place, per Gallon $ .ED• $ I(- A8 33,515 5" HMAC Pavement (Type B) Base Course, SY complete in place, per Square Yard A9 33,515 2 HMAC Pavement(Type D)Surface SY Course,complete in place, a per aluare Yard $ 0 $ n A10 33,515 One Course Surface Treatment, complete in SY place, per Square Yard $ All 11,965 6"Concrete Driveway, complete in place, SF per Square Foof $ g O $ Alt 3,530 Concrete Median, complete in Place, per _ I - SF Square Foo# $ — q.v $ A13 250 Unanticipated Concrete Driveway Removal, SF complete in Place, per Square Foot $ y . I ---- A14 1 Adjust Existing Manhole to Finish Grade, EA complete in place, per Each $ `! -� $ 0 A15 1 Adjust Existing Gas Valve to Finish Grade, it EA complete in place, per Each $ �f $ 6(-O° 00 -- Proposal and Disclosure of Interest 00 42 23.01-3 Yorktown Blvd.Phase 2-CIMARRON BLVD.TO ROOD FIELD RD. (BOND 2012),E10100 ADDENDUM#2 � February 12,2013 Attachment#2 I I I IE Ili IV V I�I BID ITEM EXTENSION I UNIT PRICE IN (QTY X UNIT PRICE IN E31D ITEM QTY&UNIT DESCRIPTION FIGURES F�1IGURES f A16 2 Survey Monument,complete in place, EA per Each $ ` fo. 0 eo $ e Og) Ail 4 DAY Ozone Day, complete per Day a .� $ 00 $ � A18 1 Pre-Fab Pavement Marking Type I (W) EA ("BIKE LANE ENDS"), complete in puce, per Each A19 16 Pre-Fab Pavement Marking Type I (W) EA (ARROW), complete in place, per Each $ z�. $ — A20 12 Pre-Fab Pavement Marking Type I (W) EA ("ONLY"), complete in place, per Each $-4? . ,z $ 0o _ A21 10 Pre-Fab Pavement Marking Type i (W) EA (BIKE LANE SYMBOL), complete in place, per Each 0 A22 2,090 Reflective Pavement Marking Type I(W) LF (4") (Broken), complete in place, per Linear Foot $ ID, _S A23 12 247 Reflective Pavement Marking Type I (W) LF (8") (Solid), complete in place, per Linear Foot $ - $ t A24 52 Reflective Pavement Marking Type I (W) LF (24")(Solid), complete in place, I — per Linear Foot $ 1, C .,76 $ 0 1 A25 275 Ty H-C-R Raised Pavement Marker j EA (Reflectorized),complete in place, j per Each $ $ °� . 0 3 Street Sign Assembly wl 9" Blades(Green) j A26 2 and STOP Sign,complete in place,per _ EA x $ �. „ r 0. 0� Each $ � � Gi._ �`- A27 12 NO PARKING BIKE LANE Sign, EA complete in place, per Each �• Q� ff 1 i I fj Ii k i j s Proposal and Disctosure of Interest 00 42 2.3.01-4 Yorktown Bivd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 ADDENDUM#2 f February 12,2013 Attachment#2 i _ f I Il III IV V BIl7 ETIEM EXTENSION UNIT PRICE IN (QTY X TIT PRICE IN — BID ITEM CITY B UNIT DESCRIPTION FIGURES FIGURES A28 6 SPEED ZONE Sign, complete in place, EA per Each $ 0,9 $ I A29 32 Other Regulatory Sign,complete in place, EA per Each $ 6 e O' A30 1,644 Temporary Detour Road Widening, SY complete in place, per Square Yard i A31 6 Mailbox Relocation, complete in place, per EA Each $ ('50.� A32 4 Relocate Existing Business Sign, complete EA in place, per Each 7 -o A33 2,200 Chain Link Fence (6'), complete in place, LF per Linear Foot a A34 1 10'Wide Double Swing Gates, complete in j EA place, per Each $ 1 a i A35 1,938 Barbed Wire Fence, complete in place, per LF Linear Foot $ A36 8 Remove and Replace Concrete Wheel i EA Stops,complete in place, per Each $ . $ 3 I A37 1 Traffic Control, complete in place, II LS per Lump Sum A38 1 Allowance for Unanticipated LS Street-Related Improvements, $50,000.00 $50,000.00 I 1complete in place, per LumiD Sum Is $ } I I TOTAL BASE BID PART A(Items Al through A38): $ I -- I t I r i I I • f I Proposal and Disclosure of Interest 00 42 23.01-5 1 Yorktown Blvd.Phase 2-CIMARRON BLVD.TO ROD❑FIELD RD.(BOND 2012),E10100 ADDENDUM#2 February 12,2013 Attachment#2 i YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD. TO RODD FIELD RD. E PROJECT NO, E10100 { PART B: STORM MATER DRAINAGE IMPROVEMENTS I IE 1[I IV V _ BiD IT) 1 EXTENSION I UNIT PRICE IN (OTY:C UNIT PRICE IN BID ITEM QTY&UNIT. DESCRIPTION FIGURES FIGURES B1 5,000 Block Sodding,complete in place, SY per Square Yard $ =A $ I B2 15,339 Seeding for Erosion Control, complete in - SY place, per Square Yard $ t r $ = � a B3 640 18" ilia. RCP (Class III), complete in place, LF per Linear Foot C� f I B4 644 24" Dia. RCP(Class III), complete in place, LF per Linear Foot $ -�i L� '�-, tom.' --- $ 85 578 30" Dia- RCP (Class III), complete in place, LF per Linear Foot $ $ rt 0 ®4) B6 272 30" Dia. RCP (Class IV), complete in place, LF per Linear Foot $ y,C o $ 'ILI 0 .O® T � B7 1,062 36" Dia- RCP (Class III), complete in place, j LF per Linear Foot + I i B8 567 42" Dia. RCP (Class III), complete in place, i LF per Linear Foot } i B9 246 42" Dia. RCP(Class IV), complete in place, LF per Linear Foot $ $ a. E , B10 336 48" Dia. RCP (Class III), complete in place, LF per Linear Foot B1'! 120 48" Dia. RCP (Class IV), complete in place, ! LF per Linear Foot �li I $ $ .-S B12 400 54" Dia- RCP (Class M), complete in place, LF per Linear Foot i B13 396 60" Dia. RCP (Class III), complete in place, LF per Linear Foot $ ^ , x,w $ 13 f4 404 72" Dia. RCP (Class III), complete in place, LF per Linear Foot 1 B15 27 4'x 3' Precast Concrete Box Culvert, LF complete in place, per Linear Foat Is :ty Z. , $ -7c>bq. 0.01 I I r Proposal and Disclosure of Interest DD 42 23.01 6 Yorktown Blvd,Phase 2--CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 ADDENDUM 42 February 12,2013 Attachment#2 I i I I ii IIf IV V BID ITF—M EXTENSIOf�i UNIT PRICE IN (QTY)( UNIT PRICE IN [BID ITEM QTY&UNI7 DESCRIPTION FIGURES FIGURE B16 403 6'X 4'Precast Concrete Box Culvert, LF complete in place, per Linear Foot `a 14 6 a ! B17 72 Tx 4' Precast Concrete Box Culvert, LF compiete in place, per Linear Foot P $ B18 1 4'x 3' Precast Concrete Box 45°Bend, EA complete in place, per Each $ 2,.s C $ 2V 0 �a. B19 1 6'x 4'Precast Concrete Box 45°Bend, ! EA complete in place, per Each $ "' $ B20 4 36" Diameter RC Plug, complete in place, EA per Each $ 2 �d°fir. �w $ 2�tv. 0 _ 1321 1 Tie-in Existing 24" Diameter RCP, complete EA in place, per Each 0410- 101:11 $ �� . O.D B22 1 Tie-in Existing 4'x3' RCB, complete in place, EA per Each $ B23 1 Cut and Plug Existing 18" Dia. RCP, ! EA complete in place, per Each $ • $ �� C i B24 11 Grout and Abandon 18" RCP,complete in CY place, per Cubic Yard 325 1 18" Dia. RCP Plug,complete in place, per EA Each $ �• $ LaEAt� l i I B26 8 6" PVC Pipe Bollards, compiete in place, EA per Each $ 9 e $ B27 5 Sidewalk Drain, complete in place, EA per Each `? B28 18 5' Standard Curb Inlet,complete in place, EA per Each - E329 1 5'Standard Garb Inlet(Recessed), I EA compiete in place, per Each $ ?, v'0 . B30 12 qperrEach Curb Inlet Extension, complete in place, EA - I B31 2 Secial Curb Inlet, complete in place, EA per Each $ °C o p ! $ B32 3 Concrete Post Inlet, complete in place, per EA Each $ °= .•r $ ` sa. . Proposal and Disclosure of Interest 00 4223.o1-7 Yorktown Blvd.Phase 2-CIMARRON BLVD,TO ROOD FIELD RD. BOND 2012,610100 i � � ADDENbUM#2 February 12,2013 Attachment#2 - t I ]I lil IV V BED STEM EXTENSION UNIT PRICE IN (QTY X UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES FIGURES B33 1 Grate Inlet, complete in place, per Each EA $ Q ',4r $ . B34 3 4' Diameter Concrete Storm Water Manhole EA (Type A), complete in place, per Each $ B35 1 5`Diameter Concrete Storm Water Manhole EA (Type A), complete in place, per Each $ B36 4 Concrete Storm Water Manhole (Type C), EA complete in place, per Each $ - B37 9 Concrete Storm Water Manhole (Type D), EA complete in place, per Each $ t a w $. • �� B38 2 Concrete Storm Water Manh6e (Type E), EA compfete in place, per Each $ ®& $ mot. e O B39 1 EA Manhole Riser, complete in place, per Each B40 1 Concrete Storm Water Junction Box, - EA complete in place, per Each $ �. $ • oo B41 7,946 Backfill Existing Bar Ditches, per Linear _. LF Foot. B42 100 V-Shaped Swale, LF per Linear Foot e g s. $ 0. va B43 450 5" Concrete Ri2rap for Drainage Ditch SF complete in place, per 5 uare Foot E344 14 Graded Rock , complete in place, CY per Cubic Yard O.s J 1145 1 LS Modify Existing Headwall, per Lump Sum B46 9,500 6" Concrete Curb and Gutter (Catch Curb), LF complete in place, per Linear Foot $ o` I S B47 9,176 6"Concrete Curb and Gutter(Reverse LF Curb), complete in place, per Linear Foot B4$ 50 LF 6" Header Curb, per Linear Foot $ r $ �7oa. ma, B49 100 Unanticipated Curb and Gutter removal, LF complete in place,-per Linear Foot $ a w.2 $ Propcsai and Disclosure of lnteFesi 00 Q 23.01-8 Yorktown Blvd.Phase 2=CIMARRON BLVD.TO RODD FIELD RD. (BOND 2012), E10100 ADDENDUM#3 February 1&,2013 Attachment#1 l II III IV V BID I-`EM EXTENSION � _ UNIT PRICE IN (QTY X UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES FIGURES B50 12,598 Silt Fence for Storm Water Pollution Prevention, complete in place, _ LF per Linear Foot o B51 320 12" Erosion Control Log, complete in place, — LF per Linear Foot $ 0<7,; $ B52 101 Rock Filter Dam for Storm Water Pollution Prevention, complete in place, LF per Linear Foot $ B53 1 Allowance for Unanticipated Storm Water Improvements, complete in place, per Lump $50,000.00 $50,000.00 LS Sum $ $ I B54 100 Remove and Replace Concrete Sidewalk, SF complete in place, per Square l=oot $ ,�', $ r 0 B55 100 Remove and Replace Concrete Curb and LF Gutter,complete in place per Linear Foot $ ''u o 0, 00. $ � I i 100 Pavement Repair, complete in place, per SY Souare Yard $ B57 6,327 Trench Safety for Storm Water Conduits -- and Inlets, complete in place, LF per Linear Foot $ 3. B58 21 Trench Safety for Storm Water Manhole or — EA Junction Box, complete in place, per Each �A B59 1 Traffic Control, complete in place, per Lump LS Sum TOTAL BASE BID PART B (Items B1 through B59): $ f�f I E I Proposal ancf Disclosure of Interest 00 42 23.01-9 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD. (BOND 2012), E10100 ADDENDUM#2 February 12,2013 Attachment#2 i _ YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD. TO ROOD FIELD RD. PROJECT NO. E10100 _ I PART C: WATER DISTRIBUTION IMPROVEMENTS I II I!I IV V BID IT EN EXTENSIOhI UNIT PRICE IN (QTYX UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES —FIGURES)� C1 1 6" Dia. 90° C.I. Bend,complete in place, EA per Each $ e $ _ e C2 16 6" Dia. Ductile Iron Waterline ,complete in LF place, per Linear Foot $ , $ �� C3 5 8" Dia.Tie-in/Connection, complete in EA place, per Each �a> �: $ $ Y. . C4 3 8"x 8" D.I.Tee, complete in place, E EA per Each $ 3,8 o• Cb 24 8" Dia. 45° D.I. Bend,complete in place, per EA Each $ Z_0. $ �• �� C6 4 8" Gate Valve with Box and Cover, w EA complete in place, per Each C7 1 8" D.I. Plug, complete in place, i EA per Each $ .sz. c $ 0 C8 885 8" Dia. C900 PVC Waterline(DR 18), LF complete in place, per Linear Foot $ $ C9 245 8" Dia. Ductile Iran Waterline, complete in i LF place, per Linear Foot $ ®, _ 'n $ � C10 36 12"Tie-In Connection, complete in place, EA per Each $ I A C11 58 12"Dia. 45° D.I. Bend, complete in place, EA per Each C12 1 12"x 8"D.I. Tapping Sleeve, complete in EA place, per Each $ C. C13 3 12"Gate Valve with Box and Cover, — EA ccrnplete in place, per Each $ 4a. J,ra; $ �r�e C14 35 12" Dia.C900 PVC Waterline (DR 18), LF complete in place, per Linear Foot $ c'C" `F:,:, $ P 0: C15 690 .12" Dia. Ductile iron Waterline, complete in LF place, per Linear Foot $ r; :_ J $ 0 F O I i Proposal and Disclosure of Interest D0 4223.01 10 Yorktown Blvd.Prase 2-CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 ADDENDUM#2 February 12,2013 Attachment#2 I r i i i -' 1 If III IV V I . BID ITEM EXTENSION UNIT PRICE IN (QTY UNIT PRICE IN BID ITFM QTY 8 UNIT DESCRIPTION FIGURES )GURES C16 3 Fire hydrant Assembly(Type 1), II — EA complete in place, per Each $ tia f-)o a , $ q 00. '00 f C17 3 Fire Hydrant Assembly(Type 2), EA complete in place, per Each $ 0, o $ 1 Cl C18 2 Remove Existing Fire Hydrant Assembly, EA complete in place, per Each C19 5 Relocate Existing Fire Hydrant Assembly, EA complete in place, per Each $ 7 O'D $ , — C20 7 Relocate Existing Water Meter, complete in EA place, per Each $ 5 5 h I I C21 3 Remove Existing Water Valve, complete in EA place, per Each $ �'W $ C22 10 Replace Existing Water Service, complete EA in place, per Each $ 4 $ 0 I i C23 14 Adjust Existing Water Valves to Finish EA Grade, complete in place, per Each $ 7 $ C s ®• �@ C24 1 Allowance for l�nanticipated Water Improvements, complete in place, per Lump $15,000.00 $15,000.00 L5 Sum $ $ C25 1,831 Trench Safety for Waterlines, complete in LF place, per Linear Foot $ ,3,;0 $ F ��-?2 � � I C26 1 Traffic Control, complete in place, per Lump LS Sum $ r- i:U, $ 1 7 6- C27 1 12"x 8" D.I.Tee com iete in 121ace, EA per Each $ �� �• c� $ ��-�• �� f s ) ; TOTAL BASE BtCI PART G {terns C'I through.G27 : $ I 3 I Proposal and Disclosure of Interest 00 4223.61 11 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO.RODD FIELD RD.JBOND 2012),E10100 ADDENDUM#2 February 12,2013 Attachment#2 1 j i YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD, TO RODD FIELD RD. � PROJECT NO. E10100 PART D: BILL WITT PARK ENTRANCE I II 111 fV V f31D IT"E EXTETISION UNIT PRICE IN (CITY X UNIT PRICE !N BID ITEM QTY&UNIT DESCRIPTION FIGURES FIGURES � D1 384 6"Jointed Reinforced Concrete Pavement, I SY complete in piace,per Square Yard $ 7 L-," 0-go $ D2 407 6" Crushed Limestone Flexible Base - (Type A, Grade 1), complete in place, SY i per Square Yard $ `° $ 7 a3 -00 D3 788 12"Compacted Subgrade, compfete in SY place, per Square Yard $ ;- °. $ �� �.2- D4 381 10"Crushed Limestone Flexible Base SY (Type A, Grade 1), complete in place, I _ per aguL re Yard $ ` $ •�. �� DS 381 Geogrid (Tensar TX-5), complete in place, SY per S uare Yard $ $ D6 381 2" HMAC Pavement, complete in place, per SY Square Yard $ ��.�. D7. 57 Prime Coat(0.15 GAL/SY), complete in GAL place, per Gallon �� $ 'tpQ $ 3S'q.j s D8 140 6" Concrete Header Curb, complete in LF place, per Linear Foot $ $ s 1 ..._ D9 1 Allowance for Bill Witt Park Improvements, $20,000,00 $20,000.00 LS per Lump Sum $ $ II TOTAL BASE BID PART D (items D1 through D9): $ , -- 1 f fI i E Proposal and Disclosure of Interest QO 42 23.01 12 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO ROOD FIELD RD. (BONE)2012),F10100 ADDENDUM##2 February 1Z,2013 Attachment#2 I i YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD.TO RODD MELD RD. j i PROJECT PLO. E10100 I u PART E: ADA PEDESTRIAN IMPROVEMENTS I I II II! IV V BID ITEM EXTENSION UNIT PRICE IN (QTY')( UNIT PRICE IN BID ITEM QTY& UNIT DESCRIPTION FIGURES FIGURES E1 43,555 4"Concrete Sidewalk,complete in place, ' SF per Square Foot , i E2 585 Concrete Curb Ramp,complete in place, i SF per Square Foot $ 3 , .} $ C y 3 . .7-g i Reflective Pavement Marking Type I (W) E3 100 LF (Crosswalk) (1 G'Wide),complete in place, i O �. e� I _ per Linear Foot $ � $ 0= . .0 i E4 250 Unanticipated Concrete Sidewalk Removal, i SF complete in place, per Square l=oot $ "y �; $ --- i E5 300 Concrete Retaining Curb(18" Maximum I LF Height), complete in place, per Linear Foot $ ® is I TOTAL BASE BID PART E(Items E1 through E5): $ g(' i PART F: Street.Lighting Improvements �. I lI III IV V i B1D ITEM EXTENSION UNIT PRICE IN (QTYX UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES FIGURES F1 4,826 3" Dia.PVC (Sch. 40)Elect. Conduit(Street LF Lighting), complete in place, per Linear Foot $ 4n .¢ � n I $ (c' 0c i F2 165 6" Dia. PVC(Sch. 40) Elect. Conduit w1End LF Caps (Street Lighting), complete in place, s�7 I per Linear Foot $ -__ F3 23 24"x36"x18"Pullbox(Handhoie), complete + EA in place, per Each TOTAL BASE BID PART F(items F1 through F3): $ °r C° . 0 O i i Ii I Proposal and Disclosure of Interest 00 G4223.01-13 Yorktown Blvd.Phase 2-CIMARRON BLVD.TO RODD FIELD RD. (BOND 2012),E10100 ADDENDUM#2 February 12,2013 Attachment#2 I I YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD.TO RODD FIELD RD. I PROJECT NO. E10100 , PART G: LANSCAPING AND IRRIGATION IMPROVEMENTS — I II lIl IV V BID ITEV I EXTENSION I KNIT PRICE IN (QTY X UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES FIGURES G1 1 Landscaping and Irrigation Improvements, LS complete in place, per Lump Sum ;; ; 00 . 00 I TOTAL BASE BID PART G (Item Gl): $ I I I I JJf i I I I if I i , I Proposal and Disclosure of Interest 00 42 23.0,1-14 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012), E10100 ADDENDUM#2 February 12,2013 Attachment#2 i YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD.TO RODD FIELD RD. I PROJECT NO. E10100 f ADDITIVE ALTERNATES ADDITIVE ALTERNATE NO. 1 i PART H: ELECTRICAL CONDUIT FOR FUTURE M.I.S. I li Ill IV V BID ITEM EXTENSION UNIT PRICE IN (QTYX UNIT PRICE IN BID ITEM QTY&UNIT DESCRIPTION FIGURES FIGURES H9 4,873 2" Dia. PVC(Sch. 80) Elect. Conduit w/Pull String for Future M.I.S., complete in place, LF per Linear Foot $ $ Q H2 7 24"x36"x24" Pullbox (Handhole), complete EA in place, per Each 0 0. !20 $ TOTAL ADDITIVE ALTERNATE NO. 1 PART H (Items H1 through H2): $ ., Ic a 0� { i I ! 1 i ! I ! iII Proposal and Disclosure of Interest 00 41 23.01-15 Yorktown Blvd. Phase 2—CIMARRON BLVD.TO ROOD FIELD RD.(BOND 2012),E10100 ADDENDUM#t2 February 12,2013 Attachment#2 i i I YORKTOWN BLVD, PHASE 2 — CIMARRON BLVD. TO ROAD FIELD RD. I PROJECT NO. E10100 j ADIDITIVE ALTERNATE NO. 2 I. I PART I: R.T.A. BUS STOP PADS 2 EACH I If Ill ICI V BID ITEM EXTENSION UNIT PRICE IN (CITY X UNIT PRICE= IN BID[TI~IVi QTY UNIT DESCRIPTION FIGURES FIGURES I1 (200) DEDUCT: 10" Crushed Limestone Flexible SY Base (Type A, Grade 1), complete in place, 1 per Square Yard $ 'A- 15 ($ ` O• 0 ) 12 200 7" Crushed Limestone Flexible Base SY (Type A, Grade 1), complete in place, ,� p� per Square Yard $ � $ 13 (1 6C) DEDUCT: 5' HMAC Pavement (Type B) Base Course, cornpiete in place, SY per Square Yard $ ($ DEDUCT: 2" HMAC Pavement (Type D) j 14 (160) Surface Course,complete in place, I SY per Square Yard $ a,7� O ) 15 160 1" HMAC Pavement(Type D)Band jI Breaker, complete in place, SY Square Yard $ y * $ per � `� • i�O 16 160 9"Jointed Reinforced Concrete Pavement, SY complete in piace, per Square Yard $ } C�t ($ D-�O. 0 0 ) - 17 (300) DEDUCT:4" Concrete Sidewalk , complete SF in place, per Square Foot It - i$ 600 5" Concrete Pedestrian Landing, complete SF in place, per Square Foot $ $ ~ TOTAL ADDITIVE ALTERNATE NO.2 PART I (items 11 through 18): $ 2.—0 c I i Proposal and Disclosure of Interest 00 4223-01-16 Yorktown Blvd.Phase 2--CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 ADDENDUM#2 February 12,2013 Attachment#2 — i I I YORKTOWN BLVD. PHASE 2 - CIMARRON BLVD, TO RODD FIELD RD. I PROJECT NO. E10100 BID SUMMARY i I TOTAL - BASE BID: PART DESCRIPTION TOTALS Total Bid Part A Items Al through A38 $ Total Bid Part B Items B1 through B59 $ F , •,. - I Total Bid Part C Items C[ through C27 $ ° 2-7. ® it Total Bid Part D Items DI through D9 $ ((�. Total Bid Part E Items El through E5 $ :1,q-V 4SI4 -� Total Bid Part F Items F1 through F3 $ ��c O® Total Bid Part G Item G1 $ I I --- TOTAL BASE BID (Parts A, B, C, D, E, F, and G): $ � �� P� �� •�� TOTAL-ADDITIVE ALTERNATE NO. 1: PART DESCRIPTION TOTAL i Total Bid Part H Items H1 through H2 $ TOTAL.-ADDITIVE ALTERNATE NO. 2: PART DESCRIPTION TOTAL Total Bid Part I Items 11 through 18 $ I E Proposal and Disclosure of Interest 00 4223.01-17 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD. (BOND 2022),E10100 ADDENDUM 42 February 12,2013 Attachment##2 1 i The undersigned hereby declares that he has visited the site and haL care_ully examined the plans, specifications and contract documents relating to the work ccvz red 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 (a8 required) fbr 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, iu the amount 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 City Engineer, in writing the names I 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 work within $25 calendar daa from the date designated by a Work Order. No additional time will be allotted for any Additive Alternate. I The undersigned further declares that he will provide all necessaz-y tools and apparatus, do all the work and furnish all the materials and do everything required to carry cut the above mentioned work covered by this proposal, in strict accordance with t.}1e contract documents and the requirements pertaining thereto, for the sum or sums above set forth, j _ I Receipt of the following addenda is acknowledged , (addenda number) : Respectfully submitted: I.. Name; tS B Y:(Seal - If Bidder is a Corporation) _ I Address: + 0 c (P.C. Box) (Street) (city) (State) (Zip) Telephone: ' �1' ! If NOTE: Do not detach bid from other papers. Fill in I with ink and submit complete with attached i papers. -- I (Revised August 2000) I Proposal and Disclosure of interest 00 4Z 28.01-18 Yorktown Blvd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD.(BOND 2012),E10100 ADDENDUM#2 February 12,2013 Attachment#2 o0 42 23.02 VENDOR.COMPLIANCE TO STATE lA Chapter 2252 of the Texas Government Code applies to the award of government contract to nor)�- resident Bidders. This law provides that: "A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by are amount that is not less than the amount by which a resident bidder would be required tai underbid the nonresident bidder to obtain: a compa rabie contract in the state in which till-e nonresident's principal place of business is located' -- 'Nonresident bidder'refers to a person who is not a resident of Texas "Resident bidder" refers to a person whose principal place of business is in this state, inc-1 tiding a contractor whose ultimate parent company or majority owner has its principal place of[)LUSiness in this state. Check the statement that is correct for Bidder. [� Nonresident bidders in (give state),our principal place of business, are required to be _ percent lowertnan resident bidders by State taw. A copy of the statute is attached. Nonresident bidders in (give state;, our principal place of business,are not required to underbid resident bidders. Our principal place of business or corporate offices are in the State of Texas. Bidder: — Company Name: {typed or printed} By 1s r (s anature- OttaCh 6vide')C°Of arsthOrity W Sfgn) Name: -� .- ft°,rpea or p rip tedj Title: . vj 3„e,3, i , (Signature of Corporute Secretary) Business address: 5 b x Phone: Facsimile: � °mss. E-mail END OF SECr3ON Vendor Compliance to State Law 00 42 23.02-1 COR10350-YORKTOWN BLVD.PHASE 2-CIMARRON BLVD,TO Rt3DD RELD PD,(BOND 2€412),E10100 January 16,2019 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY,LLC January 8, 2002 Beny Operating Company,LLC,general partner of Berry Contracting,LP dba Bay Ltd.held a special meeting this 8"'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 of Bay Ltd. as to the malting 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 President D. W. Berry Vice President — M. G. Berry Vice President A. L. Berry Vice President Edward A.Martin Vice President D. E. Spangler 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 of Bay 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 of Bay 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, Approved Correct: Edward A.Martin,President& CEO Attest: DonEtta Beaty, Secret Certification of Secretary f,DonEtta Beaty, Secretary of Berry Operating Cornpany,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 8t" day of January 2002,to which witness my hand. DonEtta Beaty, Secretai PERFORMANCE. BOND STATE OF TEXAS BOND No. 929532459 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"), in the penal sum of SIX MILLION THREE HUNDRED SEVENTY-THREE THOUSAND SEVEN HUNDRED SIXTY-NINE AND NO/100 U.S. Dollars ($6,373,769.00 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, Vile, 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 26TH of MARCH , 2013, which Agreement is hereby referred to and made a part her as fully and to the same extent as if copied at length herein, for the construction of: .__ YORKTOWN BLVD. PHASE 2 CIMARRON BLVD. TO RODD FIELD RD. (BOND 2012) PROJECT NO. El 0100 (TOTAL BASE BID + ADD. ALTS. NOS, 1&2: $6,373,769.00) 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 small 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 15TIi day of APRIL 2013. PRINCIPAL SURETY BERRY CONTRACTING, LP DBA BAY LTD. CON'T'INENTAL CASUALTY COMPANY Bv: By: Attor -in-fact MARY ELLEN MOO x Title: ATTEST: Secretary Address- P.O. BOX 9908 Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78469 CORPUS CHRISTI, TEXAS 7-8403 Telephone:—.361-883-1711 Fax: 361-844-0101 E-Mail: (Rev. Date May 2011) Performance Bond Page 2 of 3 Name:and.ad&ess 0f Resident Agent of Surety in Nueces County, Texas; for delivery of notice and service_of,pro..ces%� f . f Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY Address: 500 N. SHORELINE BLVD. , ST'E 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 7840 (City) (State) (zip) Telephone: 351-883-1711 — E-Mail: 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 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. 929532459 COUNTY OFNUECES § 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 _SIX MILLION, THREE HUNDRED SEVENTY-THREE THOUSAND SEVEN HUNDRED SIXTY-NINE AND NO/100 U.S. Dollars ($ 6,373,769.00 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 26TH day of MARCH , 2013 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: YORKTOWN BLVD. PHASE 2 CIMARRON BLVD. TO RODD FIELD RD. (BOND 2012) PROJECT NO. E10100 (TOTAL BASE BID ¢ ADD. ALTS. NOS. 1&2: $6,373,769.00) 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 15TH day of APRIL , 2013. PRINCIPAL SURETY -_ BERRY CON'T'RACTING, LP DBA BAY LTD. CONTINENTAL CASUALTY COMPANY - By: By: Atto I n MARY ELLEN MOORS Title: h C ATTESTa, ~� S cretary Address: P.O. BOX 9908 Address: P.O. Box 870 CORPUS CHRISTI, TEXAS 78469 CORPUS CHRIS'T'I, TEXAS 78403 Telephone: 361-883-1711 Fax: 361-844-0101 E-Mail: mmoore@s-gins.com y Rev. Date May 2011 Payment Bond Page 2 of 3 Name and add dress af"Resident Agent:of Zurety,in;':rJueces'Co anty ,Texas; for deliv&y of; notice and service of proceszg Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY Address: 500 N. SHORELINE BLVD. , STE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 72403 (City) (State) (zip) Telephone: 1-s� -.� E-Mall: 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,Steve Addkison,Tami J Duncan,Cathleen Hayles,Danielle Harris,Individually of Corpus Christi,TX,their true and lawful Attomey(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 Vice President and their corporate seals to be hereto affixed on this 20th day of December,2012. Continental Casualty Company National Fire Insurance Company of Hartford c° OR"� a'ra`. °�01� American Cas 1ty Company of Reading,Pennsylvania z • JULY 71, �U SFJ1l. •c .� t 19x2 �7 i 1897 • f/ Paul T.Bruflat hr Vice President State of South Dakota,County of Minnehaha,ss: On this 20th day of December,2012,before me personally came Paul T.Bruflat to me known,who,being by me duly swom,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a 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 he 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 he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies_ J.MOHR NoYamrQtJattc SOUTH�IWTAO My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE 1,D.Buit,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 still in force,and further certify that the Bye 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 151PH day of APRTT. , 201 3 c�sw4T` ap Continental Casualty Company National Fire Insurance Company of Hartford crfiWW4% American Casualty Company of Reading,Pennsylvania av SEAL. t z JULY 1. 1897 � "' • Form F6853-412012 D.Bult Assistant Secretary State of Texas Claim Notice Endorsement In accordance with Section 2263.021(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 senft to: CNA Surety 333 South Wabash Chicago,, IL 60604 Telephone: (312) 822-5000 You maY alsa'wrlte to CNA Surety at P.O. Box 1 0B8 contact the Texas Departrr�ent of Insurance � obtain Houston, Text 77231-10ea. You may --- rights or camplaints at on companies cavarag�. 1-800-232-3439 You may also write the Tezas Department of Insurance: P.O. BOX 1491 Q4 78714-9104, or fax 512-473-1771. , Austin, Texas PREMIUM OF CLAJIM DISPUTES: Should You have a d about a claim you should contact the coma first b concerning Your pramU. o� contact the Texas Department of Insurance.Q if the dispute is not rem red you may ATTACH THIS NOTICE TO YOUR POLICY; This notice is for Information only and does not become a part or condition of the attached documents. SUPPLIER NUMBER TO BE ASSIGNED EYC1Ty�` PURCHASINO DMSION City of CI'T'Y OF CORPUS CB:PJSTI . Corp C brash us DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended,requires all persons or farms seeking to do business with the City to provide the following information. Every question must be answered. If the question is I not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAAM: P. O.BOX: . STREET ADDRESS: -V CITY: 4\r~ ZIP: �e n ID Int FIRM IS: 1. Corporation e 2. Partnership 3. Sole Owner El 4. Association 5. Other ff 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) 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°/Q or more of the ownership in the above named "firm." Name q / p Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an °`ownership interest„ constituting 3% or more of the ownership in the above named "firm." Name Consultant f II Proposal and Disclosure of Interest 00 42 23.01-19 ! Yorktown Blvd.Phase 2—CIMARRON BLVD.TO RODD FIELD RD. (BOND 2012),E10100 ADDENDUM#2 Febnsary 12,2013 Attachment#2 FILING REQVR�EMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that;tact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that 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: 3 Title: (Typo or print) — Signature of Certifying Date: Person: 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. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have au effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are - treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, __. Assistant City Managers,Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a -" firm, including when such interest is held through an agent, trust, estate, or holding euti "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Cbz-isti for the purpose of professional consultation and recommendation_ '++ I Proposal and Disclosure of Interest 00 42 23.01-20 Yorktown Blvd.Phase 2-CIMARRON BLVD.To RODD FIELD RD.(BOND 2012),E10100 ADDENDUM!#2 February 12,2013 Attachment 42 f City of Corpus ENGINEERING Me o To: Veronica Ccanas,Asst.City Attorney From Sylvia Arriaga, Contract Administrator Re: Construction Contract 0ocunnents Project No.El 0100 Yorktown Blvd Phase 2 Cimarron Blvd to R;odd_Field Bond 2012 Date: April 23,2013 Attached are the 4 contract document sets for the.above referenced project for your review and execution. The contractor, Berr file. y:Contracting; LP dba;Bay, Ltd., has an original Power of Attorney on Also included is a certificate of insurance,'with the required coverages and endorsements. As of April 23,2013 the bonding company.is listed as treasury_-certified (Circular 5.70). And thus, H,B. 3158 requirements are:satisfied. The performance and payment bonds will be verified:and record of the verification will be filed. T m .�•,• ,� SERGPC'I DIP Ib;'BRNI ,ac rrc�• CERTIFICATE OF LIABILITY INSURANCE I 041t511.3 0AiM'N MMDffrM THIS CERTIFICATE IS ISSUELI AS A MATTER.Of INFORMATION ONLY AND:CQNFERS NO RIGHTS UPON THE GERTIFICP,iTB HOLDER.TMIS. CERTIFICATE DOES,NOT AFF(RMAT11/ELY' OR NEGATIVI~LY'AMEND, ExTENO OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- THIS CERTACATE OF INSURANCE DOES NOT"OONSTIT&F- A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE D. REPRESENTAME'OR PRODUCER,AND THE CERTIFICATE HOLDER: IMPORTANT- If the-certll5cate holder is an ADDITIONAL,INSURED,the palicy{ies)must be endorsed. If SUBROGATION IS WAIVED„subject to the terms and conditions of the pol icy;certain policies may require an endorsemenL A statement on this certificate does not confer rights to the certificate holder In"lieu of such endorsement(s). pttODttG£R 361-883-1711 NCO.aa Swantner&Gordon Ins Agcy-C¢ 3&1-84A-01D1 ( 6 J A Higginbotham Company No Exs:' 1-8$3-97'I''1 suc_aoi$81-844-01Q1 PO Box 870 E L ADDRESS;' Corpus Christi,TX 78403,0&76 Ranclal.M 1.04 INSURERM INSURERS AFFORDING.COVERAGE NAECif Au American Insurance Co . INSURER-A: . INSURED 'St"Contracting,LP _. - - INSURER:S;:Ace Property-a CasuaHylrm Co 20599- dba.3ay Ltd.. : . :Illlnalstnfors lrsssrance Cp RO S 2798.0: Corpus C Ilkl;TX 78469-4&58 lNSUFtER© INSURSRE• COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 15 TO CE=RTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW'.FIAVE BEEN.ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED , NOTWITHSTAND ING ANY REQUIREMENT,TERMS OR CONbmoN DF AfitY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CEEtT1PICATE MAY BE ISSUEE)OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND'CONDITIONS F SUCH POLICIES:LIMITS'SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. l� TYPE OrINSURAN POLICY NUMBER fht o EFF. MPND[FAA�. L1MfTs G�ttEwlL:i lAhltrrr v EACH OCdjRRS9CE �$ 1,000,000 A X COMNERCIALGENErRALLIABIUTY HOOCi264M51 0512(€I12. M20113 PRF�uScS oceuli2n�I �s. Ifl�,00 CL.1,%MADE 0 OCCUR / NIFM EXP.(Any om pemoti)_ s 10,00 (! PERSONAL s AD u'i URY.. . S 1,000;00 GENERALiiGG!?EGATE 5 10,000,60 GENI-AGGREGATE.UMiTAPPLIESP R: 3-:PRODUCTV CDMPIOPAGb S 5,000,00 POLICY�.PRO_ . AUTOMOBILE LFAHILITY COM.STEsn?'0LE.LiNT - EaaccEden3 $ 1,00000 A JAwwro ISAH08695942 05120112 05120113 1 SCOIL`L INJURY.,iE?er:persan) ALLOWNED SCHEDULED E30D1LY INJURY Per ace relit S AUTOS A1rrOS f 3: AUTOLYMEQ f.PROPE_TY:€3A1AGE. H1REQALTr03 Atl7p5 .2faCCd2tii-.: �S X LMBREt.GALlA...Fi X OCCUR EACH QCCLIRRENQE :3- ,25,0{IQ,Oti B EXCESS LIAM. `CLAUS,%TADE 4PG25909050 L151201i2 0517 .AGGfi>"GArE S: J 25,000,00 f DW- X:- RErUMON5 25,Q66� WORKERS:COMP ENSAMOit. AND EMPLOYERS'L1A6ILfTY V X dCRSTATU : 1 pTH. .. A ANY PROPMETCRlPARTNERtEXECI.MVE;'YIN N I cgcxstgsg 05t20Pi2 05120)13 E,! EACHACCEDENT 43FFIC>"k77kiEMBEREXCLUQEQ7 � HtA.� - _. - (wnrlarorylnNt) / E,LOISEASE-EAEMPLOYE .$: 1,000,000 If as.desabe Lmaet- f yy -DESGREPT101J[SFCPERA'rEE}NS17CkrFl I E_L:.:DISEASE-POL1C`fLlhfiT :5. 1,000,00 C C l [-PYC,24(-=2a415 05121711.2 05120/13 Pollution 26000,000 Pollution f Limit) Aggregate DEMUPTION OF O2'15FZATMIfs[LOCATIONS.I VEHt ICLE5,JAIrs hACojR01G,1,AxId-dIonal Remarks 5ched,[ls9 more,epaca is required), See attached not_apad for adad tioi al cove=aga information. Projects. #E10100 Yorktown Blvd Phase 2 Cimarron Blvd to Rodd Field. Road > (Bond 2012) CERTIFICATE HOLDER CANCELLATION. CICt3-GC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CAs[CELLEC'.SEFORE THE EXPIRATION RATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9277 Carpus Christi,TX 78469-9277 AUTHORIZED REPRESEWATIVE I ID 19 88-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACOR.0 name and logo are registered marks of AGORD BERGPCI PAGE 2 NOTEPAD ursURWSNAME Berry Contracting,LP OP 1D:BRNI oATE 04/15113 C,ener Liability: The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only hen there is a written contract between the insured and certificate older that requires such status. Additional Insured -- Owners, essees or Contractors - Scheduled Person or Organization CG2010 10/01, and Additional Insured - Owners, Lessees or Contractors - Completed rations CG2037 10/01. The General Liability policy includes a blanket automatic Waiver of subrogation endorsement that provides this feature only when there is a itten 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 -20267 (06/06) only when there is a Written contract requiring such. utomobile: 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) . e 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: Zhe 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 W0000313 11/05 6 'Texas Waiver of On= Right to Recover From Others Endorsement C420304A (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 WC000109B 07 11. The Workers Compensation policy includes Maritime Coverage Endorsement - imits of Liability $1,000,000 Each Accident/Aggregate, and includes Transportation, Wages, Maintenance I Cure WC000201A 0492. The Workers Compensation policy includes Voluntary Compensation Employers iability Coverage Endorsement WC000311A 08/91 6 Voluntary Compensation itime Coverage Endorsement 1KC000202 (4/84) . 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: HOL°EtC°DE CICO-CC BERGPCI PASS imuRwammE Berry Contracting,LP OP ID:BRNI DATE 04116113 CERTIFICATE}HOLDER:City of Corpus Christi The General Liablll ,Auto&Wo kern Compensation olldes Includes an andors%, providing that 30 days'notli of cancellation 11 be furnished to the certificate Molder except 10 days notice of nonpaaYYmment cif p[remium.General Liability Notice to Others Endorsement- cheduie Notice b�y Insured's Reoresent=ALL-32686 xr01111 Auto- Notloe��to Others Fhdorsement-Schedule Notice by Insufed's i Eepresentative Schedule6Motllclel�y Isurre Workers Compensation HNC 99©3 699(p 11 ij dorsement- POLICY t4llI4 SPR: FIDO G25438960 Berry Contracting., LP dba. Bay, Ltd:., COMMERCIAL GENERAL LiABury Policy Term: 05/20/'12. to 05/20/13 CG20371©01. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY /ADDITIONA.L.INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS This endorsement modifies insurance provided unda€ Ibe followitng. JCOMMERCIAL GENERi4L.LIABILITY COWRAGE PART scHEDuLE Marne of Person or Organizations A'q Person or ergan zati= wham you have agxeed to include as .ass.additional insured under a written contract, provided sucih contract was executed prior to e date of Joss. City of Corpus Chr-isti, Dept. of Engineering Services Location and 102acription of Completed.Operations: All locations whew you are }car-foz= ng work for sued. addit±tmal insured,pursuan.t to anv such written ccn-E act. PO Box. 92.77 Corpus Christ Tx '78469 79277 Additional Premium: ........:. ina].isciee� (if no entzh:appears above,inforrnation required to complete this endorsement W11 be shown in the Declarations as applicable to this endorsement) Section If_ W]ho Is An Insured is Rnlended.ta include as an insured the petson or'arganizatioh shovin in the Schedule,but only with respect.l.. fiabIlity arising out of"y6ur work"at the localf6h das'tgriated and described in the`schedule~of:this en- dors:ernent performe dfiar that insured and.included in the"products-completed operations hazard R-.M. Lee Swaritr_er & Gordon Insurance Agency, I,1C CO 20.87 10 01 (P ISO Properties,Inc..-...2000 Page T of 6t7 POLICYNUMBER: MDO G26438954 " ENUT. W34 Berry contracting, 1,P. dba: Hay, Ltd. COMMERCIAL GENERAL LIABILITY Policy Term: os/2p/i2: ta. 0.5/24/13 CG 20.101001 THIS ENDORSEMENT CHANGES THE POLICY.. PLEASE READ IT CAREFULLY. 1"i" O lAL, INSURED.- OWNERS s LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This;endorsement modifies insurance provided:under the followirng COMMERCIAL.GENERAL LIABILr7Y COVERAGE T'AR'T SCHEDULE Name of Person or Organization: Azy:Owner, lessee or Cnnttactor Whops you have agreed to ;inrli:.de as an additional znA..=ael under a. written cont=act, provided such contract was axecuted.priox to the date- of loss. City of Corpus Christi nenartment of Engineering Services RttP__ Contract Adn� inistrato?' PO Box. 9277 Corpus Christi;, TX 78469-9277 (if no entry appears:adove,information required to complete this endarsementvvill be shoes in the Declaraflans as applicable:::to this endorsement.) A, Section II Who Is An Insured is amended to {9} All work,, including materials, parts:.cr include as an insured the person or organization uipment famished in e4nnec on wifn:: shown in the.Schedule, but only wltti respect.to srac>rt wori<, on the project (other than.. liability arising out of your ongoing_ operations seniice, maintenance or repairs) to he. performed for that insured. perforated by or on behalf of the additional :insured E. With respect to the insurance afforded to {base (s) at tie site of the- additional Insureds, the folid%*g exclusion is covered . operations Itas been added:. completed,yr. 2..;Exelersions (2) That portion of"your work"out of which This insurance does not.apply to "bodily the injury or damage arises has been Injury. .°ar""property dana e"cccurrir� after put to its intended use by any person or P P.ttY 9 organ.zation other then another contractor or subcontractor engaged in: Performing operations Ibr a principal as a pert a the same project. R.M. Lee 6wantner & Cordon Insure-lice Agency, LL.0 CG;20.1.010.01 CQ 130 Properties,.Inc., 2000_ Paget of 1 17 62 POLICY NUMBER: 1SA HOSS96982 f BNOT ft ADDITIONAL INSURED— flES1G lATI C?PERSON CSR ORGANf AmoNS. !Tamed Insured Berry GP, Znc. , Berry Contracwxn I;;_ dba Bay, Ltd: EniforsercteritN[irnber 8 Policy Symbol Policy Dumber Poesy Penod Effective va€e of. iddrsement ISA H1786$54$2 0-9/20/2012 to 05/20/2013 Issued By.(blame of lnsurance,Companyy Aim Aaesxcan Insusanee CampaAl . The ahpsre rs nlred rR#e ram 'etsd aril:when this endorsemenles�ssited sups eni l0 3lco re �a oHhe THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREr-ULLY. This endorsernent modifies Insurance;Provided under the fallowing: BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM GARAGE COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM HESS TRUCKERS,COVERAGE FOORM Additional..insured(s):' Any pexsan or organization whom Yen have agreed to, include as an adcLi ti Oral, ins =ed under a w>rs teen Contra zt, ..provided such contract Vitas executed prxor to the date of loss. A, For a covered°auto,,Who Is lrtsured-is amended to inr"ude as ail'1risured,'the persons or organizations named in this endorsement. However;these persons or organizations are an "insured" only for"bodily injury"or"property damage"resulting from acts or omissions of 1. You. 2. Any of your"employees"or agents'. 3. Any person operating a covered°auto°with permission frorn you,any of your"employees"or agents, B. The persons or organizations named in this endorsement are not liablelor payment of your premium. City ot_ Corpus Christi Department of Engineering sei-v�ces' Attr_: contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 Authorized Representative €3A=9U74a(04111): Page'1 of 1 POLICY tVUMSSR: HBO.i�Osaa EtIDT. ;#29 NOTIC2 TO C3THERS ENDOR$Em.VNT—SCHEDULE NOTi.CE BY MuRED,S.Fri pkEsENTATIVE Named Insured Endorsement Number BP s GP, Inc,..: Bezry Cantractarag.:, :.LP dba Bay, ltd:. 8. Policy Symbol Policy.Number I Policy Period Effective Date of Endorsement. tat G26438950 05/20/2012 t:6 0/2012013 Issued By(Name of Insurance Gotiipahy) .AC& .American Jnsu_=a-a0e Company incest the PetW Amber.The mmarderof theierocmation Es to b6mm feted only when this eMonament is bsued9vb&aquentto Uia'ie oration of the � THIS ENDORSEMENT CHAN.G:i;5 THE POLICY. PLEASE READ IT CAREFULLY, A. If we cancel the Policy prior to its expiration date by notce:to you or Elie first Named insured for any reason other than nonpayment of premium,we will endeavor...as set aut in this endorsement, to send written notice of cancellation: 0:the persons or orgariazatians listed .iin the schedule that you or your representative create or maintain[the"Schedule') by allowing your.representative to send such notice to such persons or orgarftafions. This notice Will 66:in additfon to our notice to you or the first Named Ensured, and any other party whom we are required:to notify by statute and in accordance with the cancellation provisions of the Policy. E. The notice referenced in this endorsement as provided by your representative is attended only to be a courtesy nctifscation.to the'.person(s)qr organizatlon(s),named in the Schedule in th.e.event of a pending cancellation of coverage. We have no legal obligation. of any kind to any such persons) or organizatlon(s). The failure to provide advance 'natMcation of cancellation to the person(s) or organfxalion(s)shown in the Schedule will impose no 011gatlon or liability of any kind.upcin us,our agents or representatives,will not extend any Policy cancellation date and vtitl not negate any cancellation of the Policy: Yft are not responsible for verifying:any inf tmation in any Schedule. nor are.we:responsible for any ,incorrect informaban that you or your iepresenfi4Gv2 may use. D. a vvill only be responsible'for sendin such notice to your re resentative,and S Y p your'-representative will in send the notice to the persons,or organizations listed iri the Schedule at feast 30..days ys prior to the cancellation date.applicable to I e Policy. `ou 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 condlttons of the Policy remain unchanged' �M Authorized representative ALL-32688(olij ) Page l of I s7 ' POLICY NUMBER. iSA HO,&695982. ENDT. #12 NOTICE TO.OTHERS FNOQKSI MENT SCHIrl :Ul.E. NOTICE 5Y lks' UREWS.REPRESENTATIVE Named Insured Endorsement Number Ba=zy GP, Inc.., Berry Contracting, LP dba Bay.,.: Ltd;, 12 Policy Symbol Policy Number Policy Period Effecrive:lute of Endorsement ISA H08695982 05/20/2012 to 05/201/203..3 Issued By(Name of Insurance Company) ACE P.mesican Incur;nCe Company tnsert the"DoPey number. Tare re€afnder ad1he int`dimation Is to be con toted only"en lfil§:mde.rsernent Is issued svbkweat tathe p fegaraGon of the PORM THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REA D IT CAREFULLY. A. if the cancel the Policy:prior to its expiration'date by:notice to you or the first Tamed 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 alloying your representative to send such notice to such persons or organizations. This notice will be in addifion to our rtcsite to you or the first Named Insured, and any.other party whom we are required to notify by statute:and in accordance w4h the cancellation prcvfslons 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 organizations) The failure €o. provide advance, notification of cancellation to the: persons) or organization.(s)sham in the Schedule Will impose no,obiigatiori or liability of any kind..updn us,our agents or represenfatives„w0l 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 irtcorrect information that.jiou or your representative may use. Q. 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 3Q days prior to the cancellations date applicable to the Policy, You will cooperate with us in promviding 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-32666(01111) Page 1 of 1 34 tt►arkers`CompenoaftrOnd Eisttsloyers`Llability Policy. Named Insured Endarserrsent Number BERRYGP,:.INC. Berry Contracting,. T,P dba P.O.BOX 4858 Bay, Ltd_ Policy.NOrnber CORPUS CHRISTI TX 784694858 Syrr16o1: WLR Number:046781454 V Policy'Peiod Effective Bate of'Eridorsement 05-20-2012-TO 051-20-2013 05-20-2.012 Issued By(Name of In9urance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number.The remainder of the information is to he'com latsd Only when thls endatsetnerlt 3s.issued e repamtion;o€the [& NOTICE TO OTHERS rMORSEMENT—SCH1=D .:ILE NOME BY:INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its%expiration date by notice to`-you or the first Warned insured for any reason other than nonpayment of premium,we will endeavor, as set out in this endorselrlent, to send wntten.:notice of cancellation, to the persons or organizations listed in the schedule that you oryour representative create or maintain(tire"Schedule") by allowing your representative to send such notice to such persons:;ar organizations . This notice will be in addition to our notice to you or the first Named Insured, and any other party wm ho live 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 organizations) named in the Schedule. in the event a pening cancellation of coverage We;h.ave no legal obligation.of any kind to any such person(s) or organization(s). The failure to provide advance nofficatton of cancellation to the person(s) or organization(s) shown .in. the Schedule will Impose .no obligation or liability of arty [rind upon us, our agents or representatives, viiill not extend any Policy cancellation date and will.not negate any cancellation of the Policy. e aren '.rt©t. responsible for verifying any information in env .Schedule, nor are we responsible for any incorrect nformafion:that you or your representativernay use. D. We wil] only.be.responsible for sending such'noflce4o.your representative, and your representative will in.:turn send the notice to the persons o.r orsg.anizations listed ih: the Schedule at least 30 days pricer to the cancellation date applicable to thee Policy You omit 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 terrns:and conditions of this Policy remain unchanged.: Authorized Representatwe 2885 WC 99 6369(01111) Page f'tiE i 22 BERGPC1 OP lb EIDI ACaRf " �- CERTIFICATE OF` LIABILITY INSURANCE D"W17113 3 05/17/ THIS CERTIFICATE IS ISSUED AS A MATTEkOF 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 POLCC)=S BELOW THIS CERTIFICATE OF INSURANCE:GOES NOT-CONSTITUTE A CONTRACT BETWEEN THE ISSOING INS(1RER(S), AUTHORIZED REPRESENTATIVE p€i,:PRODUCER,ANt3rTHE CERTIFICATE HOLDER. IMPORTANT, If the certificate holder is an ADDITIONAL INSURED,the'policy(ies) must be endorsied. If SUBROGATION 1S WAIVED,subject to the terms and conditions of.the policy,.cettain policies may require an endorse.mertL A statement on this certificate does riot confer rights'to the r certificate-holder in.lieu.of such endorsement(s): PRODUCER 361-8834711 Swantner.&Gordon Ins Agcy-CG; A Higginbotham Company 3G1-$44.0181 P t a aof7»8831711 NFJd. 101 PO Box 870 B MNL Corpus Christi,TX 76403-0670 AAOORess: Randal M Lee INSURER S)AFFORDING COVERAGE Niue 0 INSURER;a ACe.:American insurance Co 22667 INSURED Berry Confiraating,.LP INSURER e:Indian Harbor insurance Ca 30940 dba Bay,Ltd. P.O.Box 4858 tNSURER.c: . Corpus Christi,TX 78469-4858 INSURER.n:: . [NSURER.E: ....:. i INSURER:F:L41.. COVERAGES CERTIFICATE'NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INS URANCE:LISTED BELOW HAVE BEEN ISSUEC TO THE INSURED NAMED,ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR<OTHER'DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE:MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES::DESCRIBED HEREIN Is W. BJEC-T TO ALL THE TERMS, EXCLUSIONsANO CONDITIONS OF SUCH PQLICIES-LIMITS SHOWN MAY HAVE BEEN.REDUCE_D`BY PAID CLAIMS. LTR{ -TYPB.tlFINSURANCE: �_ PO --FF -PO CYEXP. I SR POLICY:NUMBER MMI)rrml WMITS GENERALLIAI I - eACHOCCURRENCE S 9,000,00 ED A -X COMMERCIAL GENERAL LIABILITY HDOG27018245 05120113 05/20114 PREMISES Eabccliire:iee S 100;00 . i CLAIM IyWDE 17x OCCUR. MED:EX?(Any-drli#person) 5 10;00 . PERSONAL&ADV'INJURY S 1,000;00 GENERAL AGGREGATE Is 10,0001-00 GE LAGGREGATmLMI7 APPLIES-PER. � I .R. 00 UCTS-COT:€P1OPACi I S STOD;DO PQWCY,I!�-,I PRO.....�LOG> I S AUTOMOBILE LIA13ILM COMBENED SINGLE LIMIT Ea gccide[it S. 1:000,00 A X AW,,AUTO ISAH08718891 '0512011.3. 05120114 Booty INJURY(Per person), I S ALL OWNEO SCHEDULED. AllTOS AUTOS RODILYINJURY(Per aatdenb S �:.: .. IHIREDALITOS AUT 5>3VNEEE - PROYER7YDAMAGE S . [ .� Pe;.th�ytlerst x ;UMBREL1ALiAB X..00CUr� � �el�occuliRREtICE s 25,000,00 A !!EXCESS UAB CLAIMS-MADE XOOG25910552 051201.13 I 05120114. I AGGREGATE I S 25,000,00 IDED X.,.�:RETENTI£3NS -2,000 S N10RKERSCOMPENSAYION U- QTH.1. AND EMPLOYERS WA8tLJTY - X II A = YIN WLRC47377435 05}20Ii3. 08/20/14 OFF3CERIMEMSER.EXCLUD!i I�1 .N1R - E.L..eAcHACCIDENT �.5 1,000,00 (Mandatory in NHI # q E.L DISEASE EA EMPLOYE 1I s 1; 00,00 itYes�desaibe r�uiee DESCRIPTION OF OPERATIONS below f $ CC3nt1'aCtOrS I E.L.AISE.45E-POWCYLIIvIIT�5 700,00 CPL7420319 05120M3 . 05120/14 EPollution IaD,00 Pollution I [Limit/# f � Aggregate betcRiPTiON OF OPERATioNSJ.LOCA'tiONS i VEHSCLES (Mach ACORP.TG1,Additional RemarRs Schedule,.1 mere space Es requited) - 1 See attached notepad for additional coverage in£'ormation. . GE 1 Project: #E10300 Yorktcrrrn Blvd PYiase 2 Cimarrari S1ad; to:R Meld Road. (Bond 2412) MAY L 0 2013 LENGNEERIN SERVICES CERTIFICA'T'E HOLDER CANcr=LL AT1ON CICO-CC SHOULD,ANY OF THE ABQV-E DESCRIBEO:.POLIC(ES..BE CANCELLED BEFORE THE EXPIRATION, DAT;= THEREOF, II WILL BE DELIVERED IN City,of Corpus Christi ACCdRDANGE WITH THE POLICY PROVISIONS.. PO'Box.9277 Corpus Christi,TX 78463-9277 AUTHORIZED REPRESENTATIVE 0.1988-2010 ACOR©:CORPORATIQN. All rights res erved. ACOR0.25{2010105} The ACORD name::arid'logo are registered marks of ACbRD BERGPCI PAGE 2 NOTEPAD INSUREDS NAME Berry Contracting,LP OP ID: EIDI DA-M 05/17/13 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 ndorsement - Non-Contributory Endorsement For Additional Insureds Form LD-20287 (06/06) only when there is a written contract requiring such. utomcbile: 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 & Texas Waiver of Our Right to Recover From Others Endorsement 420304A (1/00) . The Workers Compensation policy includes Longshore and Elarbor Workers* Compensation Act Coverage Endorsement WC000106A 0492. The Workers Compensation policy includes outer Continental Shelf Lands Act Coverage Endorsement WC000109B 07 11. The Workers Compensation policy includes Maritime Coverage Endorsement - Limits of Liability $1,000,000 Each Accident/Aggregate, and includes Transportation, Wages, Maintenance & Cure WC000201A 0492. The Workers Compensation policy includes Voluntary Compensation Employers Liability Coverage Endorsement TAC000311A 08/91 & Voluntary Compensation ritime Coverage Endorsement WC000203 (4/84) . 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. HOLDEROOOE CICO-CC BERGPCI PAGE 3 INsuRwsNAme Berry Contracting,LP OP ID: EIDI DATE 05/17113 CERTIFICATE HOLDER:City of Corpus Christi The General Liability,Auto&Workers Compensation policies includes an endorsement providing that 30 days'notice of cancellation ill be fumished to the certificate Molder exce t 10 daYs�notice of nonpayment of premium.General Liability �tice to others Endorsement- Schedule Notice hy Insured's Representa�ve ALL-32686(011111,Auto- Notice to Others ndorsement-Schedule Notice by Insunad's Representative ALL-32686(07111)&Workers Compensation-Ng ice to Others Endorsement- Schedule Notice y Insured's Representative WC 990369(01/11).