Loading...
HomeMy WebLinkAboutC2013-196 - 6/11/2013 - Approved . .......... 6/11/13 Garrett str c Company SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR Marina Parking Area Rehabilitation (Rebid) FOR PARKS AND RECREATION DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3464 tip K r MW f ®NFL CORPUS CHRISTI RECREATION AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 Fax: 361/826-3501' Prepared by i URS Corporation 711 N. Car Canis, Suite 1620 Corpus Christi, Texas 79401-0572 PROJECT O: 5243 L DRAWING ®: P -757 Marina Parking Area Rehabilitation ) NOTICE Project No. 5243 Table of Contents a {Revised 7/5/00} CONTRACTORS NOTICE TO - A (Revised March 2009) insurance Require nt NOTICE - H (Revised 7/5/00) Worker's Compensation Coverage for Building or Construction Projects For Government ntitie SPECIAL -1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project -4 Method of Award A-5 items to be submitted with Proposal A-6 Time of Completion/ Liquidated Damages -7 Workers Compensation Insurance Coverage > � A-8 Faxed Proposals A-9 Acknowledgment of Addenda -10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies {Revised 7/5/00} A-12 Maintenance of Services -13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking -15 Excavation and Removals A-16 Disposal /Salvage of atrials - "�d (Not Used) A-18 schedule Sequence of Construction A-19 Construction Staking -20 Testing and Certification ® P®^saet Sign (Not Used) -22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) --1 ®®-- _ __ s-_,s--- -==--- ,>�...n4 (pot Used) -_= -z— A-24 Surety Bonds APPLICABLE (6/11/96) A-26 Supplemental Insurance Requirements (Not Used) A-28 Considerations for Contract Award and Execution A-29 Contractors Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra work and Change Orders -32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-3 1 Not Use A-36 Other Submi tals (Revised 9/18/00) -37 (Not Used) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities - C4 of Corpus C i of iii a of Contents 5243 February 2013 Gerblf i e e pane ��� =r %�® �4 - - (Not Used) A-4n Amendment to Section B-8-6: Partial Estimates A®41 ozone Advisory A-42 OSHA Rules & Regulations A®43 Amended Indemnification & Hold Harmless (9/99) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A®46 Disposal of Highly Chlorinated water (Not Used) A®49 Overhead Electrical Mires (7/5/00) A®49 Amend "Maintenance Guaranty" (9/24/00) A�50 Amended Prosecution and Progress Av51 St rm a.ter Pollution Prevention Plan submittal Transmittal Form PART B ® GENERAL PROVISIONS PART C - FEDERAL WAGE RATESAND REQUIREMENTS F ART T - TECHNICAL SPECIFICATIO 013300 Submittal Procedure 021020 Site Clearing & Stripping 021040 Site Grading 021030 Site Demolition (S-55) 022020 Excavation and Bacicfill for Utilities and Sewers (8-9); 022021 Control of Ground Water 022040 Street Excavation (Sw0), 022090 Embankment (S-13) 022100 Select Material (S®15) 022420 Silt Fence and SWPPP (S®97) 023020 Jacking, Boring, Tunneling (S-65) 025220 Caliche Fill (S-24) 025222 Flexible Base - High Strength (S-24) 025404 Asphalts, Oils and Emulsions (S-29) 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks & Driveways 025007 Pavement Markings (S®45) 026202 Hydrostatic Testing of Pressure System (S-89) 0262.06 Ductile Iron Pipe and Fittings (S®51) 026210 Polyvinyl Chloride Pipe (S-03) 026404 Water Service Dines (5-97) 026406 Private Water Service Dines (S=112) 026409 Tapping Sleeves and Tapping valves (S®04) 026411 Gate Valves for Mater Tines (S-95) 026416 Faire Hydrants (S=96) 030020 Portland Cement Concrete ( ®40) 032020 Reinforcing Steel (S®42) 035000 Concrete Structures (S®41) 050200 Welding (S-43) 06300 Geogrid City of Corpus Christi Page fi of r1i Table of Contents Project 5243 February 2013 LIST OF DRAWINGS GEOTECHNICAL USCE PROJECT PERMIT NOTICE AGREEMENT PROPOSAL/DISCLOSURE PERFORMANCE PAYMENT BOND City of Corpus Christi Page iii of iii Table of Contents Project 5243 February 2013 NOTICE TO BIDDERS X NOTICE Sealed proposals, addressed to the City of Corpus Christi, Texas or: , , Marina Parking Area ilit do (Rebid) , roj ct No. 3; consists of grading, suhgrade preparation, paving an area of approximately 1500 SY and other site work included utility improvements an fire protection in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2 :00 M on Marc 2013 an then licly o ens arz rea bi e eNe® after c osing time will be returned unopened. pre-bid meeting is scheduled for 10:00 7, 2013 and will be conducted y the city. The iocation ot the meeting wl 1 be the Department of Engineering ervices Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. Plans, proposal forms, specifications contract documents may be procured from the City Engineer upon posit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in ooc con ition within two wee s of bid date. Documents can be obtained by mail upon receipt of an additional t 1 which is a non-refundable postage/handling charge. CITY of CORPUS CHRISTI, TEXAS / / Daniel ales, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 ;`� NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised March, 2009 Certificate of Insurance indicating proof of coverage in the following amounts is required: E 3 -bay Notice of CancellatLen xeqaixed on Bodily Znjuzy and Property all r / Commercial General Liability including: $2,000,000 COHBINED SINGLE IT 1. Camexcial Form 2. Premises - Operations 3. Uplosion and Collapse Hazard 9. Underground Hazard 5. s/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 0, Xndepandent tractor . Personal Injury AUTCNOBILE LIABILITY--OWNED ED $1,000,000 CONSINED SINGLE: LIMIT OR RENTED , WHICH COMPLIES WITH THE TEKU W ' 440 S' COMPENSATXON COM?6WSATXON ACT AIM PARAGRhPH IF OF ,.:. THIS EXHIBIT M EMPLOYERS9 LX ABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL i L / $2,000,000 COMBINED SINGLE LIMIT ENVIRONMNTAL IMPAIRMENT COVERAGE Hot Limited to sudden i accidental REQUIRED discharge; to include long-term environmental Impact for the disposal o f NOT RcQUIPAD contaminants BUILDERS' RISK See Se on -6-21 and Supplemental Insurance Requirements REWIRED 7% REQUIRED INSTALLATION See Section 13-6-11 and Supplemental Insurance Requirements REQUIRED T REQUIRED Page I of mThe City a must be named as an additional insured on all coverages except worker's compensation liability coverage. m7 he name of e project st be listed under "description of operationsw an I } each certificate Of insurance. rcr each insurance coverage, the C=tractox shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the 0ity with thirty ( 0) 0ays prior Written nOtiCe of cancellation of Or material change an any coverage. The Contractor shall provide to e city the other endorsements to insurance policies or coverages whIch aze speci-fied in section -6-11 Or Special Provisions section of the contract. completed °° a t" must be submitted with your proposal. should you have m ng inatzrance requizemmatz, pleaze contact the contract i atO at -3500® Page 2 of 2 NOTICE TO CONTRACTORS -- WORKER' S COMPENSATION INSURANCE UIR S r r�= NOTICE INSURANCE WORKEWS COMPENSATION REQUIREMENTS Page lfil Texas Adminbstrative Code TITLE 28 INSURANCE PART2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS'COMPENSATION CHAPTER 110 REQUIRED N0710ES OF COVERAGE SOCHALT—ER B EMPLOYER NOTICES RULE§110.110 Reporting Requirements for BuHding or Construction Projects for Governmental Entities (a)The following words and terms,when used in this rule,shal I have the following meanings, unless the context clearly indicates otherwise.Tems not defined in this rule shall have the meaning defined in the Texas Labor Code, if so deflned. (1)Certificate of coverage(certificate)—A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a workers*compensation coverage agreement(TWCC-8 1,TWCC­82,TW CC-93,or TWCC-84),showing statutory workers! compensation insurance coverage for the person!s or entity's employees(including those subject to a coverage agreement)providing services on a project for the duration of the project. (2)Building or construction—Has the meaning defined in the Texas Labor Code, §406.09 (e)(1). (3)Cott ftwtormwA person bidding for or awarded a building or construction project by a governmental entity. (4)Cave rage—Workers'compensadon insurance meeting the statutory requirements of the Texas Labor Code,§401.011(44) (5)Coverage agreement—A written agreement on form TWCC-8 1.form TWCC-82,for TWCC-83,or fbrm TWCC-84,filed w® the Texas Workers"Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers'Compensation Ac4 pursuant to the Texas Labor Code,Chapter 406, Subehapters F and G,as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6)Duration of the project—Includes the time from the beginning of work on the project until the work an the project has been completed and accepted by the governmental entity. (7)Persons providing services,on the project("subcontractor" in§406.096 of the Act)—With the exception of persons excluded under subsections (h)and(i)of this section,micludes aU persons or entities performing all or part of the services the contractor has undertaken to pedonn on the project,regardless of whether ffiat person contracted directly with the contractor and regardless of whether that person has employees.This includes but is not limited to independent contractors,subcontractors, leasing companies,motor carriers,owner-operators, employees of any such entity,ore loy s of any entity furnishing persons to perform services on the project. Page 2 of I I ;;,..; "Services"includes but is not limited to providing,hauling,or delivering equipment or materials, or providing labor, transportation,or other service related to a project. "Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply delivedes,and delivery of portable toilets. ( )Project--Includes the provision of all services related a building or construction contract for a govenimental entity. (b)Providing or causing to be provided a certificate of coverage pursuant to this rule is representation by the insured that all employees of the insured who are providing services on project are covered by workers'compensation coverage,that the coverage is based on proper reporting of classification codes and payroll amounts, d that all coverage agreements have: been le with the appropriate insurance ier or,in the case of a self-insured,with e commissiores Division of Self-Insurance Regulation.Providing fidse or misleading certificates of coverage, or failing to provide or maintain required coverage,or failing to report any change that materially is the provision of coverage may subject the contractor or other person providing services on the project to administrative n ties, criminal penalties,civil penalties,or other civil actions. (c)A governmental entity that enters into a building or construction contract on a project shall: j (1)include in the bid specifications,all the provisions of paragraph( of this subsection,using e language required by paragraph( of is subsection; (2)as part of e contract,using language quire by paragraph(7)of this subsection, require the contractor to perform required in subsection(d)of this section; ( )obtain from the contractor a certificate of ve a for each person providing services on e project,prior to that person beginning work on the project; (4)obtain the contractor a new certificate of ver e showing e i of coverage: (A)before the end of the current coverage period,if the contractor's current certificate of coverage shows that the coverage period ends during the duration of a project;and no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage ends during 'on of the project; ( )retain certificates of ve a on a for the duration of the project and for fl=years thereafter, (G)provide a copy of a certificates of coverage to the commission upon request d to any person entitled to by law;and (7)use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes,except those required to accommodate tha specific document in which they are contained or to impose stricter standards ofdocumentation; G i Page 3 of 11 (d)A contractor shall (1)provide coverage for its employees providing services on a project for the duration of the pruject based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage showing workers'compensation coverage to the governmental entity prior to beginning work on the project; (3)provide the governmental entity,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration ofthe project; (4) obtain from each person providing services on a project and provide to the governmental entity: (A)a certificate of coverage, prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (B)no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the.project; (5)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage.This notice does not satisfy other posting requirements imposed by the Act or other commission rules.This notice must be printed with a title in at le t 30 point bold L'pe and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population-The text for the notices shall be the following text provided by the cornmission on the sample notice,without any additional words or changes,Attac_he (8)contractually require each person with whom it contracts to provide services on a project to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project for the duration of the project; (B)provide a certificate of coverage to the contractor prior to that person beginning work on the project: (C)include in all contracts to provide services on the project the language in subsection(e)(3) of this section; Page 4 of I I )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 e current certificate of coverage ends during the duration of the project; )obtain from each other person with whom it contracts,and provide to the contractor: (i)a certificate of coverage,prior to the other person beginning work on a project;and (ii)prior to the end of the coverage period,a new certificate ofcoverage showing extension of a coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year a r, ( )notify the governmental entity in i ' by certified mail or personal delivery,within ten days after the person knew or should have known,of any thane that materially affects the provision of coverage of any person providing services on the project;and )contractually require each other person with whom it contracts to perform as required by subparagraphs( )-( of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project,other than a contractor,shall: (1)provide coverage for its loyees providing services on a project,for the duration of the project based on proper reporting ofclassification codes and payroll amounts and ding of y coverage ; V ` (2)p rovide a certificate of coverage as required by its co n ct to provid e services on the project,prior to beginning work on the project; (3)have the fbilowing language in its contract to provide services on the project: ` signing is contract or providing or causing to be provided a certificate of coverage,the person signing this contract is representing to the governmental entity at all employees of the person signing this contract who will provide services on a 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 e appropriate insurance carrier or,in the case of a self-i wM the ca mission's Division of Self-Insurance Regulation.Providing false or misleading information may subject the contractor to administrative penalties,criin n ti ,civil penalties, or other civil actions." (4)provide the person for whom it is providing services on prof 4 prior to the end of e coverage period shown on its current certificate of coverage,a new certificate showing extension of coverage, if the coverage period own on a ifi a of coverage ends during the duration of a project; (5)obtain from each person providing services on a project under contract to it,and provide as required its contract: ( )a certificate of coverage,prior to the other person beginning wort on the project;and (B)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6)retain al I required certificates of coverage on file for the duration of the project and for one year thereafter; (7)notify the govemmental entity in writing by certified mail or personal delivery,of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change;and (8)contractually require each other person with whom it contracts W (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for ail of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (C)include in all contracts to provide services on the project the language in paragraph(3)of this subsection; (D)provide,prior tot a end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificatc of coverage ends during the duration of the project; (E)obtain from each other person under contract to it to provide services on the project,and provide as required by its contract: (i)a certificate of coverage,prior to the other person beginning work on the project-,and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (0)no e governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (M contractually require each person with who it contacts,to perform as required by this subparagraph and subparagraphs( )®( of this paragraph,with.the certificate of coverage to be provided tothe person for whom they are providing services. (f)If any provision ofthis rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application,and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a Bove en entity on or after September 1, 1994.This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994,which are not required by law to be advertised for bid. Page 6 of I I The coverage requirement in is rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c,to register with a Texas Department of Transportation who provide accidental insurance coverage pursuant to Texas Civil Statutes,' Article 6675c, §46). (i)The coverage requirement in i rule does not apply to sale proprietors,partners.and corporate o cers who meet the requirements of the A §406.097(c),and who are explicitly excluded from coverage in accordance with the Act, §406.07(a)(as added by ouse Bill 1089, 74th Legislature, 1995, §1.20).This subsection li only to sole proprietors,partners, and corporate executive officers who are excluded from ve e in an insurance policy or certificate of authority to se -insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Sour Note:The provisions of this§110.110 adopted to beeffective September 1, 1994, 1 TexReg 57151 amended to be effective ove r 6, 1995,20 TexReg.8609 Page 7 o11 T28SI10.110(d)(7) "REQUIRED WORKERSt COWENSATION COVEBAGE'r #The law requires that each person working an this site rproviding services related to this construction project must he covered by workers I compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, orproviding labor or transportation or other service related to the project" regardless of the Identity of their employer or status as an employee. "Call the Texas Workers'Compensation Commission at 512 440-3 789 to receive information on the legal requirementfor coverage, to verify whet heryour employer hasprovided the required coverage, or to report an employer's fails re top vi e coverage." Page 8 of 11 T28S]10.110(c)(7) Article Workers'Compensation Insurance Coverage. A. Definitions: Certificate of coverage("Certificate')-A copy of a certi Cate of insurance, a certificate of authority to self-insure Issued by the commission, or a coverage agreement CC 1, C- C- 3, or MCC-84), showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on aproject,for the duration of the project. Duration o the project-includes the timeftom the beginning o the work on the project until the co r ror's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096) -Includes all persons or entities performing all or part of the services the contractor has undertaken to erformonthe project, regardless ofwhether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limit s` n, independent contractors,subcontractors, leasing companies, motor carriers, owner-operators, em to s of any such entity, or employees of any entity whichfurnishes persons to provide services on the project "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to aproject. "Services" does not include activiti unrelated to the project,such arfood1beverage vendors, o ee supply deliveries,and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classifcation codes and rail am sand filing of any coverage agreements, which gets the statutory requirements of Texas Labor Code,Section 401.01](44)for all employees of the contraeforproviding services on the project,for the duration of the project. C. The Contractor must provide a certificate of covers to the governmental entity prior to being awarded the contract. D.If the coverage period shown on a contractor's current certificate of covers ends during the duration of the project, the contractor must,prior to the end of the coverage perid ,file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain front each person providing services on a project, andprovide to the governmental entity. (I)a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have o file certificates of coverage showing coverage for allpersons providing services on the project;and )no later than seven days Oer 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&ration of the project. Page 9 of I I F. The contractor shall retain all required certificates of coveragefor the duration of the project and for one year thereafter. 0. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days afler the contractor knew or should have known, of change that materially affects the provision of coverage of any person providing services on the project R The contractor shall past on eachprojecl site a notice, In the texrfour:and manner prescrib ed by the Texas Workers'Compensation Cc mmission, info rm big 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. L The contractor shall contractually require each person with whom it contracts to provide services an aproject, to: (])provide coverage, based on proper reporting of class y7cation codes andpayroll amounts and filing of any coverage agreements, which meets the statutory requirements of as or 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 biro gprovidedfor 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 ofco very ge, of coverage period shown on the current ceriffleate of coverage ends during the duration ofths project; (4)ob twin from each other person with whom it contracts, argil provide to the contractor- (a)a certificate ofcoverage,prior to the otherperson beginning work on the project;and (b)a new certy1cate of coverage showing extension ofcoverage,prior to the end of the coverage period, the coverage period shown on the current ceriffilcate of covers ge ends during the ditration of the project, (5)retain all required ceilfcates of coverage onfile fort he duration of the project andfor one art re er, (6) ot6 the governmental entity in writing by certified mail Or personal dellveM within 10 days after the person knew ors ul e known, of any change that materially affects the provision ofcoverage of person providing services on the project, and (7)contractually require each person with who it contracts, to perform as required by paragraphs(1)m(7), with the certificates of coverage to be provided to the person for whom they are providing services. J By signing this contract orprovid rig g or causing to be provided a certocate of covers ge, the contractor is representing to the governmental entity that all emplojves of the contractor who will provide servi=on the project will be covered by workers'compensation cover agefor the duration of the project, that the coverage will be based on proper reporting of classification codes air dpayroil amozints, and that all coverage agreements will be le with the appropriate insurance cariler or, in the case of set i nsured,with the commission's Division ofSelf- Page 10 of I I Insurance Regulation.Pro vi in ,false or misleading information may subject the contractor to a&ninistrative Caen ties, criminal penalties, civil penalties, or other civil actions. The contractor's failure to comply with any ofthese provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breachfrom the governmental entity. Page 11 x11 PART SPECIAL PROVISIONS Marina Parking ea Rehabilitation (Rebid) PROJZCT NO. 5243 SECTION A - SPECIAL PROVXSXONS -1 Time and Place of Receiving Pr22osalslpre-Did MeetIna Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2200 ., , a , 2013. Proposals mailed should be addressed in the following manner: City Secret 's Office City of corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: DID PROPOSAL Marina Parking Axe a Rehabilitation (Rebid) Project No. 524 Any s s not ]2byeicaL;X...in .20s80s0i0n Of the City Sscret ls office at the time t of 1Z be deemed late and nonree2maive. Late pr9posals will be returned !!EMened to the r oBar. The proposer is solely resioonsible for delivqxy to the City Secret ls Office. DeliveKy of r the 2rgponer, their agent/re2rom tti , 11.9. Mail, or other delivegZ service, to M City address or office other than the City cre ' ffce will be deemed n - onsi if not is possession of the City SacretLLs Office 2rior to the date and time of i n . A pre-bid meeting will be held on Weggppday, FebE2sa 27, 2013, beginning at 10200 AM. The meeting will convene at the Engineering Services Main < .: Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, d will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. -2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description f Project Marina Parking Area Rebabilitation (Rebid) , Project No. 5243; consists of ceding, subgrade preparation, paving an area of approximately 1500 SY and other site work including utility improvements and fire protection in accordance with the plans, specifications contract documents. -4 Method of Award The bids will be evaluated based on the Total Bass Bid plus Additive Alternatives. Award will be jet to the availability f funds. The Base Bid is to include all utility improvements with Additive Alternatives adding on additional Concrete pavement surface area to the base bid area. 1. Total Base Bid (Pavement Areas 1 & 2) 2. Total Base Bid Plus Additive Alternative 1 Pavement Areas 1-3 3. Total Base Bid Plus Additive Alternative Pavem t eas 1-4 4. Total Base Bid Plus A tive to tive 3 Areas 1-5 Section A - eP (Revined 12/u/04) Page 1 of 22 The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A®5 Items to be Submitted with Proposal The following items are reM!ired to be submitted with the proposal-, 1. 5* Bid Bond (Must reference® Marina , PaEk 3 Rehabilitation (Rabid) Project o® 5243 as identified in the Proposal) (A cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 24 Disclosure of Interests Statement A-6 Time of ConaLS uidatad Dam� �s The working time for completion of the Project will be 90 calendar The Contractor shall commence work within ten (1 0) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $SOO per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Coa±gzation Insurance Caverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers, compensation insurance coverage must not perform any work an the Project® Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers compensation insurance coverage for its employees working on the Project until the date replacement workers, compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. in accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work an the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer- A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaxanty and be submitted in accordance with Section B-2 of the General Provisions. section A ® sp (Revined 12/l5/04) Page 2 of 22 Am9 Ac pwle ent of Addenda µ The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will he interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent inte retation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Kam rtes (Revised 7/5/00) Labor preference and wage rates for RXGKWAY OR XEkVY COUSTRUCTION. In case of conflict, Contractor shell use higher wage rate. MinJmum 1 1 The Cbrpus Christi City Council has determined the general prevailing minimm hourly wage rates for , Texas as set out in Part C. The Contractor and any subcontract= must not pay less than the specified t to all laborers, wadamn, and mechanics employed by them in the mmuitim of the 0ontract. The Contractor forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for laborer, or mechanic enployed, if such peram is padd less than the specified s for the classification of t keep an accurate record showing the name and classificatims of all laborers, workman, and mechanics eaployed by them in connection d to each 7he Contractor will make bi-weekly certified payroll submittals to the City Engineer. The or will also obtain ccpies certified s from all suEx=tractors and others working on the Project. These documents will also be submitted hi-weekly. (See section for Minority/MinDrity Business Enterprise participation Policy for me-half additional requirements concerning the proper form and content of the payroll submittals.) Cne and (1 times the specified 1y wage mist be paid for l hours worked in excess of 40 in my one week mid for 1 hours wadced an Sundays or holidays. Section -1®1, Definition of Itxms, and Section B-7®6a waLking Ha=s.) ® is (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with faci iti ing within the limits of t 1 provide o forty-eight (48) hour notice to any applicable a is anticipated t0 proceed in the vicinity of any facility 811 at 811 1-800-344-8377 or the Lcne Star Notification at 1®800-669-8344. For the Contractor's convenience, the fo listed. City Engineer &26-3500 Project Engimeer, MS Corporation 884-714D Tcaff is Engrineering 826-3540 Police Department 686-2600 Water t 026-1581 (826-1888 after hours) Wastewater Department 626-1800 (826-1888 after ) Gas Department 885®6900 (885-6913 after hours) Storm t 826-187 (826-1869 after hours) Parks ti t 826-3461 streets & solid waste services 826-1940 { eta E P 1 (977) 373-4858 E a C 881-25 (1-800-824-4424,after hours) Section A d SP l uri d 12/15/04) Page 3 of 22 City Street Div. for Traffic Signal/Fiber Cptic Locate 8261946 826-1960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) B97-9200 (Pager 800�72403624) Rc (Fiber Cptic) 813-1124 (Pager 888-204-1679) ChDiceCcm (Fiber Optic) 881-5767 (Pager 850-2981) CAPROX (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (NM 972-753-4354 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etcg and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accura.cy and cotpleteness of such information is not guaranteed'. it is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities, if the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. in the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temposry pumping to a satiesfact® outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flume d over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. it is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Are% Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricddinq SLaziddcds and PraCLicea as adopted by Line City. Copies of this document are available through the City®s Traffic Engineering Department® The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. section A ® SP (Revined 12/25/04) Page 4 of 29 A-14 Construction ipment 313 a °Tra leixt The Contractor shall keep the adjoining streets free of tracks d/or° spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. such work must be completed without any increase in the Contract price. Streets and curb lime trust be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the [project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sideways and driveways must be filled with BBclean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/aod and fertilizer. The dirt must be free of debris, cali,che, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the project must be removed unless otherwise voted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc. , are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. -1- -- i__po al/ 3.v ge of ateri.a Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. -17 Field Office NOT USED The Ge m A-18 Schedule a a exec® of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan mast detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items Section P (saviaed 12/15/04) Page 3 of 22 le initial Schedule: Submit to the City Engineer three (3) days prior to e Pre-Construction Meeting an initial Construction Progress Schedule for review. 20 Items to Include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identify the first work day of each week, 3. Submittal Dates: Indicate submittal dates required for all submittals, 4. Re-submission: Revise and resubmit as required by the City Engineer. 5, Periodic _Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction ut and Control The drawings may depict but not necessary include- lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project gineer® The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor, Control points or bench marks damaged as a result of the contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L•S.) licensed in the state of Texas retained and paid by the Contractor, The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits . Contractor shall call Texas all for all utility locates and have locate completed 48 hours prior to construction activities. Following is the minimum schedule of documentation required: Section A ap (Revised 12/15/04) Page 6 of 22 WHO Gas- Water a A_11 top of valves box; a valves vaults rim, a Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . 1- r a 9 1 �------tip , a __ ' -20 Te®tin Certification All teats required under this item seat be dome by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testis will be borne by the City. In the event that any test .fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 ProjecL i a NOT USED fellewlili :1 - --_.._°_�S. =°-aa--e.....e eeast_x%etien- -beg-- the- A-22 inori.ty/ i ority Business Enterprise Participation Policy #Revised 14/99) 1. Polio It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals an objectives of the Affirmative Action Policy Statement of the City dated Octobers 1989, and any amendments thereto. In accordance with such policy, the City has established goals, an stated herein, both for minority and female participations by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractors Any persona, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Section R - SP ( evime 18/15/D4) Page 7 of 22 Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority_ s ...,..Enterprise .En't'erpEise: A business enterprise that is owned and controlled by one or more minority person(a) . Minority persons include Blacks, Nexican-Ameri cans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: owned (a) For a sole proprietorship to be deemed a minority J business enterprise, it must be owned by a minority person. (b) For an enterprise doing b• siness as a partnership, at least 51.0k of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0k of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Panment Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterp rise a d. Minority: See definition under Minority Business Enterprise, e. Female Owned Business Entey- rinea A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0* of whose assets or partnership interests are owned by one or more women, or a corporation at least 51001 of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture, For example, a joint venture which is to perform 50.0% of the contract work itself and in which Section A - UP (Revised 12/15/04) Pago 9 of 22 a minority joint venture partner has a 50.04 interest, shall be deemed equivalent to having minority participation in 25.01 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: minority Participation ino ity Business Enterprise (Percent) Perti,ci ation (Percent) 45 15 b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially iform throughout the length of the Contract and in each trade. The transfer of Minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited.. 4. liance a. Upon completion of the Project, a finnal, breakdown of MBE s participation, substantiated by copier of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as rewired. A-23 Inspection, a ire (Revised 7/5/00) NOT US ie ®n. == h ur the ei ns ie the , a a -24 Surety Bonds Paragraph two ( ) of ,section B-3-4 of the General .Provisions is changed to read as follows: Section A = SP (Revived 12115/04) Page 9 of 22 "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the state of 011 Texas if performance and payment bonds are in an amount in excess of ten percent (lot) of the Surety Company®a capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (lok) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (3,0%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety® For contracts in excess of $ioo,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax E NO LONGER APPLICABLE -04--arr*is A the Ge. If the ate 198 sae If ie uppll-ew. section A SP (Revised 12/15/04) Page 10 of 42 A-26 Sup _pl rntal Insurance RegMirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating® In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material char a tea: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract .Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texan 78469®9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the elate the City* Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the elate the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. ` .. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B®6®11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the city, its agents, servants, and employees, and each of them against and mold it and theta harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any persons indemnified hereunder. A®27 Responqjbility for D e Cla NOT USED ne Section. A = SP (Revised 22/15/04) Page lY of 22 ,gat.. the � A-28 Considerations for Contract Award and Executi replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's l,i.gati t® execute a cont=act for this Project. If such approval is 4 not obtained, the award y be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B®7-13. A-30 Amended "Consideration of Contract® Re it rats Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text Within five ( ) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; . Pa list of the products to be incorporated into the Project; . Pb schedule of valves which specifies estimates of the cast for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of NBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications - �: by federal agencies or signed affidavits from the MEE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required it the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that Meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed s evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; section. A ® sp (Rvi.®ed 12/15804) Page 13 of 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; a. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning considerations for Contract Award and Execution and the Contractor's Field Administration staff. 9. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e. , Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy an Extra Work and e orders, under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and g22p9e ,Order9 the present text is deleted and replaced witli-the following-, Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amwxled "Execution of Contract" Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City M,igineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or it authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the to the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend ther Pre-Bid Xsetipq refezTed to in g2ecialprovision A-1, A-34 Precedence of Contract Documents In came of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc®, the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section A - SP (Revised 12/15104) Page 14 of 22 A-35 Ci y ate Faci3iti : Sp it NOT USED eter, subeentraeters,--a . a& their have-en- thei Giby - rte$ zx x'0c. ue related to ter gaeillty -at any—time. a u CH 4a leb site and -e ma'eLmials and repalEj reassembly,- standard Speelfleat-leas., HMO r r nfw ..s#t AHS-I larnra' �..-a cet a subeen'raeters, must -be eentained at all times at the—wat," . Section A - S (Revised 12/15/04) Page 15 of 22 _. Iii Gent-ra must be elewAy GE as d GefftE ehaftses,r red '�"ro.&, y 1no a4 e e.s®me®eo...m® ®oo lie F ® F s .� -+'$a a� �a �+@A.°e aw o+m vc,s.�. �-ua m+n.9x a..awswe �'•.• a ° (Revided 17/15(04) Page 16 of 22 9 The Gentr��v �e add the-Be By ggpp ,fig -bed i �Z6�'t .a the �� eC sheet 1 ar is Bet In show- all Ar-ed sheets. The 4 T-N-e e shall be allowed the—pr-e4eet- A-36 Other Submittaln 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: as Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. keprodcibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sweet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor Must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items f. marking-, Contractor Must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information i e to this Project. 9. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which y be detrimental to successful performance of the completed work. ectiorn A - SP (Revised 12/15104) Page 17 of 22 h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps an all submittal forms. Resubmittalsk Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2, Samples® The Contractor must submit samples of finishes from the full range of manufacturers, standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related e iprnsnt will not be approved for use an the project. Refer to Specification Section 01 33 0, Submittal Procedures, for more detailed information on submittal requirements. A-37 Amended "Arr!!�t d e for Water Furnished §X !h Ci NOT USED add the 4GII-ew�_ WhM --- the!- A-38 Worker's Compensation Coverage for Buildin2 or_Construction Projects for Government Entities The requirements of "Notice to Contractors '91 " are incorporated by reference in this Special Provision. A-39 Certificate of occupancy and Final Accept a (Not Used) The- ert"Af4le-at A-40 Amendment to Section 9-8-6: Partial Estimates General Provisions and ReqUireMentS for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with Section A - SP (Raviaed 22/15104) Page 18 of 22 documents, satimf actory to the City Engineer, that show that the material. supplier has been paid for the materials delivered to the Project worksite, -41 Ozone Al vi.sa t' Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. if a delay such as this is experienced, the day will not he counted as a wort days and the Contractor will be compensated at the unit price indicated in the proposal. A®42 OSHA Rules a Renlations it is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A® l Amended indemnification & Bold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the Following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material an, or their officials, employees, agents, or consultants, or any wore done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall holes the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents frog any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. 0111�0rdra Should a change order(s). be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor I a costs and breakdowns, cost of materials and equipment, wage rates, etc.) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A®45 As-Built t i e sio s and Drawi s (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. Section A a 9P (Revised 12/15/04) Page 19 of 22 (2) Changes in equipment and dimensions due to substitutions. (3) 1114ameplatell data on all installed equipment. (4) Deletions® additions, and changes to scope of work. (5) Any other changes made. ®4 water (7/5/00) The Contractor will ensure that highly chlorinated water is not improperly discharged to the environment, stormwater drainage or sanitary sewer systems. A-47 Pro-Cons true tion Exiploratory Excavations (7/5/00) NOT USED FEIBP" tG12 shall 4 34, ladl-e�����peliaea en as A-48 Overhead Electrical Wires (7/5/00) contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety in provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. it shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A ® SP (Revised 12/15/04) Page 20 of 22 A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", -8-11 Maintenance Guaranty, add the fallowing: uThe Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. [neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or .remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity. " A-50 Amended Prosecutiones Under "General Provisions and Requirements for Municipal Construction Contracts", ®7 Prosecution and Progress, add the fallowing: "Funds are appropriated by the City, on a yearly basis. if funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination f the contract. If the Contractor is terminated or suspended and the City requests re a ilization at a later date, the Contractor may request payment for de mbili.zati.on/remo iliz ti.on ,casts. Such casts shall be addressed through a change order to the contract. A-51 Storm Water Pollution Prevention Plan This Project is required to have a Notice of intent ( ) submitted as per Past 11.D of the TPDRS General Permit NO. TXR150000. The Contractor will be required to submit a KOX along with the appropriate fee, complete a Construction site Notice for the Project. The Contractor is required to provide copies of the NOX and Construction Site Notice to time City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the OI and Construction Site Notice at the construction site in a conspicuous location where it is readily avail le for viewing by the general public, local, state and federal authorities, prior to commencement of any construction activities. _., contractor will be required to idubmit a Notice of Termination (NOT) upon completion of this Project. The Contractor stall adhere to the requirements oE the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in Contract Documents. Section A - ®P (Revised 12/1x/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FOR24 PROaRCT: Marina Parking Area Rehabilitation (Rebid) ; PROJECT No. 5243 OWNER. CITY OF CORPUS CHRISTI ENGINEER. URS Corporation CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER- APPLICABLE SPECIFICATION OR DRAWING SUBKXTTAL 022080 Embankment ------------------- 022420 Silt Fence 025220 Cafiche Fill 0 404 Asphalts,Oils and Emulsions 25 025424 Hot Mix Asphaltic Concrete Pavement -------- 025612 Concrete Sidewalks and Driveways ----------- 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe 026404 Water Service Lines 0264 Tapping S1ccves and Tapping Valves 09 026416 Fire Hydrants 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures ----------- ------------------- Baction A - 5P (Revised 12/15/049 Pages 22 of 22 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 11th day of June , 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 Garrett Construction CoMpAny termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration aft payment of L972 177.05 by it and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: MARINA PARKING AREA REHABILITATION (REBID) PROJECT NO. 5243 (TOTAL BASE BID: $972,177.05) according to the attached Plans and Specifications in a good and workmanlike manner fort 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 I of 3 Rev. Jun-2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (1 0) calendar days from date they receive written work order and will complete same within 120 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the or 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 pity r t 41- scar Martinez Assistant City Manager Public Works, Utilities, and Transportation APPRO - "LEGAL -- Asst. City A tt6rn y Daniel Biles, P.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporati garreft Constructiong2Mpany - _ y; (Seal I3 ) - — Title: (Note: !f Person signing for corporation c r tion is riot-President, P.O. BOX 1028 attach copy of authorization (Address) to ire) INGLESIDE.LTX (City) ( tat ) (ZIP) 361/776-7575 1 ( hone) (Fax) �)Y-A ®® gym ®gi®®. Page 3 of 3 Rev. Jun-2010 P R 0 P 0 S A L F 0 R M F 0 R Marina Parking Area Rehabilitation (Rebid) Project No . 5243 DEPARTMEUT OF E14GINEEPING SERVICES CITY OF CORPUS CHRISTI,TEXAS Proposal Form ADDENDUM NO 2 PRqe I of 14 ATTACHMENT NO I Page 1 of 14 P R 0 P 0 S A L Place® Date: -Mcvc�\ (0 , Proposal of a Corporation organized and existing under the laws of the State of eVrA OR a Partnership or Individual doing business as TO: The it of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials , tools, and necessary equipment, and to perform the work required for: MARINA PARKING AREA REHABILITATION (REBID) , PROJECT NO. 5243 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- Wit . ADDENDUM NO 2 Proposal Fom ATTACHMENT NO I Page 6 of 14 Page 2 of 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 - Base Bi-d (Addendum 2) Part A: General ICY IV V ITEM QTY Unit Description Unit Price Total ",0b 1 i-zat, ion/De- mob--,1 ' zar-ion/SWPPF U1500 -00 36, 5do,oc TnI t Environmental Pratectji.on and L L'_ S Erosion Cont ro-' ; Silt Fence Iq q25-00 IC10 V7 K4 'S LS Water Manacement ISO oco. t Temporary Traffffic Cont2ol and ? L IS '70.co LS Signage Subtotal Base Bid Part-- A: 10 1S.00 Part B. Utility Improvements/Fire Protection/Handrail Mod IV V 211 C000 Wateriine, Ccmplete El 1 -7.) LF in Place 6" C900 Waterline (W1 Connections) , Complete in LE Place go 2.3 ST141 "tl 8" C900 Waterline Gl/ Connections) , Complete -' n 1165 LE Place ? 24417. 16" Steel Pipe Enclosure, P 40 I - 0 LF Complate in Place IZZ 300- S®" Gate Valve, Complete in B5 1 EA Place Hydrant and 611 Valve, Bb EA Com-' et- in Place 57,&30800 1&#9q0- Tap and Sleeve Valve, B 7 Ir- EA in Place .0 u. 44 Ton D4-- B-9 3 EA H—`----i LL Testing 310 2 EA Electrical Pull Box Electr`cal Conduit, Comp-et�,, B 1-- 430 LF in Place 2.4-10 HP223-00 Existing and Rail Mod to B 121 1 LS comply w/AD r gu q Subtotal Base Sid Part P: Proposal Form Page 3 of 14 ADDENDUM NO 2 ATTACHMENT NO I Page 3 at 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Addendum 2) - Base Bid Continued Vart C: Parking Area Improvements (Pavement kreas I & 2) IV V IT QTY Unit Description UNIT PRICE TOTAL General Demo' iticn: Saw , I,t " ExISLirig Paklelmpllt alla cclic. LF Structure Geneial Deinoli-iotj : Fem,, /,).oo it?, iq,2. 3",6 SY Concrete Structures E--rthwork - Clem. inc an SY Grading 500 CY Earthwork : Excavatic"',n, LID .3)-7 Earthwork : Seiect F--� ,11, CY Compacted in place Caliche Fill., Co.q1paczc-rd in SY place 20-30 210M/3o 6" Cnrb and Gutter, Complete 4 4 0) LF it) Place 20.&0 91 OW.0o Con,:-rete Sidewall"k, C 2 4 r5 SY Complete in Plack;� 5.2-90 12,9&o. 011 Water Separator, C�9� 2 EA Complete in Place 3,05-00 113GO. Drop Inlet fcr OWS, EA Complete � n Place h3q0.00 b 3140. s, —dewalk Drain, E 0 EA Ccrtnplete in Place Trench Drain, C 1 81 LF Complete in Place ?M-70 ZZ,21(o- HDPE Pipe (0115) , (-"ompl(-�e 5 LF Plac c Z-85 14,113- Ref-`, ective Pa,,Leriiert LF 4". Complete in Place Reflective Pavement Marking EA Aircv., Complete in '1 ,~e ADA Pavement Harki:nq, CIC, EA Comp!lf,-�te ill place I-- e--- 6/0 1,220,00 Concrete Wheel Stops, EA Complete in Place Permanent Sionage, ;-Ompler.e P J c, C IJI', _a__ EA rin Place ---------- q&0-00 21740- Proposal Form Page 4 of 14 ADDENDUM NO 2 ATTACHMENT NO I Page 4 of 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Addendum 2) - Base Bid Continued Part C: Parking Area Improvements (Pavement Areas 1 & 2) Continued IV V ITEM QTY Unit Description Unit Price Total Eairtliworl: : Compacteci SUbgracie with Geogrid Reinfor--ement, SY Cornolete in Place Ear tli,.,;orFz- i--" FleyJD-,le Ease Joe Ilat CIO -" ,I, j SY terial, Complete in Piact:,, ....................... PavemenL, : 4000 PSI Re-inf;)2 -eld. Concrete Paving, -omplet,, ,n SY Place 232,93194 Subtotal Base Bi:, rear Proposal Form Page 5 of 14 ADDENDUM NO 2 ATTACHMENT NO I Page 5 0114 Marina Parking Area Rehabilitation (Rabid) Project No. 5243 (Addendum 2) - Base Bid Continued Part D: Additive Alternative 1 (Pavement Areas 1-3) I II III IV V --iT—EM —�TY Unit Description UNIT PRICE TOTAL Cenral Exis-ling PavemenL anr- Colic. --ture D 9 LF S'ru, Genei, al Demol:Lc:Lon. SY Concrete St.Luctures gi Earth ycjrk : C',ear-ina anc. 61 6 03 SY Gi-au i rig f Earthwork : ExcavatiG111 CY Eartliwork : Select Fill, CY Compacted in place 1- 1912 13.50 Caliche Fill., CraTipac',:etJ in 0 nY p I a c'e 20 RQ 149,295- 6" CurL) anc, G,,itter, Complete LF in -Place Concrete Sidewalk, 450 SY Complete in Place Oil Water Separator, EA Complete in Place D 'U00,00 �too4x 71 Drop inlet for OWS, EA D-10 Comnlete in Place 39S 00 lQ110106 Sade,'.,ial�-, Diain, EA Complete in Place A 00 4; Tren:-.h Diain, '7 4,61ta 910 DiZ 82 Er Complete in Place HDPE Pipt,- Complete 'M `9 3 L-7 Place Refle�,,'Civt� P-vr,,rnent 23gaso 2C-45 LF 4", Complete in Place 1 R-flective Pavement Markiyli D-' !, 0 EA air row, Complete in Place AD A Pavement Harking, (0,50 D-: b EA complete in Place .0o Concrete Wheel S-asps, D EA Complete in Place Per;i:anept SW sage, CornT,-:1etc. A A lin Place Proposal Form ADDENDUM {} 2 Page 6 of 14 ATTACHMENT NO I Page Bof14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Addendum 2)- Base Bid Continued Part D: Additive Alternative 1 (Pavement Areas 1-3) Continued TI TTT IV V ITEM QTY Unit Description Unit Price Total To V tal Earthwork - Compacteci Subgrade wit.h Geogrid Reinforcement , 3-50 Jn Place J SY Complete Earthwoik : 6" Flexible F-ase 90 19u, 767 99,syl-65 SY Miatei ial, Complete in Place Pavement : 4000 PSI Fe1n,4'CJ,,-Ce,i Concrete Pavino, ConiFiete in q(p 5 0 39% SY Place . Subtotal Base Bic Part D: MIC17LI-To Proposal Form Page 7 of 14 ADDENDUM NO 2 ATTACHMENT NO i Page 7 of 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Addendum 2)- Base Bid Continued Part E: Additive Alternative 2 (Pavement Areas 1-4) IV V ITEM QTY Unit Description UNIT PRICE TOTAL General -Demcl-ition: Sai.: Cut Existing Pavement and Conc. n w1Cx LF Structure General Dernoliti,:,,n: Femo-,;e -ructures SY Con c rete St Earthwork : Clearing anei 6 0 3, SY C1 r:aa 1 nri 5 I0 C'1 lEalthwork . Eyc-avaLion '70 2. Eai. thwork . Select Fili' , 2"- 0 CY C A ompacted - n place 2440 � 59 E Cal : ,,-he Fill, Compact-ed -' n SY e, 37place 20-90 7,90-20 6" Curb and Clutter, Com.rdetim E 725 LF in Fl ace ISM; 17S Concrete Sidewalk, E8 450 SY Complete in Place So-oT 22 ;w;0 0 i Water Separatk:oL , E9 4 EA Complete in Place �LJOO,00 19,2MOO Drop inlet for OWS, E1 0 EA Complete in Place !I:W0 .2wo-00 Siderralk Drain, 2 EA Complece in Place 20-00 2,52D.oo Trench Drai-n, F3W F LF Complete in Place 2400 HDPE Pipe (c,.),WS) , Compl?te E13 93 LF Place Ret-' ective Pavement Earl-, ricj 9 F 4", Complete in P`ace RefleL-tive Pavement tlar!-.inq E15 EA lArrow�, Complete in Placr_- 115-00 35-00 ADA It EA Complete in ?lace 00 Cori�,.ete Wheel Stop-5. EA Complete in Place 1�ermanent Signaqe, Cornniete 1: F A 1.111 Place q?5,001 21950-00 Proposal Form Page 8 0114 ADDENDUM NO 2 ATTACHMENT NO I Page 8 of 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Adde tad um 2)— Base Bid Continued Part E: Additive Alternative 2 (Pavement Areas 1-4) Continued I II III IV V I7° QTY QTY Unit — Description Unit Price Total Earthwork: Comp tee Suikbqraae with Geoarid Reinforci�-:ment , E 1 12160 --.SY Complete in Place 346 Yisoz-oo Earthwork: G-" Flexi]:Ae Base 1.2180 SY MaLeiial, Complete in Place 10,q0 JUJOZ-cc Pavement: 4000 PSI Reinforcea Conc:Lete Paving, Complete in F" ' 2180 SY 1plact-- ,-iiL-total Base Eid Pert Proposal Form Page 9 of 14 ADDENDUM NO 2 ATTACHMENT NO I Page 9 of 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Addendum 2)- Base Bid Continued Part F: Additive Alternative 3 (Pavement Axeas 1-5) V ITEM QTY Unit Deacription UNIT PRICE TOTAJ General Demolition: Saw CU'L Existing Pavement and Colic. F I A" V LF Structure General Demolition: Remove F2 1126 SY Concrete Structures Earthwork : Clearing and F3 16603 SY Grading F"4 500 CY Eartliwork: Excavaticn Earthwork : Select Fill, p5 35580 CY Compacted in place �4 Caliche Fill, Compacted 4�n F6 0 SY lace 6" Curb and Gutter, Complet-e F7 725 LF in Place 13 Concrete Sidewalk, F8 45C SY Complete in Place Oil Water Separator, 179 4 EA in Place F10 Drop Inlet for OWS, EA Complete in Place lit bo Sidewalk Drain, FI-1 EA Cam lete in Place IVIO,00 10, 0 Trench Drain, Fly-J 282 LF Complete in Place HDPE Pipe (OWS) , Comnlete in F13 93 LF Plare Ref lective Pavement Marking LIF 4", Complete .u....rr Place Reflective Pavement Marking F15 EA Arrow, Complete in Place ACA Pavement Mark-ing, F16 EA r -millet- in Place 100 (0 Concrete Wheel Stops, F 1 1 92 EA in Place D.00 440'00 Permanen� t Signage, compiet-e F18 6 EA in Place 411 ti Proposal Form Page 10 of 14 ADDENDUM NO 2 ATTACHMENT NO I Page 10 of 14 Marina Parking Area Rehabilitation (Rebid) Project No. 5243 (Addend 2) - as Bid Continued Part F. Additive Alternative 3 (Pavement Areas 1-5) Continued IV V ITEM QTY Unit Description Unit Price 7Total] F- Eartriwork : CrmnjDactea Subgraae with Geoaiid Reinforcemolit , I SY lcoml:)Iete in Place 0 bjpo Eaithwork : 6" Base Comp e t i e - n Pla ce n SY M arerial, I Pavement - 400: PSI Reinf err-ad Concrete Paving, Conuple-fie -,.n L Pla SY Subtotdl Easc El,:�z Pari, a- -ase Bia (Pavement Areas I Part A + Part B + Part C 5 a E i C: + AddiLave Alteinative 1 (P .,.ewer:t Areas 1-3) Part A + Part B + Part D Tnt-n bale Bic d- ive l a (Pavement Areaz 1-4) Pa ar art E Additive Alternative (Pa,,.-ement- A,.eas 1-5) Part A + Part B + Part F Lli—lii-—71� Note, All prices are for complete, in place,work and contraclor shall ensure that all work is complete as shown an project documents, Contractor Acknowledges Receipt of Addendum 2, T Proposal Form Page 11 of 14 ADDENDUM NO 2 ATTACHMENT NO I Page 11 of 14 The undersigned hereby declares tha-I he has vAisiced the site and has carefully examined the plans, specifications and contract documents relating tc, the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are inere estimates for the guidance of the Contiac�tor. Upc:m notification of award of contract, we will within ten (10, calendar days execute the forma"L contract and will deliver a Performance Bond tas required for the faithful performance of this contract and a Payment Bond ;as required) to insure payment for all labor and materials . The bid bond attached to this proposal, in the amount of 56 of the highest amount bid, is to become the property of the C-ity of Corpus Christi in the event the contract and bonds are not executed within the time ab(:,)ve set forth as liquidated damages for the Belay and additional we raused thereby, Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a descripti,on 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 nct less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 calendar days for a Base Bid award onlV OR 150 calendar daVA for a Base Bid and Additive Alternate award from the designated by a work Order. The undersigned further declares that lie will provide all necessary tools and apparatus, do all the work and furnish all material and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt f the following addenda is acknowledged (addenda number) 2- Respectfully submitted: Name orl 4- r N !A E) By: (,S,'EAI, IF BIDDER -�,S NATURE) a Corporation) Addres - (P.O. Box) (Street) (City) (State) (zip) Telephone : NOTE: DG not detach b-d fron atiiei P,%perr, Fill in with ink and submit complete With attar hod Papers, ADDENDUM NO 2 Proposal Firm ATTACHMENT NO I PR9f, 12 of 14 Page 12 of 14 PERFORMANCE BOND STATE OF TEXAS § BOND NO.. 4389086 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Garrett Construction Company...... of the City of InqLeside County of San Patricio , and State of Texas_, as principal ("Principal"), and S11gETEc.... 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 NINE HUNDRED SEVENTY-TWO THOUSANDONE HUNDRED SEVENTY-SEVEN ANP_ .05/100 U.S. Dollars (J­972J77.05 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, in ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this on are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 11TH of JUNE , 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: MARINA PARKING AREA REHABILITATION (REBID) PROJECT NO. 5243 (TOTAL BASE BID: $972,177.05) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder, (Rev, Date May 2011) Performance Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253® Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 1ST day of JULY 2013. PRINCIPAL SURETY CAA CONSTRUCTION COMPANY SURETEC INSURANCE COMPANY By------ Att?�K-in-fact MARY ELLEN MOORE, Title: ATTEST- Secretary Add ress:_p Address: z_Q__BM R7n INGLESIDE, TEXAS 78362 CORPUS CHRISTI, TEXAS 78403 Telephone: 361-883-1711 Fax: 361-844-0101 E-Mail: mmoore@s- igns.com (Rev Date May 2011) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery Of notice and service of process: Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY Address: 500 N_ SHORELINE BLVD. , STE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (zip) Telephone: 361-883-1711 E-Mail: ►l@s=g,.ns.com Note: and 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 and 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, 4389086 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Garrett Construction Com &0_ of the City of jngleside.....-, County of ici t and State of Texas San Patro as principal ("Principal"), and SURETEC INSURANCE 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 on in the penal sum of NINE HUNDRED SEVENTY-TWO THOUSANDt.ONE HUNDRED SEvENTy-SEVEN TkND 05/100 U.S. Dollars ($ 972,177.05 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 on are such that, whereas, Principal has entered into a certain written contract with the it of Corpus Christi (OWNER), to the -I ITH day of JUNE, 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: MARINA PARKING AREA REHABILITATION (REBID) PROJECT NO. 5243 (TOTAL BASE BID: $972,177.05) 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 the owing by said Principals for subcontracts, work, labor, equipment, supplies and materials one and furnished for the construction of i prove eats of said Agreement, then this obligation shall be and become null and void othe ise to remain rw 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 or to be performed thereunder. (Rev Date May 2011) Payment and Page 1 of 3 Provided further, that this on 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 1ST day of JULY 20130 PRINCIPAL SURETY GARRETT CONSTRUCTION COMPANY SURETEC INSURANCE COMPANY B BY y Attor In-fac�tMARY ELLEMMO®RE Title: ATTEST: Sere Address: P.O. BOX 1028 Address- P.O. BOX 870 INGLESIDE, TEXAS 78362 CORPUS CHRISTI, TEXAS 7B403 Telephone: j6j_8a3_j7jj Fax: 361-844-0101 E-Mail: mmoore@s-gins.com Rev. Date May 2011 Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: RANDAL M. LEE Agency: SWANTNER E--AGEN= Address: 500 N. SHORELINE BLVD. , STE 1.200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (zip) Telephone: 361-883-1711 s- A -Mail: rm9i E ns.com Note: and 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 and must not be prior to date of contract. END Rev Date May 2011 Payment Bond Page 3 of 3 POAN. 4221023 SureTee Insurance Company LDETED POWER OF ATTORNEY a corporation duly organized and Know All Meqlby These Presents, That sURETEC INSURANCE CONTANY (the "Company"), existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint R.M.Lee,Mary Ellen Moore.Tarni J.Duncan,Steve Addkison,Cathleen Hayles, Danielle Harris,Kerry M.McIntosh its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge include waivers to the and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to conditions of contracts and consents of surety for. Five Million and 00/100 Dollars($5,000000.00) bond were signed by the Presiden%scaled with the corporate and to bind the Company thereby as fully and to the same extent as if such -in-Fact may do in the seal of the Company andrduly attested by its Secretary,herebv raffying and couffimirig all that the said Attorney premises. Said appointment shall continue in force until 12n1=15 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and ad for and on behalf of the Company subject to the following provisions: the name of and of behalf of the Company,to execute, acknowledge and Anarnq-in-Fact may be given full power and authority for and in al deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and I cu ed by any such notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so exe t Attoracy-in-Fact.shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. -caftr affixed to any power of attorney or Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or her any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimfle seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adqpfed at a meeting held on 200 ofApril, In 911ness Whereof, SURETEC INSURANCE CONVANY has caused these presents to be signed by its Prcsident�and its corporate seal to be hereto affixed this 2 1 st day of March,AD.2013, SURETEC INSURANCE COWANY -John 4dox resident State of Texas ss: County of Harris 7 he On this 21st day of March.A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly swom did depose and say,that resides in Houston, Texas, that he is President of SURETEC INSURANCE COISWANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate sW;that it was so affixed by order of the Board of Directors of said Company;and that be signed his name thereto by like order. JAC07UELYN MALDONADO St., YF state of law My Comm.E4xp:751181=17 Jacq'6elyn Maldonado,Notary Public My commission expires May 18,2017 1.M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COhEANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in fall force and effect;and Anthermore,the resolutions of the Board of Direclom set out in the Power of Attorney are in full force and cffcct Given under my hand and the seal of said Company at Houston,Texas Us 1ST day of JULY A.D. Any Instrument i isued in excess of the penalty stated above Is totally void and without any validity. -00 T. For verification ot the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5. PMCS ,..sureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory o faint Notice To obtain information or make a complaint:You may call the Surety's toil free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: urec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin,TX 7 746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 1491 Austin,TX 78714-9104 Fax#: PREMIUM OR CLAIM ISUT : Should you have a dispute concerning your premium or about a claim, you should contact the Surety first, If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism is s Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, v= losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, cotois, Fungi &Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for,molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins,or their related products or parts, nor for any environmental hazards, bfo-hazards, hazardous materials,environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property,or the performance of the bonded obligations, of the occurrence,existence, or appearance thereof. Rev 11.11.03 10 BF A'�S16NFD BVCITY ill 1RCII-IlSING 1)1%ISION ch% of CITY OF CORPUS CHRISTI Corpus Chrkstt DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, require-, all persons.or is seek.in to do busitiess urth the Of to provide the following information, Ever, question must be answered. Ifthe"eslion is iial ipplicYle. ansuer with "NA-7 See reNerse side ?,or Filing Requirements. Certifications and COMPAN'Y NANIE: Gar 11.0.11ON: f s-rREETADDRESS: 'r6a4-rA CITY4 ZIP: 21'(34,02— I IRNI IS, 1, Corporation 2. Partnership solcouner 4, Association 5 Other 0 ------------------ DISCLOSURE QUESTIONS 11'addifienil space is. necessary,please use the reverse side of this page or attach separate sheet. 9. State the nirnes of each "emp1m ce" of the Cily of Corpus Chnsti having an -ownership interest" COHAnffling 31%,or more of the co nership in !he above nained "firm," Name Job Title and CiTy Deparnnew tif hnown); 2. State the names of each -official- of the City of Corpus Christi having an -ownership interest" constituting 3%or inure of the ownership in the talsove nained -firm.- Name Title 3. State tire naines of each "board member"`ol'the City of Corpus Christi having an -ownership interest'- couslitruing 3%or more of the ownership in the abL;%,e earned"firm." Name Board, Commission or Committee 4 Slate the names of each employee or officer of to "consullani" for the City ol' Corpus Christi uho xiorked on any inatter related to [lie subject of this contract and his 'an -ownership interest" constituting 33%or more of`the ownership in the above named--firin," N, n C Consultant prcpoval �0,n ADDENDUM No 2 Page I A of ATTACHMENT NO i Page 13 of 14 FILING REQUIRE-MENTS ,ho requests offic al action on a inserter knows that the requested action will confer art a person %I, I economic benefit oil any City official or employee that is distinguishable from the effect that the action `x:11 hm,c on members of the public in general or a subsiantial sig-trient thereof,you shall disclose that fact in a signed writing,to the City official,employee or body that has been requested to act in the matter, urile ss,the interest of the City official o i r employee in the matter sapparent. 'ne disclosure shall also be made in a sussed writaru filed Nirth the City Secretary, ethics Ordinance Section 21-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the dale of this statement, that I have not knowingly withheld'disclosure of any information requested. and that supplctnetunl statements will he promptly submitted to the City of Corpus Christi.Texas as changes occur. Certifying Person. Juy-, Coevre-46 Title: Signature of Ing ate: CertiRi Person-. V4�� D DEFINrriONS a. "Board member" A member of any board. commission, or coniminee appointed by the City Council ofilic City of Corpus Christi,Te'Xas, b, "Economic benefit". Ali action thal is RON to aftect an economic interest Wit is likely to have an effect on that interest that is distinguishable from its eMcl on inernbers. of the public in general or a fuhstantial segment thereof, c. "FiriploNec." Any person employed by the Co) of Corpus Christi, Texas either on a Full or part- firne basis,but not ass aura independent contractor, d. "Firm." Aire entity operated For economic gain . whether professional, industrial or commercial,and whether esta lrshed'io produce or deal with a product or sm,ice, including but not limited to, entities operated in the roan of stile proprietorship, as self-employed person, partnership, corporation,joint shack compnny, john venture, receivership or trust. and entities which for purposes of taxation are ircated as non-profit organizations. c. ,official.-, The Mayor. inernhers of the City Council. (Jt% Manager. Depot` City Manauep% Assistant City Managers. Department and Division fleads. and Municipal Court Judges of the City of Corpus Christi,Texas, legal or equitable interest, whether icoially or constructively held, in a 1. "O%%nership Interest." Finn, including when such interest is held through an ageru, trust. estate, or holding crafty, held" refers to holding or control established through voting trusts. proxies, or special terms of-venture or partnership agreernera,F- u. ­ConWhant,­An% person or firm. such as engineers and architects. hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Farin ADDENDUM NO 2 Paee 14 A 14 ATTACHMENT NO,I Page 14 of 14 GARC C I CERTIFICATE OF LIABILITY INSURANCE 4 Is �ArEE(/AMID} ----- -- --- —_ . TIFICATE ISSt1EO AS M�TiER OF IFlF�Rh1ATION ONLY AND CONFERS Fly SIGHTS LIP��} THE CE TIFICAy fi�L�E . IS ��ils -- - - -- - ar27r13 �ERtI ICA fE IOI]ES h1OT �FFI ATIVELY I�R NEGATIVELY AMEND, EXTEND ALTER THE COVERAGE AFFIL - - _ EL THIS CERTIFICATE �F INSti NCE ODES NOT CONSTITUTE A CONTRACT EE THE ISSUING 1 DEIS Y E POLICIES EFR TA°fl�lE�R PRIJ�t10ER, THE CE TIFICATE HOLDER. U ( ), AUTHORIZED I PAR® T. !f the� f1�atl3 ht �r Is an AOOITIG AL iP�SIJREO, p�li�y(ts}must b en reed. 1F Slf ROGATI the tE alyd ��ridif#� f li�y,c° ir1 IiCias Inay/®quire a end sit tertsarlt�O t l�a rt#fi d® IS IVE ubject to fi� t hold r Ir1 Ilea®f such�a �rS�I�ent(s). not CCInfer rights to the PRGUtS�ER rd IITS Agcy-�� 361® 139-1711 � Cr A Higgi r® tilla early 361-844-010 PFCME A Fiiggin E Mai E$¢: 1®SS -1719 no` P� ox 1 Corpus CI ri ti,T 75403®0070 AbD ssa 101 Can Ryba K INSUFl AFFORDING COQ GE INSURER A:Ern I jers Ins CO Of Wausau NAIC 1�1StIRE ��rr Cori tltr parry INSURED®. �trU rld� rite Irt� 2 Lip+ t�riat�, Ir�c. 2 x 102 INSURER�; at el rGO Ire trt Iid�,T 75962®102 INxu��Rly;Txa trtl�al krl 16691 INS(IRER E: 229 INSURER r 4 CERTIFICATE NUMBER- CER,IFY T T THE POLICIES OF INSU NCE LISTED E3ElC4�° SEEN ISSUED TO THE INSURED REVISION NAME[ ABOVE FCR TFIE POLICY PERIOD ER- THIS I3 NOTWITHSTANDING ANY REQUIREMENT, TERM O CONDITION OF ANY CERTI Il Y BE ISSUED OR Y PERTAIN. THE INSURANCE AFFORDED OY THE POLICIES ESCRI FfERElEIJ IS ITH CERTIFI �a'CE SFEC`f ?' I-IICFI °fFIIS CLUS O AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN Y BEEN REDUCED BY PAID CLAIMS; CT TC ALL E TERMS, NSR R TYPE FINSURANCE POLICY NUMBER hI Y �7YYYY GENE L LIABILITY LIMITS LgJERCIAL GENERAL LIABILITY 091452°429022 07126/12 07126113 EACH O CCU RE !S 1,000,00 CLAIMS-1i OCCUR PREMISES Ea 0 S 3 MED P(Any come as I S 5,00 PERSONAL&AOV INJURY 9 1,000,00 Gil GRECATE LIMIT APPLIES PER GENERAL AGGREGATE S PRODUCTS-C PIOp 2,000,o P L.IC� PRO- I.t�G AEG 20 , AUM 01919.E LIABILITY $ AMY AUTO COMBINED mid ill E LIMIT SC Z9145 12 07126112 07/26/13 BODILY INJURY(Per g S 1® ®00 ALL ED SCNE®ULEI) At-I 18] AUTOS } S NCIN•G ED BODILY INJURY(Per accident) S X HI FRED AUTOS X AUTOS P PE iY DAMA Per acodent 5 X UPABRCLLA LIAS X OCCUR S E C N LIAO CLAIMS-MADE T 13liD193 4902 EACH OCCURRENCE RETENTIONS 07126112 07126/13 AGGREGATE S 1® ®00 � s 1,000.00 WORKEERS COMPENSATION AND ERMPLOyll LIABILITYS ] YIN ��TA ANY pRIET IPAITNE ECUTIVE TSFOOD1080533 �i OFFICERIMEMBER EXCLUBED7 MIA 07126/12 O7r2fi11 E L.EACH ACCIDENT (Mandatory in NH) S 1® a,0 It ppee5.d serf GF 0r OPE below E.L.DISEASE® EMPLOYE S 1° DESCRI PTIf Fh1 TIGNS E L.DISEASE-POLICY LIIMIT S 1,000° DES� P N F OPERATIONS t LOCATIONS I VE"MLES (AtIal ACCRA 101,Additional Re rNa sch �aI II apace I RIa required) roiect: #5243 Marina Parking g ea Rehabilitation (Roi N,t for additional information including 30DNOC 'ERTIFICATE HOLDER kNCELLATION CIC -CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 13EFORE E EXPIRATION DATE THEREOF, NOTICE Ill BE DELIVERED IN City Of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS, Dept Of Engineering Services Attn:Contract Administrator AUTIIG D REPRES TATiVE Box 9277 r LI IS Christi TX 78469-9277 ,C O 25(2010105) The ACO I3 name and IOg are registered 1988-2010 ark 2 C All rights f AC Tip sewed. NC�::)TEPAD AR INSURED'SNAKE Garrett construction Cosa G CO CI an OP ID: POSA ;AGE 2 DATE 06127/13 or-3capV5 C01PPOnsation, 14orkers Compensation policy includes a blanket automatic waiver of Thes on endorsement that Provides this feature only when Sub­C=qa'.i there is a ' " ontract between the insured and certificate holder that requires wrl Texas Waiver of Our it. Right To Recover From Others Endorsement WC420304A Gence:ra-1 Liability: The GOnerel Liability policy includes blanket automatic ce jcate holder only when there is a written contract Provisions to the r ,ad and the certificate holder that requires between the named insL-1. d and Waiver of Subrogation it for Blanket Additional Inst-23C10 -Managers or Lessors of Premises; Expams1cled Blanket Additional Insured and Waiver of Subrogation (For Inst=213-lation Exposures) ; Blanket Additional Insured and Waiver of �Sub=091tion - Person Or Organization; Additional Insured - State, una_c:i.pality or Political Subdivision - Permits; Additional Insured and ai,.rev of Subrogation - Lessor of Leased Equipment Form LG3234 09/07 The General Liability includes Primary and Non-Contributory to an Addj_tajonal insured only when there is a written contract between the ins and certificate holder that requires such status per Libe, ��y DirectSolutions for Contractors. LG3234 09/07 Sect-%on D of The Gral Liability policy includes Per Project and Comt,_j Per Location _.,ad Aggregate Limits - With Per Capped Limits Endorsements. Per proj ,ec+_ and Per Location Combined Aggregate Limits Coverage. LG3178 05/05 BusIness Auto: The Bus;iness Auto Policy includes a blanket automatic waiver of subr,ogaction endorsement that Provides this feature only when there is a writ-ter, contract between the insured and certificate holder that re ires it. Texas Changes In Transfer Of qu. Rights OF Recovery Oth (Wai-Ver of Subrogation) CA2089 06/04 Against era To US The 3BI25iness Auto policy includes a blanket automatic additional insured endo=seyaent that Provides additional insured status to the certificate hol&e= only when there is a written contract between the insured and cert:Lf`:Lcate holder that requires such status. Designated Insured CA2048 0.299 TEPAD:' HOLDER CODE CICO-CC GARCOCI NCOINSURED'SName Garrett Construction Company OP ID: POSA DATF PAGE 3 N TEPAD" ore 06127/13 Workers Compenfon Policy includes an endorsement providing that 3() s notice I of c ev notice of canci on will be umlshed to the certificate holder h t da t 10 days notice no en t of premium. Texas Notice of Material ex Zee-P a Endorsement WCT2nerSim h V1 19 eneral Liability Policy Includes an endorsement Arovidlng that 30 2 Theo O'lotice of cancel anon will be furnished to the ce ficate holder day---- r,t A 10 days notice of nonpayment of premium. Notice of Cancellation To e V artles LIM9901 05111 Aexlor F3LIslness uto POIICK includes an entsement provid' that 30 days' Th�--- 0 of cancellation wi be furnished to a certificate hoiq.,Rr except noto C- S notice o0911 ayment of premium.Notice of Cancel anon To Third 10 i�jay parlties LA'9224 PolicylRumbor C- 91-452429-022 Isracd by EnVloyera Cumpaily of WAusau THIS E NDOM]MUNT CHANGES THE POLICY. nX"E,READ ry CARBFULLY. LIBERTY DirectSoludons for Contractors (with r f is IlIV) Thia endorsement modifies insurance provided under the following, COMMERCIAL GENMLkL IL r Ibis endormiumt moMea imurance by btoadening t eeprovide4l by CG 00 01. Index of-modilled Itan: Itom E REASOVABLE FORCE 1010 Ld N Item 3. ALIENATED PREMSES Item 4. PROPERTY IN YOUR CAR34 CUSTODY OR CONTROL Item S. C014TRACTORS PROFESSIONAL LIABIL Item 6m DAMAGE TO PREMS0 RWfM TO YOU®RXPAND17,D Cayno , Item 7. BODILY INJURY TO CO.FJOLOYERS Item S. EWEALTH CARE:PROFESSIONALS AS INSUREDS Item R. NVWLY FORMED OR ACQUIRED T Rent 10-BLANM ADDITIONAL R SUBROGATION-MANAGERS OR PREMISES Item . I ONAL INSURED AND WAIVER OF SUBROCATIO14 XNSTAL�1`10N Item 12.BLANM AIMMONAL INSURED OF SUBROGAnON—PERSON ORGANIZATION Item Sp E NCINEERIS OR SURArEYORS Raw I&ADDITIONAL S —STATE,MUNICIPALITY POLITICAL U I ®PEIMTS Item 1S®ADDMONAL INSMU-1)AND V . OF SUBROGATION—LESSOR OF LFASED EQUIPMRNT Item 16.KNOV&EDGE OF OCCURRENCE Item 17.UNINTENTIONAL ERRORS AND.0MMSSIONS Ron 11,BODILY Item 19®MOSILE RQUIPYRM REDEFMITION Item 2 0.SUPMNIENTARY PAYMENTS Item 21.LTHRILUMATION Thou chuges broaden the policy vections described unless ering language Is aepa tely endorsed to the coverage RA. Item 1. REASONABLE FORCE Exo1usion a.of Coverage A is rep.14ced by the following: a. Expeetcd or°Intended ° "Bodily inj damage"oxpeoled or inteuded from sd i t oft the Insured. c lco does not apply to"bodily injtuyl or"property d=aRW ul fta from tk use of ramimble$brae to protwt persons or pmperty. LG 32 34 09 07 1 of 10 item 2. «(1 NEE WATERCRAFT EXTENSION Subparagraph .(2)of Oxchialon U.of Coverage A(Seo°(m 1« Coverages)is replaced by the low ( ) A watarcraft you do not mi that is: (a) Less Ilum 55 feet long, (b) Not being used for public transportation or as a Common carrier. Item 3. ALMATE U PRIMISM a i. jd( )® oluol afS - Coverages-Bodily h°ury And VropertyDarnage Liability replaced by the following: 2. Premises you selL give way,or abandon,if the"property damage"arises out of any part of promises,and ocaurs frorn hazards that werc known by yore,or should havo reasonably been known by you,at the time prqmty was trand=ad or abandoned. Item A. PROPERTY IN YOUR CARP,.CTJSTODY OR CONTROL Subparagraphs(3)and(A)of aclusJoaj.of Coveisp Ado not apply except toe (a) Boritwod.c ti or "Propiorty d e'to property In you care,custody crud oontrol While In transit. This e does not apply to any portion.of lass for wv ob the instutd has available any other valid and collectible inmunuce,whethar primay,excess,contingent.or on any otherbasik unless such offieirinearance ww specifically purchased by the insured to apply In rxwm of°s posit 2. I,° is of Insurance SubJeLt.to Paragraphs 2.,5.,and 5.of Section 1 —Undu Of Insurance,the most will pRy for insurance provKed by Paragraph 1.above is. $10,000 Eaob OcawmcaLbuit $25,000 Aggregate Limit The Bach 0courrance Limit for this cov ge applies to all damages as a result of any o "regardless i of ft numbar afpmraons or oriiaWnflans who sustaindamage becam of that"oeourre=11 The Aggregate Lin*ip tho numt we will pay for the stM i of all occurnmow covered by We provision. Item S. CONTRACTORS P s Tho fbIlowing exclusion is added to PanWVJh 26 Exolusions of SeciUon X—Cove Bo PMBrty Damage ility and Paragraph 2.Exclusions of Sermon 1—Co g®B--T 1 And Advertising Wary Liability, This f lummince does not apply to"boddy° u ',"property damage"or a out of am remdaring Df or fidbirs to render any profimional sorview by M but t to your providing ArcliteCtuml,or surveying services in ity as an englum,arebitacl or muMof. is LG 32 34 09 07 Page 2 of 10 Professional services incItAde: I. Prepadrigi approving,or failing to prepare or approve,maps,shop tintwings,opimons,repotti;,surveys,field orders,cbu4c orders,or drawings and sped ftoationw,and 2. Super Awry or InzVoction activities performed as part of any related an-4niectural or migiuBming,activities. TWs exclusion does not apply toy r opamtions in connection °'di construction vork performed by You or on your " bE Item 6. DAMAGE TO IWN[Mi RENTED TO YOU-EXPANDED COVERAGE A. Fire,LIghtubig Or PAplosion Damage Tito lost paragraph of 2.Excluslow under Scotion I—Coverage A i3 replaced by the Ibllowirk& Exclusions ea dirougli n,do not apply to damage to promises rented to you or temporarily occupied by you with permission of the owner when the damage Is coused by fire,lightning,or explosion or subsequent damages irAulting froin such fim lightning or explosion,in alit dh water damage. A separate limit of insuFanue applies to this coverage as described in Section W®Limits of Immuce. B Limits for Darnage to Promises Rmited to You P 6.of Section 111—I rAits of Insurance is replaced by do following; Subjact to 5&nbova,the Damage to Premises Rented to You Limit Is tho.rktoo we will payunder Coverage A for any combination of- (n) Damage caused by fire,lightning,or explosion or subsequent dainages imulting from such 6a,litildning or explodot4 including water dianage to promises rented to you,or-tainporadly ocoupied by you with penoiasion of the owner,and (b) "Propeaty damago'(other than damage by fire)to pity s,imiuding the contents of%ucb pitinism,rented to you for a period of?or fewer ronswulive days. Item 7. BODILY INJURY TO t3® NPLOYE 1.6' 1. Subject to the Each Occurrence limit and the General Aggitgato LmAt,Paragmplo 2.a.(l)(a),(b)and(c)of Section 11—Who is An In do not apply to your supexvisory or manago "employees"for%(KMy 4 ury" Only. 1 Subject to dw Eadb Oacummoo limit and the General Aggregate LbTiL Pats lis ZPL(1)(n),(b)and(c)of Secdou E—Who Is Am Insurod do not apply to your"eniployces"or"volunteer workers"1br'bodily injury" arising out of a Good Samaritan uuL to a co="employea"or co-I'volumeor worker.' A Good Sameritan act means; an attempt to towac or aid a peracm hi b=inm or serious peril,provided the attempt is not rocklewy made. Damages owed to an ftrj urtd uo2lcyaployee or nvolumeer worker"-will be reduced by any amount paid or available to die injured co-"employee or"volunteer%voiker"under any of valid and coil cott"ble insurance. Item H. HEALTH CARE PROPESSIONALS AS INSURLDS Pmmgraph 2.;a.(1)(d)of Section 11 Who Is An Inurod is&Jeted unless: Lb G 3 2 3 4 09 07 hge3 of 10 (i} You are gaged in time occupation or business of providing or offering ramedical,aims al,dentaL x-ray or Smut-g f services,t tmen�advice of instruotion,or ( o"ertsploy 9P has any other lauxaiwA that would also oover claims arising under this provisiop,whodw the other imiurarim is primary,cxccw,confiagent or on any causer basis. ]team 9® NEWLYVORMED OR ACQVMID ENFMES F nmgmpbL 3®or do —Who Is An Insured is replaced by the fbliowing. S. Any organization,other tires a Joint vermur,you newly ricq%ire or form and over which YOU nmintain uaajorlty ownership or majotity interest,will ittialify as a Narned Insured if there I&=other similar lusuranoe available to that organization. a, Coverage under this provision is afforded only unak 1. 'l°Ira 180th day&ftr you quire orflorm the or atstx tion;or 11. Sepatate coverage is purchased forthe organization;or IN. The and of the policy period, WlUaliever to affher, ls. Coverage A does not apply to"bodily Itmj °or"property damage thP t ocatirrad ba re you acquired or formed the organization;and e, Coverage S does not apply to"personal al advertising in" `arising out of an offinsa,colmWIted befbre yott acquired or fWmed the organization. No person or organization is an Insured with t to the canduct of my past erah° ,ountantor patiouit vmiwo or post limited liablllty oompany that is not shovim as a Named Insured In the DeAimflons. PILEMM, A. S Ia An hwured is amouded to include as an! -anymaxtagor or lessor of promises leased you In vhich the written loan ugmement dbligates you to procure additional coverage,provided that 2. The"boddy i ° ®®"property damngOl or"parsonal and advertising injury"giving to liability oc subacquent to tlme exeOuLion of the agreement and ° The written agreement agreementis Ineffect time of the"bodily injury","property damage,"personal advertising i "for which coverage is sougM. Tliat parson or orgimi=tion almli be referred to as the addi&nal i The coverage afforded to the additional is limited to liability in connoodca widi the ownerft, maiulenanoo or use of t premises kiigad to you and in Vfimio or in put,by some negligent acts or amilGions of You, ta°employees,�your agents, subcontractors, 'T Is o e org additional insured for"bodily injury","property da " "personal �adv isl g t o sale negligence o a additional fir or by those acting an be-hag of the additional o t esprovided I Lri 32 34 09 07 Pogo 4 of 10 If the wiflen agminera,to indeninify an additional insured requires that you indeniniffy the additional insured for its sole ilealigence,dwn the coverage for the additional jusurod s)mli confonn 10 that aeon t®-provided, hOwOvcr,that Ole Contractual iodemilificAdolt loot of the agreement is valid under the law Of the State whom the agree was formed. If the written z%veement provides that a Particuixe states law will apply, then such provision will be honored. B. 'Waiver Of Subrogallon For any additional insured that obtains is red status on this policy thrwgh Paragraph A.above,we wWve any right of recovery we may have against the additional insured because of payments we mah for"boduy jnjMY1., '1property damage*or"personal and adva iii ging injury"to wltioh this jusurawo uppljas, C. Exclusiolig This imutrance does not apply to. 1. Any"ticcurratioe'lliat takes place after you cease to be ittonant in titat premises. 2, Any constroofiort,renovation,demolition or iriMllation operations perfininad by or on behaffof the additional'insurod. 3. Any premises for which coverage is excluded by mWorsament, A Other InsarAnce The hisurance provided by this endomment applies only to coverages:and limits of insurance ropimil by VAtlen agreement,but in no event exceeds either the s of rovemSe or the 11mits of insurance a"H able wit iiin this policy- This insurance shall be e=ss over any her insurance fivitilab)a to the additional insured,whether each hmalince is Oil an MOCM,contingent or primary basis,rani you tue obligated under a written agreemeriL to provide liability bisuranee for that additional insured on any other basis. lit that ovent,NO Policy Will BPPLV solely on the basis reqaired by such written agrement. To the extent that ffie;additional iustircd lims the right to pursue any other imumce asirier for coverage,inoluding a deform,we alin'll sbare that rig td with thff additioial insured. Items 11.EXPA14DED BIANKET ADDI AL INSURED AND WAMIt OF SUBROGATION(FOR lie h9 XXVOSURM Aa Section 11-Who Is An Insured is amended to inchide as an insured any penion--or organization tovilom you am obligated by a written a top -urre additional ins coverage,provided that: 1. The'bodily Wury,""propmV damage,"or`Pmonal and advertising iujury"giving rise to liability Guours gubstiquent to the execution or the written as ti and 2. The writtm at is fate t at the firne of the'bodily iijury.""prop"daniage.11 or"peisonal and advertising WuW'for which covemge is son t. 71lat person or organization.shall be referred to as the addhional insured. The covorugtr afforded to die ndd'do nal its is limited to liability Caused,its whole or in is by the negligent Bets or omisSions of you,your employem your agents,or your subcontmotars,m the performance of your bagoing operations. LG 3 2 3 4 09 07 Piage S Of 10 semi A This insaratico does not apply to 'bodily injary,"or"property damage:,"personal and aver Injury"arking out of"your ivW laoludod in the"products-murpMed operatic rd"%w1w you am required to provide on&coverage for e additional i 5uro l by the written sgraem en only for a period of y ; fire wiittw agreement and ay fvr I inlifflty,caused,in whole or in part,by the ricillsent acts or omissions of you, your eniployeas,your ragouts,or your ffubcontmaors, Thera is no covet ,ge for tht;additional. ut for tly injury","property da gee or nporsml and r advertising u s arising out of ft sale nagligmtoo of the additional d or by those acting on behalf of the additional boned,except as provided cl . ° If'the writtan.ogtoement.to indaninify an additional insurrApequira that you Indemnify the additiotal fimired for Its sole negligenue,than thb covemSe for the aMtional insilred shall conform to that agreement,provided, i however,diatthe contraotud Irlderanification,le age of Elie allftneAt is vdid tinder the law of the state VAIOM the apoerriant was lbruird. If the vnitten agreenicut provides that o particular states low Win apply,then Mich Provision wilt be 11011 d. Waiver OfStibrogation For mW additional insured that obtains insured sizais on this cy 1hrough Pwagraph.above,we waive any Tight of recovery we ntsy have against the additional insured because of is are niake for"bodily"injury", °4properV datnage or"personal and advertWng.i e°to which this applies. C. Exclusions respect With to the insurance irScrdad to these,e ditionnl InsureA fhe followin additional exclusloas a ty- does not apply. s I. To"bodily'.tuW,"property dumge sa t and advertising InjuiY1 artsing out of the rendering of,Lr the fallm to render.any professional architecto ,ongiftwing or aurvoying a i = ,`wludirir. a. The preparing,approving,or Ming to prgaro or approve,atrsps,shop drawings,opinions,reports, surveys,field ordm,change orders or drawings and speolficatioris;or Era 9upeivisorykapftlionnmhitectmalorgagineeringactivitlw. 2. To o °y° l `or"property age°°ftt occurs during the uVoing operations of s project where you have purchased an Owners toss Protective Uabpity or Railroad Notactive-.lability policy for the additional 3. When coverage is available under a consolidated(wrqp up)iosuinnoo progmni in which you am involved- A Other Insurance TU insurance a by M Mdor=neur a li t® -tread lh2ft of - wriftm a agreement,but in no ovant aireeds either the scope of caversp or the 1° to of insurance available w1 thin s policy. Thit,insuranex eball be excess over any other nv `able to theadditiong whether such hisurRooe is an an excess,contingent or priniary basis,unloss ffic written afire ern °tin you requires that the insumme ,provided for the additionat oonzarreul,or priLmry non-contributory,it%comparlmn to the additional °s owg po cy or policies. To the extent that the additional° ur s tho rLot to pursue any other insurance er for coverage,including a defam,we da share that right with the ad(litional,insuivA, LU 2 34 09 07 Pager 6 of 1 Item 12.BL AN KET ADD ITION A L IN SURU,D A N ID W AVER OF SIM R GGATION—P IC RS ON OR OXZGAN17ATION A. SwtiDa 11—Wh o Is An I nsu read is amended to hichide as R P a dill do n al is ure d an p arson or OrPni zalion to who You fire obligated by a wriumt ogreement to procure additionA insured coverage,but only with respect oD liability for"bodity Wiary","prop M darnagt:4 or"personal and advertising injury"caused,is wilole-or in pait,by your acts or oinissiong or the outs or ornimions of those acting on your bchaff. I. In the performance of your onjoing operations;or 2. In conrux.-tion with premiew o d by you; provided drat: (a) The"bodily WW',11propmiy darnage'or" er onal and advertising injury"giving rim to liability occurs mbsequent to the execution of the aFermont;and (b) The written agreement is in a at the time of the"bodily injure,"property damage","personal Wuryll at'advtzising injury"for which coverage is sought. That persdn at orpni2alion sWl be referred to us%he additional!Rsvred. Thore is no coverage for fk additional insurod for"bodiLy fqjtuyll,"property do e"or" na1 and ads rdsing injury"arising out of the sole negligence of the additional insured or bythose auting on behalf of the additional insured,except as provided below. If the written agro earl iml to indemnify an additional insured requires"t you iddeMnify the additional Insured for its solo negligenoe,them tht carve for the additional insured sMil conform to that agrearnelit,plywided, kwevar,first the con inn cation language oft agreement is valid undar the law of the state-whore the agreement was formed, If the written a ruefit provides that a,puticular states law will apply,then such provislou will be haaore& B. W alvar Of Subrogn flan 'For any additional h%wed that obtains ins=d status on Ws policy through PamgmplLA—above,wa waive any right of recovery we twy have against the additional insured because of payments we make for"bodily 4ury", it property damage"or"persona)and advertising injury'to which this insumuce applies, C. Exclusions- This insurame dnes net apply to: 1. Any premisesor equipmaiv lensed to you. 2. Any coirstruation,renovmtion,des lid or insLaHation.operations perfomwd-by or on bobalftif ®cwtomm operaft on yourbubalf. D. Other Insurance The ftzurance provided by thin end it applies only to coverages and litnits of Insmuce requirod by writwn agreemcnt;brat in ao event exceeds eAber the scope of co raga or the l° its of inwrance available within this policy, LG 3 2 3 4 09 07 Page 7 of 10 This insuranco shall be oxoea over a1.y other imurance available to the additimial imured,whether such imuratioe, is on a.t excess,contirigent or primury b °°,unless you saro oblipted under a wrIam agrecm0lit to provido Lability insuranoo for that addiflorial insured on ally other basis, in that event,this policy vAll apply loly on the l basis xquired.by such n agreement, TO the ortent thait ft addlitional Insured has the right to P=ZUB ROY Udaer IMUrame.carrier for oovorage,inoludwg a daf ®e,we shall alzro that fiat with the addlfionW lasnumd. Item 13.ADDIMONAL INSUM TS,ENMEERS OR SURVEYORS A. Section 11—Who Is An Insured is amended to include as an addiffonal insured Airy arcWteef,engineer,or guiveyor eapgod by you but only with respeot to liability for"bodily injury","property daninge or'personal d adv °s• m "onuaA in whole or in part,by your sets or omissions or the acts or oudsalons of those noting out rbeh ° 1, In cormoollon with your eu° ;or z° In the erfo a of your ongoing operations. With resped to the insurance afforded to tl a ad ditional.Insureds,the following additiortal oxclusi on applies,- This Insurance does not qpply io"bodily 4ury",'property ageP°of"p tai and advehising inj "arising out of the rmilcring of or the failure to rmder any profmional.services by or for you,including: 1. The preparing,approving,or failing to prepare or approve,.reaps,strap dmw1 ngs,opine , 8Js,sulveys, field orders,change orders or dmwiW and ifacud a®or , Supervisory,inspection,wrViteatural or engineffing activities. Item 1 .ADDITIONAL JNMIRED®STATE,MUNICIPALITY OR POLITICAL I N PEMAWS Section U n Who is J4w Wurcd is 8=11ded to i uda es 1111 Sdditi(laal inlHlMd any state,Municipality or political subdivision vAth respeot to any operations performed by yoga,or on your lf,fa.r which the state,unailoiPmity or political mbdivislon has issued a permit. However,this insumnee does not apply to: 16 1113od€iylWwyall 'prop d a"or"personal and advertising injury'arisIng out of eratio ns performed for tlw state,m aioi fi or political ivinion;or I. Amy y` or uproperty d ages included s e"producLo-completed operations ",exuapt wlien mcpilrad by WrItton. n of or egreement initiated prior to lossi err 3` "Bodily Wary,""property damage*or"personal and advertising injnl unless negligently caused,in o or in part,by you or those acting on Itam ISp ON S WAVER OF SURROGATION—LESSOR 017 L A. Section U-Who Is An Insured Is amended to i tudB as an additional invared any peram or Prganizationfrom %Abomyou lease equip equipmaut whtm you and such person.or orgaidiAdion° vc agrecd in it vMtten Weauxag1hat such on or organizationbe iddedas an addidowlinsumd onyourpaRoy Sualipmonororgaubmt1wisae. Insured only with respect.to liability for"bodily!r' ,uproperty darriagel or Ilpmumal and advertwag Wnry, its whole or io part,by your maffttaaaace,Opeation or uso of i;quipment Icased tai you by such parport or organization, LG 32 34 09 07 Pages of 10 MEMEMENIN —--------- - -------------- Them is no rovarage fir the addhional insured for' l iqjury",BE ProPerty damage"or"peimnal and adv8rdBi08 in arising out of die sole negligence of the additional instired or by those noting oil behalf of tbr, additional insumd. A persoes or organizWorils shtas as an additional insured under this endorsement endr,when the agreement with you for ouch Imed equipment ends. B. valver Of subrogation Far any additional imured t obtains lasarril status on this policy tbrough Paragruph A.above,We Waive any cight,of r° we may have against the additional insured because of payments we ma lm for"boas y irdury% "property damage"or"personal and advertising houry"cats in whole or In part,by your multitermnGem op floes or use of eQuipment leased to you by siach person or organizatiom C. OtherInstirance This bmtrance shall be exem over any-other fivairanoe available to the additional insured,whed;r suali insurance is on an excess,contingent or primary basis,unless Yoe are oblige ted under a written agreemont,to provide liability insurance for that additional Insured on any other basis. In that event,this policy will apply solely on the basis required by such written agreement. To the extent that the additional insured has the tight top to any other insurance cariier fur coverage,including a data=,%vr shall slare thatriShtwitb the additional inmrad. It 16.KNOWLEDGE OF OCCIIRRENCE Subparagraphs 2.s.,b.acrd t,of Condill on 2.Section IV Coninierci FIL General liability Conditions am mmuded to add the fbIlowing: As used in this panagraph,the word"yote'rafers to an"executive officer",Pftrtaex,Member or lepl representative, any other"em play eewith insurance ur risk n=Wraent maponsibilitica. It 1.7.11NINTE NTIONAL ERRORS AND OMISSIONS Para ph 6.Of Section IV—Carnmeruf a]Genorial Mability Conditions is amunded to add the fbI10-svin.8- Any unintentional errair or omission in the description of,or failure to completely r1mribe,any preirnises or operations intended to be covered by tids poHoy will not invalidate or ail uov=age for those prernim or opm-ations.However, you must report such e or omission to w as won as lincticabIr after its disouvUry. Thies provision does not afleot our right to collect addifinmi preidum or exercise our right of cameRation or Item is.B0131LY VJWRY RIMEFI]NITION The definition of%odily in'ury" in Section Y®Dafinhionn Is replaced by the following., "Bodily Injury"ineans.bodily Wury,sickness or disease sustained by a person. It includes death of meatal nagilish, which resulta at any time froin such pbysical'harm,physical Rickness or physical disease. Mental oat to any type of mental or einotlom11 ess or distress, Item 19.MOBELE EQUIPMENT REDEFlNInON Paragraphs (b).and(c)of Section V—Definitions do not apply to sdf-propolled vehicles of ten than 1000 potuids grm YoWola ht. LO 32 34 09 07 ?sp 9 of 10 ........... -------------------- It=20.SU.PJPLnTMTARY]PAYAUM ® X-Coverages,SuWlernmllftfY PS YMW Cov erages A and 1B,Items Lb.ani U.,respectively,are replaced WItL- b. 'Up to$28500 for cost of bailbands required because of accidants or Iraffia law-violations arwag out of ft we of BAY Vehicle to whlcdt the Bodily Irdury Liability Covmge applies. Wa do not have to fumish 1hew bonds, d, All reasonable expenses incurred by Via iusured at our request to assist us in the invesdotion of defense of tbe, claim or"suit"lachiding substantiated loss of eatnkg&up to$5oo a day use of time off ftm work, It 21.LMERAUZAIION Section IV-Comm=ial General U'ablilty CoadIdons Is amended to add die following: 10. Uberali=tion If we adopt Ix change in our for or rule wHch would broad covwaga without an extra charge,ihe broader oovomge will apply to[his policy. This extension is affcotiva upon the approval of suoh broader coveragr fil your 614to. Authorized Represente 've: Name (Printed): R.M. Lee Title (Prinled): Managing Director Swantner& Gordon LO 3 2 34 09 07 page 1 0 of 10 THIS THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies Insurance provided under the follo in$ BUSINESS AUTO COVERAGE FORM _ . GARAGE'COVERAGIF FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Fonh apply unless di- ed by this endorsement. This endorsement Identifies person(s) or oar anlzati n(s) who are *Insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided In the Coverage Form. SCHEDULE Name of Pe on(s) orOrmga ril tlon(s)® Any person or organization where the named insured has agreed by written contract to include such person or o zatm ffi as a Designated lnsured, Authorized epresenla vee Name (Printed): R. M. Lee Title(Printed), Managing Director Swantner&Gordon (if no entry appears above, Information required to complete this endorsement Il be shown in the Declarations as applicable to a endorse e ) Each person or organization shove in the Schedule is an `Insured for Loa ilky Coverage, but only to the extent that person or organization qualifies as an 'insured' under the Who Is An Insured Provision contained In Section ll of the Coverage Form. Policy o-, r-° 1-452429-312 Issued By. Employers insurance Wausau Effective ate-, 07/26/20 Expiration Date. 07/2612013 Sal s o I eo 0919 CA 20 48 02 99 Copyright® It'surance Services office, lnc,, 1995 page 1 of 1 SL ad r,mcatnumber 002 fwpolicynumber SIC— 91-452429-022 CONSTRUCTION COMPANY TWs cadoaament is effwivo 07-26-12 and will tenninato wiffi the polity. is Issued,by the W12pany designated { in the Declaration. All othee providow of the policy remain. c a d. TM ENDORSEMENT CHANGES THU POUCY. PLEASE READ IT CA Change Endorsement NOTICE OF CANCELLATION Fib 1 , F0 '99 01 05 11, IS AMENDED TO SHOW THE FOLLOWING: NAME01? OTHER $ / EMAIL P ORGANIZATIONS s DAYS NOTICE PER FILE 30 COMPANY THE FOLLOWING (S) B t ARE EFFECTIVE WITH THE IV DATE OF THIS LIL 90 02 01/12 COMMERCIAL Authorized r nt tive < M.,�f 2^ —-—------------ Name(Printed): R. M. Lee Title(Printed): Managing Director Swantner& Gordon IC9999 SO - CC Ada 01-15-13 10-n JAN 2 2 Z Policy Number: -291-452929-012 Issued y. EMployers Ina ran e Company of Waugau THIS NT CHANGES THE POLICY. PLEASE MEAD IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies Insurance provided under a following-. Authorized r esentati ve- BUSINESS AUTO COVERAGE PART MOTOR - Pi COVERAGE PART GARAGE COVERAGE PART - — - TRUCKERS COVERAGE PART Name(Printed); R. M. Lee 5XCE> AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART Title (Pdnted)a M&RaqIrXj DlFeetop SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART vv ntrt r& Gordon COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILE COVERAGE PART LIQUOR LABILRY COVERAGE PART Schedule Name of Other Person(a)l Email Address or Mailing Number Organ I tion(s)m address; Days; Noticat Per schedule on file with the 30 company A. If we cancel this policy for any reason other than nonpayment of premium, we will no dry e persons or organizations shown in the Schedule above, We will send notice to the emall or mailing address listed above at least 10 days, or the number of days listed above® if any, before the cancellation becomes effective. In no event does th a notice to the third party exceed the notice to the Irst named Insured. This advance notification of a pending cnricel[ation of coverage Is intended as a courtesy only, our fallure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of e policy, All other terms and conditions of this policy remain unchanged. LIM 99 01 051'4 0 2011, Liberty Mutual Group of C®tnpanies. All rights reserved. Page 1 of I Includes copyrighted mate ° I of Insurance Services Office, Inc. with its pennission. WORKERS'COMPENSATION AND EMPLOYERS TexmKuta LIABILITY INSURANCE POLICY mme C a MMY WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because 7exas Is shown In Item 3A, of the Inlonnallon Page, In the -event of cancellation or other material change of the Policy, we will mail advance notice to the Person or organization named In the Schedule.The number of days advance notice Is shown In the Schedule, This endorsement shall not operate directly orindirectlyto benefit anyone not named In the Schedule. Schedule 1, NuMber of days advance notice: 30 2.Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attm Contract Administrator PC Box 9277 corpus Christi,Texas 78469 Authorized ,eprese'ntialive' Name(Printed): R.M, Lee Title (Prinfed)- Managing Director Swantner& Gordon This andmmont changes the ponoy to which it is attached effoolke on the InoBptlon data of"'a 010Y u ss a different date Is kKkatod bemw. (The tokwing"attwhing daLW need be earnplated ordy when t*ondorearswt it.jwuqd subseclsera to preparation of thR ponoy.) This endorsement,effective on at 12:01 A.M.standefd time,fermis a part of PoltoyNm TSF-0001080533 20120726 of the Taxne Mutual Insurance Company WNW to GARRET' CONSTRUCTION CO Endorsement No. Premium$ Alithorized Rep rmntative W0420601(ED.1.94) INSURED'S Copy GUSER 7-24-2012