Loading...
HomeMy WebLinkAboutC2013-343 - 9/17/2013 - Approved 2013-343 9/17/13 M2013-144 Bay Ltd SPECIAL PROVISIONS S P E C I F I C A T 1 0 N A N D rt F 0 R M S 0 F C 0 N T R A C T S A N D B 0 N D S F 0 R CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY HAVAIDS AND EAST G.A. EXTENSION PROJECT PREPARED BY: KSA ENGINEERS, INC. 8875 Synergy Drive McKinney, TX 75070 Phone: 972-542-2995 SO F Te. pt .............................. STEVE M. CREAMER ............. 90382 dV A jo ly ZOO Affix Seal Here July 21, 2013 KSA ENGINEERS CIVIL FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 Fax: 361/826-3501 PROJECT NO: E110,4;r, ET2=3, & E13062 RECORD DRAWING NO: AP-139 FAA PROJECT NO.3-48-0051-050-2013 KSA PROJECT NO: CRP-005 (Revised 7/5/00) CORPUS CHRISTI INTERNATIONAL, AIRPORT 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT PROJECT NO. : E11047, E12156B, & E13062 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities NOTICE TO CONTRACTORS - C Notice tQ Prospective Federally Assisted Construction Contractors NOTICE TO CONTRACTORS - D Notice of Requirements for Affirmative Action to Ensure Equal Opportunity PART A - SPECIAL PROVISIONS A-1. Time and Place of Receiving Proposals/Pre-aid Fleeting/Project Schedule A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A--7 Workers Compensation Insurance Coverage A-8 Faked Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-1 i ( OT USED) A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 `.Testing and Certification A-21 Project Signs (NOT USED) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution ;af Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents 3 (NOT USED) (NOT USED) A-37 Amen (NOT USED) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Ge�-biff- (NOT USED) A-40 Amendment to Section B-8-6., Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A• 43 Amended Indemnification & Hold Harmless (9/9B) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) (NOT USED) (NOT USED) A-4B Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Storm Water Pollution Prevention Plan A-54 Physical Data A-55 Project Record Documents A-56 Errors and Omissions A-57 Trench Safety A-58 Airport Safety and Security A-58.1 General A-58.2 Airport Operations Area (AA) A­58.3 Airport Safety Requirements and Restrictions A-58.4 Airport Security Requirements A-59 Conflicts A-60 Bidder Qualifications A-61 Computer Generated Proposals A-62 Partial Estimates Submittal Transmittal Form Bidders Qualifications Form SPECIAL PROVISIONS - ATTACHMENT I - Project Sign Layout FEDERALLY REQUIRED LANGUAGE FOR CONSTRUCTION CONTRACTS CORPUS CHRISTI INTERNATIONAL AIRPORT BACKGROUND VERIFICATION FORMS Signature Verification Form Application for ID/Access Control Media Corpus Christi Employment and Personal History Form AIRPORT CONSTRUCTION SAFETY PLAN FAA ADVISORY CIRCULAR 150/5370-2F - Operational Safety on Airports During Construction PART B ® GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIRE14ENTS Instructions Regarding Contractors Insurance Special Instructions to Bidders Regarding EEO Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Certification of Bidder Regarding Equal Employment Opportunity Certification of Non-segregated Facilities Section A Wage, Labor, EEO, Safety and General Requirements-FAA Section B Davis Bacon Requirements-FAA Section C Contract Work Hours & Safety Standards Act Requirements-FAA Section D Equal Employment Opportunity-FAA Section E Clean Air and Water Pollution Control Requirements-FAA Section F Standard Federal Equal Employment Opportunity Construction Contract Specifications-FAA Section G Contractual Requirements to Pursuant to Civil Rights Act of 1964, Title VI--FAA Section H Termination of Contract-°FAA Section I Buy American-Steel & Manufactured Products for Construction Contracts-FAA Disadvantaged Business Enterprise in Federal Funded Construction-Aviation Davis Bacon Wage Rates FAA SPECIAL CONDITIONS SC-01 General Description SC-02 Restrictions on Time for Work SC-03 Separate Insurance SC-04 Time for Completion and Liquidated Damages SC-05 Legal Holidays SC-06 Documents for the Contractor SC-07 Clean-Up SC-08 Entrance and Parking Areas SC-09 Clearance for,Use with FAA SC-10 Safety SC-11 Existing Cables SC-12 Repair of Existing Utilities SC-13 Daytime Work Restrictions SC-14 Construction Activity and Aircraft Movements SC-15 Limitations on Construction SC-16 NOTAMS SC-17 Motorized Vehicles SC-18 Laboratory SC-19 Third Party Coverage SC-20 Construction Staking SC-21 Working Hours SC-22 Radio Operations SC-23 Access Routes SC-24 Safety During Construction SC-25 Marking SC-26 Geotechnical Investigations SC-27 Construction Manager SC--28 Scope of Work SC-29 Arrears SC-30 Project Progress to Completion SC­31 Partial and Final Payment SC-32 Records of Materials Purchased SC-33 Subcontractors sc--34 Materials and Workmanship SC--35 Superintendence of Construction SC--36 Guarantee SC-37 Security FAA GENERAL PROVISIONS GP-10 Definition of Terms GP-20 Proposal Requirements and Conditions GP-30 Award and Execution of Contract GP-40 Scope of Work GP-50 Control of Work GP-60 Control of Materials GP--70 Legal Regulations and Responsibility to Public GP-80 Prosecution and Progress GP-90 Measurement and Payment GP-100 Contractor Quality Control Program GP-110 Method of Estimation Percentage of Material within Specification Limits (PWL) GP-120 Nuclear Gauges FAA STANDARD SPECIFICATIONS P-101 Surface Preparation P-152 Excavation and Embankment P-155 Lime Treated Sub grade P-156 Temporary Air & Water Pollution, Soil Ero,sion, & Siltation Control P-209 Crushed Aggregate Base Course P-401 Plant Mix Bituminous Pavements P-501 Portland Cement Concrete Pavement P-602 Bituminous Prime Coat P-605 Joint Sealing Filler P-610 Structural Portland Cement Concrete F-162 Chain-Link Fences D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets and Inspection Holes D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures D­754 Concrete Gutters, Ditche,s, and Flumes T-901 Seeding T-904 Sodding T-905 Topsoiling TxDOTC STANDARD SPECIFICATIONS Item 529 Concrete Curb, Gutter, and Combined Curb and Gu,t er WASH RACK ELECTRICAL SPECIFICATIONS 16100 Basic Materials and Methods for Electrical Installations 16300 Power Distribution Devices 16500 Instrumentation Devices 16600 Control Narratives ADDITIONAL TECHNICAL SPECIFICATIONS ITEM S-1 Project Schedule, Mobilization and Field office IT S-2 Shop Drawings, Project Data, and Samples ITEM S®3 Barricades and Markings for Pavement Closures ITEM S®4 Trench or Excavation Safety Systems ITEM S-5 Proof Rolling ITEM S® Stormwater Pollution Prevention Plan ITEM S®7 Temporary Sediment Control Fence ITEM S® Foundation Material for Weak or Pumping Pavement Subgrade ITEM S-20 Traffic Control Plan Development and Implementation ITEM S-37 Oil/Water Separator ITEM S-40 Small Diameter Sanitary Sewer Systems ITEM S-43 Rock Filter Dams ITEM S-87 Water Service Lines GATE 10B SPECIFICATIONS* 030020 Portland Cement Concrete 032020 Reinforcing Steel 26 00 10 Special Provisions For Electrical Work 26 01 10 Raceways 26 01 11 Conduit and Fittings 26 01 20 Wire and Cable - 600 Volts & Under 26 01 31 Junction and Pull Boxes 26 01 34 Outlet Boxes 26 01 41 Wiring Devices 26 01 70 Disconnect Switches 26 01 90 Supporting Devices 26 04 50 Grounding 26 04 76 Fuses 271324 Telecommunications Backbone OSP Fiber Optic Cabling 323100 Cantilever Structural Slide Gate F-162 Chain-Link Fences L-115 Electrical Manholes and Junction Structures P-101 Surface Preparation P-152 Excavation and Embankment P-602 Bitum.inous Prime Coat P-603 Bitum.inous Tack Coat P-605 Joint Sealing Filler SP-4 Worker Safety Requirements For Excavation and Trenching Operations T-901. Seeding TxDOT 247 Flexible Base TxDOT 340 Dense-Graded Hot-Mix Asphalt (Method) GEOTECHNICAL REPORTS PROCEDURES FOR AUTHORIZED DISCHARGE OF GROUNDWATER TO THE CITY OF CORPUS CHRISTI MUNICIPAL SEPARATE STROM SEWER SYSTEM (MS4) LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND *Note that the Cate 10B plans and specifications, and subsequently Section A-2.00 of the Proposal, should be considered stand-alone documents, separate from the remaining bid documents. Any duplication of the Gate 10B specification numbers, pay items, etc. to the remaining bid documents should be disregarded. THIS PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Corpus Christi International Airport 17-35 Runway NAVAID s and East G.A. Extension Project, City Project No. E1104 E12156B, & E13062 which consists of the following: 1. Base Bid is comprised of the construction of access drives to the relocated navigation aids of Runway 17-35. This work will include asphalt (fit C) paving, PCC paving, rock base installation, grading, and minor drainage improvements® 2. Additive Alternate No. 1 is comprised of the construction of the North General Aviation Apron Extension. This work will include concrete (PCC) paving, grading, and minor drainage improvements. 3. Additive Alternate No. 2 is comprised of the construction of the perimeter security Gate 10B located west of the main terminal building. This work will include grading, paving, electrical, and security improvements. 4. Additive Alternate No. 3 is comprised of the construction of a new wash rack adjacent to the General Aviation Apron Extension constructed in Additive Alternate too® 1. This work will include grading, paving, electrical and utility improvements, as well as the installation of an oil-water separator and connection to an existing sanitary sewer pump station® Other related work items to construct the project in phases in accordance with the plans, specifications and contract documents, will be received at the office of the City Secretary until 2122_2..M. on Wednesd r g Au crust 21. 2013, and then publicly opened and read® Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m. on Tuesdayt, Au rust 6 2013. The location of the meeting will be the Airport Board Room, at Corpus Christi International Air�aart, 1000 International Drive, Corpus Christi, TX, A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered® Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidden®s plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids® Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One hundred and no/100 -Dollars ($100.00) as a guarantee of their return in good condition within two weeks of 67d-da t e. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. (Or) Plans, proposal forms, specifications and contract documents may be viewed and downloaded free of charge with the option to purchase hard copies at www.civcastusa.com. Printed copies of the Contract Documents may be viewed at the Engineer's Office located at 8875 Synergy Drive, McKinney, Texas (Telephone No. (972)542-2995) during regular business hours Monday through Friday, 8:00 a®m until 5:00 p.m. Please submit questions for this project at least 96 hours prior to bid opening through w?xw.civcastusa.com in the Q&A Portal or to Steve M. Creamer, P.E. at screamer@ksaent3m . All addenda issued for this project aw will be posted on www.civcastusa.com. OORev.:Lsed 7/5/00 The bidder is hereby notified that the Owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer, " "workman," or "mechanic'"' employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public® CITY OF CORPUS CHRISTI, TEXAS Isl Daniel Hiles, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary ODRevised 7/5/00 - NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate 6f Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial. General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - operations 3. Explosion and Collapse Hazard 4. Underground Hazard S. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage B. Independent Cont.ractors 9. Personal Injury AUTOMOBILE LIABILITY—OWNED NON OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental. REQUIRED discharge; to include long-term environmental impact for the disposal. of X NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental. Insurance Requirements Li REQUIRED I X NOT REQUIRED Page 1 of 2 The City of Corpus Christi and KSA Engineers, Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage, The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 5-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at (3 61) 826-3500, Page 2 of 2 p.,y NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS y., Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a)The following words and terns,when used in this rule,shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1)Certificate of coverage(certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers'compensation coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement)providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406..096(e)(1). (3)Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers'compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5)Coverage agreement--A written agreement on form TWCC-81, form TWCC-82,form TWCC-83,or form TWCC-84, filed with the Texas Workers'Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers'Compensation Act,pursuant to the Texas Labor Code,Chapter 406,Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project-.Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections(h)and(i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors,subcontractors, leasing companies„motor carriers, owner-operators, employees of any such entity,or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8)Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage,or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties,civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph(7) of this subsection,using the language required by paragraph(7) of this subsection; (2)as part of the contract,using the language required by paragraph(7) of this subsection, require the contractor to perform as required in subsection(d) of this section; (3)obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4)obtain from the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7)use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic,. Page 3 of 11 (d)A contractor shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage„ if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4)obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage,,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (B) no 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; (d)notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice,without any additional words or changes: Attached Graphic, (8)contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection(e)(3) of this section; Page 4 of 11 (D)provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3)have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties,criminal penalties,civil penalties, or other civil actions." (4)provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5)obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage,prior to the other person beginning work on the project; and (B)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project;, (C) include in all contracts to provide services on the project the language in paragraph(3)of this subsection; (D) provide,prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project, and (ii) prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H)contractually require each person with whom it contracts„to perform as required by this subparagraph and subparagraphs (A)-(G)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (f)If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994.This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §40). (i)The coverage requirement in this rule does not apply to sole proprietors,partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors,partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S110.110(d)(7) "REQUIRED WORKERS'COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this constriction project must be covered by workers'compensation insurance. This inchrdes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of i i T28S 110.110(c)(7) Article . Workers'Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental "« entity. Persons providing services on the project("subcontractor"in§406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform oil file project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for•all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1)a certificate of coverage,prior to that person beginning work oil the project, so the governmental entity will have on file certificates of coverage showing coverage far all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period drown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services oil the project. H. The contractor shall post oil each project site a notice, in the test,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1)provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; (2)provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown oil the current certificate of coverage ends during the duration of the project, (4) obtain fi-om each other person with whom it contracts, and provide to the contractor. (a)a certificate of coverage,prior to the other person beginning work on the project;and (b)a new certificate of cover age showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) not6 the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project,,and (7) contractually require each person with whom it contracts, to perform as required by paragraphs(1) -,(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage„ the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Se f Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor-to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 THIS PAGE INTENTIONALLY LEFT BLANK PART A SPECIAL PROVISIONS CORPUS CHRISTI INTERNATIONAL AIRPORT-17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting/Project Schedule Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. on Wednesday, August 21, 2013. Proposals mailed should be addressed in the following manners City Secretar 's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - 17-35 RUNWAY HAVAIDS AND EAST G.A. EXTENSION PROJECT NO:E11047, E12156B, & E13062 Any proposals not physically in possession of the City Secretary's office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the 2r222ser. The proposer is solely responsible for delivsKy to the Ci Secreta 's Office. DeliveEy of an ro osal the gro2oser, their a ent re resentative U.S. Mail or other deliveEy service to an City address or office other than the Ci Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Tuesday, August 6, 2013, beginning at 10:00 a.m. The meeting will convene at the Airport Board Room, 1000 International Drive, Corpus Christi, TX. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Desori tion of Project CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT consists of the following: 1. Base Bid is comprised of the construction of access drives to the relocated navigation aids of Runway 17--35. This work will include asphalt (HMAC) paving, PCC paving, rock base installation, grading, and minor drainage improvements. 2. Additive Alternate No. 1 is comprised of the construction of the North General Aviation Apron Extension. This work will include concrete (PCC) paving, grading, and minor drainage improvements. 3. Additive Alternate No. 2 is comprised of the construction of the perimeter security Gate 10B located west of the main terminal building. This work will include grading, paving, electrical, and security improvements. 4. Additive Alternate No. 3 is comprised of the construction of a new wash rack adjacent to the General Aviation Apron Extension constructed in Additive Alternate No. 1. This work will include grading, paving, electrical and utility improvements, as well as the installation of an oil-water separator and connection to an existing sanitary sewer pump station. Section A - SP (Revised 12/15/04) Page 1 of 29 A-4 Method of Award The bids will be evaluated based on the following: 1. Total Base Bid, or 2. Total Base Bid + Any or All Combination of Alternates The City reserves the right to accept the Base Bid with no Additive Alternates, One Additive Alternate, or any combination of Additive Alternates to match available funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. This is a unit price bid. The quantities shown are estimates. Payment will only be made for those quantities of work constructed and accepted as meeting the plans and specification requirements. Bidders must bid on the Base Bid and all Additive Alternates. The City reserves the right to accept the Base Bid and all the Additive Alternates or any combination of the Additive Alternates to closely match available funding. Bid award is subject to the availability of funding. A-5 Items to be Submitted with, Propnasal The following items are_required t to be submitted with the proposal: 1. 5% Bid Bond (Must reference CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY HAVAIDS AND EAST G.A. EXTENSION PROJECT as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or Nat±onal Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. Provide all documentation as r red !?Z Special Provision A-29, A-30, and A-601 A-6 Time of CoMletion/LigMidated RaMages The working time for completion of the Project will be as shown in the table below. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed, Schedule Liquidated Damages Cost Allowed Construction Time Base Bid $2,000 per calendar day 90 calendar days after Notice to Proceed Add. Alt. No. 1 $2,000 per calendar day 210 calendar days after Notice to Proceed Add. Alt. No. 2 $2,000 per calendar day 90 calendar days after Notice to Proceed Add. Alt. No. 3 $2,000 per calendar day 210 calendar days after Notice to Proceed The maximum construction time allowed for the Base Bid and each of the Additive Alternates shall be as noted in the table above. This project is on Section A - SP (Revised 12/15/04) Page 2 of 29 an expedited schedule due to funding requirements and all deadlines and schedules will be strictly enforced. For each calendar day that any work remains incomplete for the Base Bid and each of the Additive Alternates after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $2,000 per calendar 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. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. A-7 Workers If the Contractor®s workers® compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers® compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers® compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. 3A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 knose�ld n of din The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 12/15/04) Page 3 of 29 A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy and High v, Construction, In case Cif conflict, Contractor shall use hi,gtter wage rate. W1nA,mzR, Prevail jpq Wa Scales The Corpus Christi City 0)Lmcil has determinp-d the general prevailing minimm hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor mist not pay less than the specified wage rates to all laborers, worksp-n, and ffechanics euployed by them 2-n the execution of the Contract, The Contractor or subcmtractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, work7rm, or rmmJiardc enployed, if such person is paid less than the specified rates for the classification of work perforned. The Contractor and each subcontractor mast keep an accurate record showing the names and classifications of all laborers, workffen, and nechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll sulmdttals to the City Engineer, The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project, These dcez_Lmnts will also be submitted to the City Engineer bi-weekly, (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper fonn and content of the payroll subrdttals,,) One and one-half (14) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Term, and Section B-7-6, Working Hours,) A-11 2?aegELt �i.mwith Public &!0210 (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated t o p roceed in the vicinity of any facility by using Texas 811 at Bil, the Lone Star Notification 01"­q at 1-800-669-8344., For the Contractor's convenience, the following telephone nuffbers are listed. City Engineer 826-3500 City Project Manager 826-3527 KSA Engineers, Inc. Bob Dutton, P.E. 972-542-2995 Traffic Engineering 826-3540 Police Departmmt 886-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Services Departnent 8261800 (826-1818 aft er hours) Gas Departrent 885-6900 (885-6913 after hours) Stonn Water Departuent 826-I975 (826-3140 after hours) Parks & Recreation 13pparl-vent 826-3461 Streets & Solid Waste Services 826-1940 A E P 1-877-373-4856 N�_keces Electrical Cooperative 387-2581 (1-800-632-9288 after hours) AT&T/CP&L 881-2511 (1-800-824-4424 after hours) City Street Div, for Traffic Signal/Fiber Optic Locate 826-1946 8263547 le "'sign 8575000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) IM (Fiber Optic) 813-1124 (Pager 888-204-1679) Choir eCan (Fiber Optic) 881-5767 (Pager 850°2981) CAMOCI< (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (VAN) 972-753°4355 Regional Transportation Authority 289-2712 Section A SP (Revised 12/15/04) Page 4 of 29 Corpus Giristi ISD 886-9005 U.S. Postal. Service 086-2216 TYJIX)rr Area Office 808-2384 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, Moth above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type Qf prd)ject with regard to the location and nature of underground utilities, etc. However, the accuraSX_and_corn Elateness 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 respa.,rnsibility 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 uti[ities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor®s responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. ®1 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contrac,.-Itor shall comply with alb. applicable FAA Regulations and Advisory Circulars and with the current version of the Manual on Uniform Traffic Control Devices. All co,.3sts for traffic control. are considered subsidiary; therefore, no direct payment wi-11, be made to C;ontracta::ar® A-14 Construction The Contractor shall keep the adjoining streets free of tracked and/or Section A - SP (Revised 12/15/04) Page 5 of 29 spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials, Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer® The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass® All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted, All necessary removals including but not limited to PIPQJ driveways, sidewalks, etc,,, are to be considered subsidiary to the bid item for Excavation; therefore, no direct payment will be made to Contractor® A-16 Disposal/Salvage of Materials Excess, 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. Excess excavation (cut and topsoil) may be hauled offsite or to an area onsite, as approved by the Owner. The area must be graded to drain and follow the existing ground contours prior to demobilization at no direct pay, Vegetation must be established. A-17 Field Office of Used See General Notes of the Plans for Field Office Requirements) The .......... E e Jq f luee 01 4�e p 41 �@q;0P,4 ApA, I 'r .1 leaot W'3011 m 60" R14-4-we­ _, I L e lie pa L-a le e,* e A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items�, Section A - SP (Revised 12/15/04) Page 6 of 29 'I m Tt,,idtial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The Contractor shall schedule his work well in advance of actual operations and shall keep the Construction Manager, Airport Engineer and Operations Manager advised of this schedule so that close coordination can be maintained with the Direct,,;a,r of Aviation and with other Contractors, Closing of portions of taxiways and aprons wiJA, be required E(.�r proper execution of the work. Airport Operations requires a minimum of three (3) days notice prior to closing any portion of a taxiway or apron. Notice to Airmen (NOT AMIS) will be filed by the Airpti,rt Operations Manager or by Public Safety Personnel. See Special Condition SC-16 for more details, At the Pre-Constructicm Conference, the Contactor shall submit a detailed Construction Schedule that shal.1, at minimum, iricorpe.,)rate start and end dates fr,::ar the specific construction items of the project as listed in the plans and spec:J.f icaT.:1,ons. A-19 Construction Project Lin' 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 Engineer® The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor®s negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of- the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. Section A - SP (Revised 22/15/04) Page 7 of 29 The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor, The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency/point of circumference • Curb and gutter flow line ® both sides of street on a 200® interval; • Street crowns on a 200® interval and at all intersections. Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) , Water. • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Stormwater: ............................................................... • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits} . A-20 Testing...and, Certifi-cation All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor, The Contractor must provide all applicable certifications to the City Engineer. A-21 P "mot_Aj%ns The Contractor must furnish and install 1 Project signs as indicated on the following drawings. (Attachment 1) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor® The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minori Ent (NOT USED) See Part C ® Federal Wage Rates and Requirements, Disadvantaged Business Enterprise in Federal Funded Construction viation of these Contract Documents) . the G+�ay elf, Gerpue (34f-Aq'" section A - SP (Revised 12/15/04) Page 8 of 29 m OPW lym 0 � able 0 ": L „ , as the.0ty #CO 0 einosewpor Any named; �m .:. a w � .�fro r :, � , cw 01m.. eR &W owned business it, 19e C'Affked by; i�i +east am y H,. the assate.or e"InfPslee w emmeppioeIIIIIIIIIIIII, ao ;;;;;t Uwe�mm 01-M _ R t I e k4 10,94- section h sp [Revised 12/151041, Page 9 of 29 ORP ,, r , !in the e"Orpavate ahageo ate V qt,,,..v Pe- j"44144 in Na We .e.. .oti , '�R n , � . Epfl e� Oe ffla4e bnw �F ` : O�t " HI, OE Ill in „9 ao'—wl 9: have 6ee: aehieved! Hi�t.ih01d memCAI d! r, 0! aa Section A mm SP (Revised 12/15/04) Page 10 of 29 A-23 rss action i (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work fe�� perm and to assure a final inspection after the build-ling, eampleted and ready--- GentEaellee must Gert f-eale-emf ef "he vA -_as A:s-+ieT-eby amended -n 'ha' 9E must pay all fee es le#-zed by the -14p-project as by is Complete. A-24 SuE2!iy Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City® All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the and amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the and reinsured by any reinsures may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas® The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements® The insurer or reinsures must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." ® Sales Tax EnMpdon (NOT USED) See"en 6 22, --laie Smempt-JI-en. ie emempti If the 915 Section A SP (Revised 12/15/04) Page 11 of 29 AM .. w, XA w . .,.. - the 81! ,gym ur&.. ,. •. e . A-26 Supplemental Insurance Requirements 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 insurero 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 chars e to a 1® Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2® Address: P.O. Box 9277 Corpus Christi, Texas 76469-9277 m 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 X30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensatcx� insurance coverage for all employees of the Contractor emp.l„oyed on the Project described in the Contract. For each insurance coverage provided in accordance with Section 5-6-11 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 -6-11 )a) of the Contract, the Contractor shall, obtain an endorsement to this coverage stating: Section A - SP (Revised 12/15/04) Page 12 of 29 Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Resgonsibili!ijr for Dam (NOT USED) Pai5ageaph !a) Gene of See a amen GeAtEaelleF -ifksu-r� "he beEm-ef the Gent-r��and Gity f--fial erm. Gent--Eael-- eeels neeessarmy te pr-se any ®2 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, EnglneeE m PL-e-Vide d documentation concerning the following requirements shall be submitted by the Bidder with the Bidder'a i o osalo - 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. if any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. (991 da A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. Section A - SP (Revised 12/15/04) Page 13 of 29 he criteria upon which the City Engineer makes this determination will include the followingi 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily be limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements shall be submitted by the Bidder wil:h the Bidder's bid proposal. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor®s field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award my be rescinded, Further, such written approval is also necessary prior to a change in field administration staff during the to 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 to of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13., A-30 Amended "Consideration of ContracL2_2e.%u ire mgets Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: we and r"(1,0 J 9rc prepesals, mug" submit The following shall be submitted by the Bidder with the Bidder's bid 12r E2sal: 1. A list of the major components of the work; ® A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration., sfi­ t 5. V;��,i�ames an4 a4d PISS Eiolmq 4-19rat .........ipre, 918�s ft Wjp wef;k and AeilaF ame�'�, q I't ap P , f5 ia 4. for by -'e-11eval aqene4 ,. 4L. �s 1.qe�e 14 ef'EkiffyiAe 0, P -pep —e +1 0 H. meet the- 44, e K) Section A SP (Revised 12/15/04) Page 14 of 29 peaeI44e- 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; B. 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. 10. Submit, with the Bidder's in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. 11. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A-31 Amended rk Under "General Provisions and Requirements for Municipal Construction Contracts® B-8-5 Policy on Eactra Mork andh ge Orders the present text is deleted and replaced with the following® Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. Section A - SP (Revised 12/15/04) Page 15 of 29 A-32 Amended 17-vacution 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 Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the 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 the Pre-Bid Meetinq referred to in §p22 al Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the FAA Special Conditions, third precedence will be given to the Special Provisions, fourth precedence will be given to the Construction Plans and the General Provisions and FAA Standard Specifications will be given last precedence. In the event of a conElict between any of the FAA Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc®, the precedence will be given to the FAA Standard Specifications as amended my Addenda, Modificationso Special Conditions and Special Provisions. A-35 City Water Facilities- Special ReSMirements (NOT USED) A. of the-ir employees ffffl--*t- have ei4 the4e�; 9A 6; V61i.d Offrrd 86rrtri Wit, p a,n4-Mh wqik: afty G . Abbaehffie"t 1 The Ge"treatelp shal!& "et stt�,ape-va, valve? lb"Lpfleftb; 19"iteh; bLfteekeV; ""*W*17—VV- *":Ft- �..Qrffl—irtaft Nll 94@414 by Section A -, SP (Revised 12/15/04) Page 16 of 29 4 pol E w b MU06-ao mood pevoon q'al imsediabely prier te r A. P O e f—M g eti°�*ter dolly " ,. ab inriw ° I a. 4lise e - 44- 0 x T han-for. requKed .,n.». di Pont Od by My du! � ii AN DA . ST sp, (ReVived 12/15104) Pzqp 17 uE 29 1 mieipa,+ %0&11 and 4 . Ae �. y -R speeifi -, k �4 pis � , e' ��� W, 9., e - ➢ r'r �� III t .. � ens. -e w (NOT USED) w when pr-9 Section A - SP (Revised 12/15/04) Page 18 of 29 P 4, e s e Fs a o�: M —� ,., + a i mombef, e i ,. s 0 E f-i ww�. ° �i m �� m w. all '°di."5 40e _. bolr-1 Polo de t­a al om IE�ted WO � .. ; submitt .:a ,w,1 , fil,o, o of- r a (cavimed 22/15/104) posgo 19 of 29 (NOT USED) .. ., The W47o"fit the PEejeet site thfetigheut eensti-detien." A-38 Worker's`Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. NOT USED) The ia9,N!&Aee 4, amii vaetne �tt„ A-40 Amendment to Section B-8-6: Partial. Estimates General Provisions and Requirements for Municipal Construction Contracts Section E- -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-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 be counted as a work day but the Contractor will not be compensated for the Ozone Advisory delay. A-42 OSHA _Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. -43 Amended Indemnification & Hof a s Under "General Provisions and Requirements for Municipal. Construction Contracts" B-6-21 Indemnification & Fold 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 C,J,';.y, 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 subcontractors supplier, materialman, or their officials,, employees, Section A m SP (RoviBed 12/15/04) Page 20 of 29 agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Chan2e Orders Should a change order(s) be required by the engineer, Contractor shall. furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-con tractor Is costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions an (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/ field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 D L i_ysEosal of Highly Chlorinated water (7/5/00) NOT USED The --a. -------- 4n the h4egh le- 1 e L.10 ss'ble lim-1 ts wetlanda e3� enmviv i� -egulate 'e-e-es Sueh as te eemply %4-ilh 'he r all walter- used _n The me" ta, the GJ11y far appr eh-le,r. nalled wate 9--ty's san4traTry­-&ewe-r-�em A-47 Pro-Construction Exploratory Excavations (7/5/00 NOT USED PE49F te any eefis Section A - $P (Revised 12/15/04) Page 21 of 29 .old—cref 'r ,..M.. i,.y_q , - m., e ,. . ioAn ." ens shall be paid for aeeeEd--'aq--t-& all his own servey A-48 Overhead Electrical wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc®, to ensure that adequate safety is provided for all of has 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 A P/CP&L and inform A P/CP&L of his construction schedule with regard to said �:-)verhead lines. Some overhead lines are shown in the construction plans, while others are not® It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not.. A-49 Amended ," in nano 2aEj "" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", -8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi® Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or .relinquish any rights or remedies available to the city of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity,," A-50 Amended Prosecution and Progre as", Under "General Provisions and Requirements for Municipal Construction Contracts", B-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 section A ® 5P (Revised 12/15/04) Page 22 of 2 suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract," A-51 Storm Water Pollution Prevention Planve This project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction Site Notice to the City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the NOI and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local® state and federal authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (NOT) upon completion of this Project. The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. Subsurface geotechnical reports are not a part of the Contract documents. Soils investigation data is provided in the Appendix is included only for the information and convenience of the bidders® The City and Consulting Engineer d1sclaim any and all responsibility for the accuracy, completeness, true location and extent of the soils investigation that was prepared by others; and further disclaim responsibility for the interpretation of that data by bidders. A-55 The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses. A separate set of Contract documents, for this purpose only, shall be kept at the job site at all times. These documents shall be kept up-to-date and reviewed and approved by the Construction Manager prior to approval of monthly progress payments. The final set of Redline mark-up drawings shall be signed and dated by the Contractor, and shall be delivered to the Construction Manager, prior to approval of final payment. (see SP A-45) . A-56 Errors and Omissions The Contractor shall carefully check the drawings and specifications, and report to the consulting Engineer and errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer. A-57 TrMELiSE2�z The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P-EXCAVATIION, TRENCHING AND SHORING for all trenching and excavation operations, and Specification Xtem S-4 BTr ench or Excavation Safety Systems. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered or submit shoring details to the City Engineer for approval. Section A - SP (Revised 12/15/04) Page 23 of 29 If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements will not be measured for separate payment but will be considered subsidiary to the unit prices for the materials installed in trenches. A-58 Airport Safety and Security A-58.1 General Airport safety and security is a vital part of the Contractor's responsibilities during the course of this project, Airport safety and security, nationwide, has come under close scrutiny in the last few years. The following safety and security guidelines and the rules and regulations of the Corpus Christi International Airport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security and safety caused by the Contractor or the Contactor's employees, subcontractors, suppliers or representatives. A-58.2 Airport Operations Area (A0A), The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of the aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A-58.3 Airport Safety Requirements and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron are at Corpus Christi International Airport. The term landing areas is defined as all runway and taxiways, plus 250 feet on either side of runways and 100 feet on either side of taxiways and a distance of 500 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document, These plans must be approved by the Airport Operations Manager prior to issuance of a Notice to Proceed. This safety plan was developed in accordance with Advisory Circular No. 150/5370-2F. "Operational Safety on Airports During Construction". 2. The Contractor shall be required to equip vehicles used by the superintendent and /or foreman on the project with a radio receiver/transmitter (s) for maintain direct communication with the FAA Air Traffic Control Tower (ATCT) at Corpus Christi International Airport, Communication will be required at a frequency of 121,9 MHz,., Ground Control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the Operations Manager, The Contractor shall have an adequate number of radios to maintain communication in all areas of work, The Contractor and all personnel that will be working within the AOA shall complete the City's training course on communications, safety, etc, The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be Section A - SP (Revised 12/15/04) Page 24 of 29 escorted by badged Contractor Personnel.. with Contractor radio and ATCT ground control radio. Contractor shall. be required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. 3. The Contractor shall perform al.l temporary pavement markings and barricading in accordance with the attached FAA Advisory Circulars and Orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery-operated flasher .type red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery operated red lights shall. be maintained on all self- propelled equipment at all times during construction. Any equipment not complying with these specifications will. be subject to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and /or restricted area whether night or day, shall be marked with "international orange and white checkered flags" or orange or flashing safety beacons. The Contractor wi.11 be required to keep a stock of flags on hand for issuance to vehicle operators. Equipment shall not remain unattended at any time during construction.. Any equipment not complying with these specifications will. be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will. be restricted from the landing areas and shall be placed or parked in areas designated by Airport Personnel... 7. Material. deliveries will be strictly controlled. No deliveries shall. be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nor will be permitted to cross-existing paved areas unless the equipment is pneumatic-tired, or until special means approved by the City have been provided to protect the pavement. 94 'The Contractor shall provide barricades to restrict access from taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall. be securely fastened to the pavement. 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance of this work will be promptly removed from Corpus Christi. International Airport by the Aviation IDepaartmuent of Public Safety and will not be allowed to work on the project again.. 11. Open trenches, excavation and stockpiled material. will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach. Any open, trenches within the 250-foot limit shall be covered with steel plates capable of carrying air carrier traffic.. The location of any stockpile material shall. be coordinated with and approved by Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 1.3. Construction equipment shall. not exceed a height of 1.5 feet above the airport surface. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's Section A - SP (Revised 22/15/04) Page 25 of 29 vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2F for further information on Airport safety. A-5B.4 AiEEort S curit it ements Contractors involved in construction as described in this specifications and plans will be required to follow the procedures listed below for security clearance during construction. 11 A pre-construction conference will be required with the Operations Manager, the Project Manager, the Construction Manager, the Resident Project Representative and all Contractors involved® This meeting will be scheduled following the award of contract. 2, Contractors will be required to provide the following information to the operations Manager. This information is required for a security clearance check only. 11 List employees who, at one time or another, will be working on the job site, 2* Texas Driver's License numbers of those same employees, date of birth and race. 3 . List of vehicles and their respective license plates, which may be used on the job site , The Security precautions are an FAA and T requirement to the operation of the Airport, Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony® Samples of forms for security badges, background checks, letters of authorization, etc. are included for your familiarity, They follow FAA Advisory Circulars on Airport Safety® The Airport reserves the right to limit the number of badges issued to Contractor Personnel. See "Attachment 2" following this section, which will take precedent over other special provisions in event of conflict, for additional requirements: • Federally Required Language • CCIA Background Verification Forms • FAA Advisory Circular 150/5370-2F Operational Safety on Airports During Construction Corpus Christi International Airport Visitor/Contractor On-Site Permit information is also included in the Appendix. A-59 Conflicts If conflicts arise between FAA General Provisions or requirements in this document with City General Provisions or requirements, FAA General Provisions and requirements will supersede® A-60 Bidder. ualifications I. Qualifications Section A - SP [Revised 12/15/04) Page 26 of 29 A. Each Bidder shall furnish the owner, with the Bidder's bid_pEopowls satisfactory evidence of the Bidder's competency to perform the proposed work® Such evidence of competency shall consist of statements covering the Bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. B. In addition, each Bidder shall furnish the Owner, with the Bidder's bid pL22osal, satisfactory evidence of the Bidder's financial responsibility® Such evidence shall consist of a confidential statement or report of the Bidder's financial resources and liabilities as of the last calendar year or the Bidder's last fiscal year® Such statements or reports shall be prepared by a public accountant. At the time of submitting such financial statements or reports, the Bidder shall further certify whether the Bidder's financial responsibility is approximately the same as stated or reported by the public accountant. If the Bidder's financial responsibility has changed, the Bidder shall qualify the public accountants statement or report to reflect the Bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. C. The Bidder shall provide, with the Bidder's bid proposal, a listing of both automobile and personal liability insurance coverage currently in force, along with a copy of a Certificate of Insurance as verification of that coverage® If awarded the contract the Bidder shall be required to submit a Certificate of Insurance naming the Owner, Engineer, and FAA as additional insured. Ii. Submission of Qualifications A. Each bidder shall submit the Bidder's "evidence of competency-, "evidence of financial responsibility", and "evidence of insurance coverage" for "worker®s compensation, commercial general liability and Texas business automobile" to the Owner at the date, time and location specified for opening bids. These items shall be submitted in the envelope with your proposal marked with project number, location of airport, and name and business address of the bidder. B. Proposals submitted without submission of the completed Bidders Qualifications Form will be considered incomplete and will not be read. A-61 The folio Sal of the General Provisions: "The bidder has the option of submitting a computer-generated print-out, in lieu of, the Proposal Form (Pages I through 38) INCLUSIVE. The print-out will list all bid items (including any additive or deductive alternates) and shall be in the same format as the original. In addition, the print-out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. -(Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit price Section A ® SP (Revised 12/15/04) Page 27 of 29 (Column V� shown in this print-out by the respective estimaterd quantities shown in the Proposal (Column 111) and then totaling the extended amounts . A-62 Partial Estimates The followin- para raph modifies the first sentence of the second e General Provisions: "In determining the Partial payment to be made to the Contractor, the City will retain ten percent (10%) of the total approximate estimate, unless otherwise stated, and will deduct payments previously made." Section A - SP (Revised 12115/04) Page 28 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT, 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT NO. E11047, E12156B, & E13062 OWNER: CITY OF CORPUS CHRISTI ENGINEER: KSA Engineers, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL ............................... .............. .................... .................................................................................................................................................... Section A sp (Revised 12/15/04) Page 29 of 29 THIS PAGE INTENTIONALLY LEFT BLANK AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 17TH day of SEPTEMBER , 2013, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Berry Contracting, LP dba. Bay, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $857,863.80 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT NO. El 1046A & El 3062 (TOTAL BASE BID + ADD.ALT. #2: $857,863.80) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. F�ev. 3u)r-2C,iN Contractor shall indemnify, save harmless and defend i of Corpus riti in cor c e with General Provision B-6-11 and Special Provision the e r 1 and Special Provisions and Requirements for Municipal Construction Contracts of the City Corpus rii, Texas. The Contractor will commence work within ten (i 0) calendar days from date they receive written work order and will complete same within 90 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. r a r��,,, D f 3, x P°.. 2 X111.P;) ATTEST: CITY OF CORPUS CHRISTI le It City Secretary Mark Van Vleck .ar Interim Asst. City Manager Public Works, Utilities, and Transportation APPROVED AS TO LEGAL FORM: By.,. ,..,.,,, ­,,,... mm .,.. Asst. City Attorn Daniel Biles, Director of Engineering Services CONTRACTOR ATTEST:`(If Carporatioi Ber i Contracting, LP dba Bayjtd, By' `(Seal�Below) Title: mm ( ote ,f Person signTng,.for ,� corporation'is notPresident, P.O. Box 9908 atfachscopy,df authorization ,m,,,.... (Address) to�sign) Corpus Christi, TX 78469 (City) (State) (ZIP) 361/299-3721* 361/361-289-2304 (Phone) (Fax) 5�v 4 .tIL.. �4s . ,Jun 2010 C F CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT PROJECT NO. : E11046A, E12156B, & E13062 Proposal Form of xs page age ADDENDUM NO.I ATTACHMENT NO.6 I OF 19 DEFAFTMERF 'DE" 01F, --.XFP0S P R 0 P 0 $ A L Place: NIMWA-"? III &� Dia t e z Proposal of ................. ............ a Corpora:fon aiganized and exisi:Jng unoer r� e lars I of le Maze uf 'DR a Partnership or individual dobyl business as TO: The City of Corpus Christi, Texas G e n c I Tfle harabli poopcSIS :a furnish all labor rc n"d materials, too3s, and necessary equipment, anKI to pejfcmrnj ttle jjorl: required for : CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY NA S AND EAST G.A. EXTENSiaN PROJECT PROJECT NO. : E11046A" 1112156B, & IE13062 ac che lozacions sew out h! the Qans and specificathons an:i jr, strict sccard&mce urith tne co :Cract documents for t - following prices, ta-WW, ADDENDLAI NO. 1 41-TACHMENT NO.6 2 OF 19 r 11 lIZZ rV VI VI I tm � V I F Qt-Y Unit�Spo�cificat�ion � Doecription Unit Price To Price i an (Written A Numeric Price) Base Did f 1. EVY 44 VAWR Access Drive 1.01 31 T7Y—. 1-152-4.4 --undercut and Replace OnsuitalAe Subgrade Material with Suitable Material as Directed by the Engineer complete and it place per S 57.00 cubic yard 1.02 606 S.Y. P-155-6.1 18" Lime Stabilized Subgrade complete and it place per S 1175 S 7,120,30 square yard 1.03 17 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subcrade (6F) complete and in place per ton S 2.00M S 3,400.DO 1.04 200 L.F. P-156-5.2 fe—zi;Fo-iary Sediment Control Fence complete and in place per S 900 S 1x620.00 linear foot 1.05 327 S.Y. 3-501-0-1 7 TE—C-Pavement complete and in place per S 100.00 $ 32300 00 square yard 1—.06 4i0 S.Y. T-904-5.1 Sodding complete and in place per qu S 6.00 S 2,460,00 s are yard 1.07 4-10 S.Y. T-905-5.3 Furnish and Install Topsoil on Disturbed Areas to Provide 1-1/2' Pavement Lip (Shoulder Edge Grading) complete and in S 4.00 S 1,640,00 place per square yard L-.—S. 5®20. 3.1 Traffic Control Plan — Development and Implementation ;complete and in place per lump S 50,000M S 50.DO0.00 subtota sum l Banc Maid Item 1: Mff 44 MLSR Access Drive S 100.707-50 I II III IV V V2 V11 1t - Price unit Specification Description Unit To —Price I (written & Numeric Price) Banc Did It&= 2: Runway 18 VD=R Access Drive -2.01 2,471 S.Y. P--152-4.3 Scarify and Compact Existing Subgrade complete and In place per square yard $ 2.00 S 4,942,00 124 C.Y. P-152-4.4 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place per 24.50 S 3,038.00 cubic yard 2.03 49 S.Y. Lime—Stabilized Subgrade J— complete and in place per $ 70.00 S 3,430,04 square yard T—.04 -2 Hydrated Lime for Lime-- Stabilized Subgrade 104j complete and in place per ton S 2 00,00 S 400,00 2°05 1,770 r.—FT-156-5—29'ep,,,,y—Sdi,,,t c ....I Fence complete and in place per S 6.00 S 10,620.00 linear foot _773-82 =_F®209.5.1 6 Crushed Aggregate �Surface Course tAccess Drive) complete and in place per 20.00 S 27,640,00 square yard 2.07 267 S.Y,_ 9—.27 Crushed�Aqgreqate Sa.,L Course complete and in place per S 20.00 S 5,340.00 square yard 370-9 4-5 Ton P-401b9.-1-4"_HMAC Surface—Course complete and in place per ton S MAO S 9,000.00 2.09 24 S.Y. P-501-8.1 5" PCC Pavement complete and in place per S 100V0 $ 2,4 ,00 square yard 2410 54 a,. P-602-5.1 Bituminous Prime Coat complete and in place per S 9,00 S 486,00 gallon 3-011 3.729 S.Y. —T-904-5.-1- Sodding complete and in place per $ 6,00 S 22,374,00 square yard 2.12 3.729_S.Y. 7-905-5-3 Etrnis 7 and Install Topsoil on Disturbed Areas to Provide 1-1/2" Pavement Lip (Shoulder Edge Grading) complete and in S 1,00 S 3.729,00 place per square yard 777 S.Y. PLANS 6" Washed Pea Gravel complete and in place per �s 1�50 0 S 11,655.00 s are yard Base Did Item 2: PAMway 18 14UZR Access Drive S 105,054.00 rX III rV V VI VII ................. Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) 'Base Did It= 3: Runway 36 Glidoslope-RVR Access Drive =0 I 1®242 -§—.Y P-152-4.3 Scarify and Compact Existing Subgrade complete and in place per square yard S 100 $ 2,434.00 7_02 6-3 F.—YP®152®4.4 undercut and—Replace Unsuitable Subgrade material with suitable Material as Directed by the =ngincer complete and in place per S 42.00 S 2,64600 cubic yard 3.03 975 .-IF—F-156-5.2 Temp®rary—Sediment Control Fence complete and in place per 5,00 S 4,375.00 linear foot 3.04 1,074 S.Y. P-209.5.1 6" Crushed Aggregate Surface Course lAccess Drive complete and in place per S 20.00 S 21.490,00 square yard T._Y_F-904-5.—I Sodding to and in place per 05 complete $ 6�,O 0 S 15,444.00 L square yard T.—Of 2,574 S.Y. T-905-5.3 Furnish and Install Topsoil on Disturbed Areas to Provide 1-1/2" Pavement Lip {Shoulder Edge Grading) complete and in $ 1.30 S 3.861100, place per square yard 3.07 1 7 13-9 S.Y. PLANS 6" Washed Pea Gravel — complete and in place per S I&GO $ 2,224.00 square yard 3.00 29 Ty—PEAKS Low Water Crossing — complete and in place per S 170.00 S 4,930MI square yard Subtotal Rasa aid rtam. 3: Runway 36 G1idaslopa-RVR Access Drive S I II irz IV ------------I------------------ V I qty Unit "cification I Description T)nit Priem Total Price (Written & Numeric Price) Base Bid Ittam 4: runway 36 HALSR and Shelter Access Driven 4,935 P6152-4.3 Scarify and compact — Existing Subgrade complete and in place per square yard S 2.00 S 9,870.00 4.02 247 C.Y. P-152-4.4 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place per S 30.00 S 7.410 00 cubic yard —44.:03 3,437 L.F.—1�--1 5 6-5. Temporary Sediment Control Fence complete and in place per S 5,00 S 17,195,00 linear foot 4.04 F3,385 P-209.5.1 V Crushed Aggregate Surface Course (Access Drive) 21.00 S 71,085.00 complete and in place per square yard 2 0—9.5.2 220 S.Y. 6' Crushed Aggregate Base Course complete and in place per s 23.00 S 5,060.00 square yard 4.06 M Ton P-401-B.l 4" 11 MAC Surface CoursW-- complete and in place per ton S 385.00 $ 14,630.00 33 Gal. Bituminous Prime Coat complete and in place per S 11.00 5 363.00 gallon 4_08 530 L.F. F-f6-2-5.2 Furnish and Install_6- ___ Chain-Link Security Fence complete and in place S 40.00 S 21,200.00 per linear foot 4.09 1 EA. F-162-5.3 Furnish and—Install 16, Manual Double Security Gate complete and in place S 3,500,00 S 3,500.00 per each 7_10 '),BBB Ty. T-904-5.1 !Sodding B complete and in place per square yard $ 5.00 $ 39,440.00 7,6=0 9 S.Y. Y° —Turni-sh and—1-stall Topsoil � 5M-5.3 on Disturbed Areas to Provide 1-1/2' Pavement Lip (Shoulder Edge Grading) complete and in $ 1.40 S 11,043.20 place per square yard 14.12 —1,303 -9 1"' Washed Pea Gravel ,complete and in place per S 12.00 S 15,636.00 square yard 4,13 27 S.Y. PLANS Low Water Crossing complete and in place per S 185.00 S 4,995.00 square yard ubtotal Base Did Itum 4: Runway 36 MLLSK and Shelter Access Driven S 221,417-20 I II III V -T-- V:1 F— vil t i tion Des i umeric Item Oty E fff I uni SpecIfcacrption Price) Total Price Baas Bid Ztem 5: Runway 18 PAPI homes Drive 5.01 45F T.—Y Scarify and compact Existing Subgrade Complete and in place per square yard S 4.00 S 1.868.00 5.02 24 C.Y. Unj--i7r.t and—Replace j)Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place per 65.00 S 1,560.00 cubic yard 5—.03 1-90 L.F. P®156®5.2 Te=t5rary Sediment Control IFence complete and in pla(,e per S 9.001 S 1,710.00 linear foot 5.05 440 $.Y„ T-209.5—21=-C.,..h.d—Aggregate Base cepurse complete and in place per S 2100 S 9,240,00 square yard 75 Ton F-4-0178 4" HMAC Surface Course complete and in place per ton S 175.00 S 13,125.00 5.05 7 Bit noses�Fri-eC.at complete and in place per S 10.00 S 660.00 gallon Y. Sodding ,— complete and in place per S 6.00 S 6,906.00 square yard Tu—r'Eil h and Install Topsoil on Disturbed Areas to Provide 1-1/2" Pavement Lip (shoulder Edge Grading) complete and in S 1.60 S 1,841.60 place per square yard 27- Fy, PLANS ILow Water Crossing complete and in place per S 185.00 S 4.995.00 square yard Subtotal Bova Bid Item 5: RU*V&Y 19 p Access Drive S 41,90S.60 zz 11Z rV v F—V—I-----T—Vli Item 9ty unit Specification Dascription knit Price Total Price Grit & Numeric Price) I "uma Bass id Item 67 Miscellaneous 2 Rock Const uctian Exit Couplete and In placo per each S 1,500,00 S 1,500,00 ............... 6.02 P-156-5.4 Storm Water Pollution Prevention Plan (SwP3; Document 2,500.00 S 2,500.00 complete and in place per lump sum =3 1 L.S. �-1-3.1 Engineer®s Project Fie:d Office complete and in place S 2,400.00� S 2,400.00 Paz lump sum 7—.04 -1 L.S. Mobilization, Insurance, Etc. complete and in place per lump $ 53,600.00 S 53,600M sum Bunn Bid Zt= 6: Miscellaneous S S 60.000.00 EescrIII---T-xv V VII VII -----O t fU ciiics ors tion Enit Price Total Prian ip ty!f I I (Written G Numeric Price) Additive Alternate No. 1: Must GA Apron Extension 0-1 --7—.643 S.Y. P-101-5.1 Asphaltic Concrete Pavement Removal complete and in place per S 12.15 $ 34,542.45 square yard Fa 1.0-2 ---- -310 F_.Y7-_1CF-_r._2Foncrete'Pavement Removal complete and in place per S 21.00 S 6,510.00 square yard ® 1.03 5,725 IC.Y. P-152-4.1 Vncla-aified_Fr.avat..n — co late and in place per 5 4.00 S 22,900.GO cubic yard -_174 8-76 C.Y® F-152-4.2 Tnsite Borrow—Embankment In Place complete and in place per S 400 S 3,512.00 cubic yard - 1.05 710 P-152-4.4 Undercut and Replace Unsuitable Subgrade Material With Suitable Material as Directed by the Engineer complete and in place per S 11.00 S 7,810.00 cub-'c yard 1.36 21,281 S.Y. P-155-e.1 ma�Li Stabili_ ed Subgrade complete and in place per S 2,51 S 53,41531 square yard 1.07 5-73 Vera 7-155-e—27y—d-;a-ted Li.._f-rLie I Stabilized Subgrade OB%p complete and in place per ton S 190,00 S 108,870M _ 1-00 60 U.F T. -156-5_IWock Filter—bam - complete and in place per $ 9000 S 5,400.00 linear foot 1.0-9 -----160 L_.? Temporary_SedtmentCo.tra,,,l - Fence Complete and in place per S 700 S 1,120.00 linear foot 1„10 _70—,703 TY:_T-5ol_6—27- PCC�Pavement "mplete and in place per S 77.25 S 1,599,306.75 square yard EIG Y-162-5.1 Remove Existing Chain-Link Security Fence complete and in S 7,00 S 4,31200 place per linear foot S 1.12 616 L.F. F-4c:Z�-E-5purnish and Install 61 Chain-Link Security Fence co=lete and in olace $ 39.00 $ 23,400. O -er linear foot 7A - D-701-5.1 2 !E" ASVA C-76, Class T-Ir RC? complete and in place per S 250M S 5,250,00 linear foot —1014 701-5.2 74 AST St C-176,—cl-as IT, RCP complete and in place per $ 230.00 S 9.000.00 linear foot 1.15 1 EA. D-751-5.4 Tie into Existing Grate Inlet complete and in place per each S 2,350.00 S 2,350.00 2 EA. D-752-581 Turnish and Install f.1 Double Barrel Sloped End Treatment for 2 - 18" RCP n place c S 1,600.00 S 3,200M complete and i per each 1 EA. 0-1152-5.2 Furnish Install 4:1 Single Barrel Sloped End Treatment for 24" RCP e-omplete $ 1,600.00 S 1,600.001 and in place per each 1,16 —47 S.Y' D®754-501 T' Wide C ....t—, Fl complete and in place per S 90.00 S 4,230.00 square yard 1.1-9 9,054 SaY. T®901®5.1 Eydromulch, Seed, I.ieae, a,d Fertilizer complete and in place per $ 2.00 S 18,108.00 square yard S.Y- T-901-502 Bonded Fiber Matrir Mulch, — Send, Lime, and Fertil2.=er complete and in place S 2.50 $ 10,417.50 per square yard 1.21 2,011 S.Y. Y-904-5-1 -Sodding complete and in plate per 5M S 10,055,00 square yard 1-22---32,7V T:Y-- Strip and Stockpile Topsoil from Disturbed Areas complete and In place per square yard S 0.60 S 19,669.20 1.23 --1-5,232 S,Y. T-905-5.2 Install 4" Topsoil on Disturbed Areas complete and in place per square yard 0.60 S 9,139.20 S-I-3.1 —In.,ra.ce, Etc. complete and in place per lump S 50.000.00 S 50,000,00 sum A 1.25 2 L.S. s-3-3.1 Barricades and Ma—r1king—s for Barricades or 1 0 re3 complete and ? Te p so_ Pavement Closures complete and S 4,900,00 S 4,900,00 in place per lump sum ? Roll A 1�26— 213 Firs. —S-5-5.1 Proof Rolling .l... complete and in place per hour S 60M S 12,780.00 A -ff1.27355 C.Y. S-9-47 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer S 9000 $ 31,950.00 complete and in place per cubic yard subtotal Additive Alternate No. 1: Rant CA Apron Extension 2.063.755.41 II III V V1 V11 Itum Oty Unit Specification Description Unit Pricema To Price I (Written & Numeric Price) Additive Altoxvata No. 2. to 108 A - 2,01 305 s.-F.. rL AN S Remove Existing 4" Rein!orced concrete Rip-Rap complete and in place 9.00 $ 3,465.00 per square foot A 2.02 53 L.F. PLANS Remove Existing Curb and Gutter complete and in place per 35.00 S 1-855.00 linear foot A - 2.03 20 S.Y. P-M-5.1 Saw-cut and Remove Existing Asphalt Paving complete and in S 50.00 1,000.00 place per square yard A - 2004 S. PLANS Remove. Relocate and Reinstall Existing Asphalt Paving, Concrete Wheal Stoma According to Plans commlete $ 600.00 S 600.00 and in place per lump 5= 2.05 308 'S F. PLANS 4" Reinforced Concrete Rip- ' Ran complete and 4n place per $ 30-00 S 9,340]00 square foot A - 2.06 51 L.F. PLANS Curb and Gutter co=lete and it place per $ 50. 0 $ 2,550.00 linear foot A - 2.07 12 P-152-4.1 Unclassified Excavation complete and in place per S 90,00 $ 1.080.00 cubic yard A - 2,08 39 S.Y. TZ-340-5,4 4" HMA,1 QTY D) (2-2" Lifts) complete and in place per S B&OO $ 3.432.00 square yard A - 2.09 24 S.Y. TX-247-5.2 12' Flexible Base (TY A) JGR 1) -complete and in place per S 3100 S 769,00 square yard A - 2.10 24 S.Y. P-M-5,3 Subgrade Preparation- Compact to 96k of ASTM D- 696 $ 24,00 S 57&00 complete and in place per square yard A - 2.11 6 Gal. P-602-5.1 Bituminous Prime Coat complete and in place per $ 45A0 S MAO gallon A - 2.12 4 Gal. P-603-5.1 Bituminous Tack Coat complete and in place per S 55.00 S 220.00 gallon K - 2.13 50 T_Y T®901®5,1 seeding complete and in place per S 5.25 S 362.50 square yard 2.1-4 25 L.F PLANS Provide and Install 3°" Diameter, Non-Concrete Encased, Schedule 40 PVC conduits to Include Excavation, Trenching, Bathfilling, Red Warning Tape S 3300 S 87300 and All Related Appurtenances complete and in place per linear foot - - - - ' , | | � 2.15 2-5 V.­P;F�UNS Trovide and'Install 3-3- Diameter, Non-Concrete Encased. Schedule 40 PVC Conduits to Include Excavation, Trenching, and All Related An complete and in place per linear foot Trovide and�Zn.tall 3-3- A 2.16 180 ';PLANS Diameter Concrete Encased. Schedule 40 PVC Conduits to Include Saw-cut, Removal land Replacement of Existing �Asphalt Pavement Sections 4Favement Repair to Include Subarade Preparation, '12" of TxDDT Item 247 Type -A- 107.00 S 19,260.00 Backfilling, Red Warning Tape and kll Related Appurtenances complete and in place per linear foot Diameter, Non-Concrete � Encased, SchedOe 40 PVC Conduit to Include Excavation, Trenching. Backfilling, Red Warning Tape and All Related S 26,00 S 4.420,00 Appurtenances complete and in olace per linear foot with PC "Hardtop" Ring i Cover Rated At 20,000 Los. Vertical Load 401d Castle Precast or S 1400.00 S 6,800.00 Approved Equal - 21 x 31 x: complete and in place per each Weather Proximity Card Reader Stand and Two Ballards complete and in place per each S 6,500A0 S MOWN 2.20 1-22 PLANS Reflective Pavement Markings (Type 11 JW) (41 Solid) 1100 Mil.� c c__PI_t= 0110lete and in place per 17.00 $ 2,074.00 linear foot A 2.21 7 EA. FL-ANS Provide and Install Removable Pipe Ballard with Yellow Plastic sleeve, Footing, Pad Lock and All S 2,000.00 Related Appurtenances complete S 14,000.00 and in place per each r 2.2-2 4-10 r.-F19-P-413SKA Trench�Safety System 0 Way-3- PVC Conduits and Storm Sewers) complete and in place per $ 9.00 3,65*.00 Linear foot A ® 2.2-3 25 r,_F. IPLANS Remove Existing Chain-Link Fence. Posts and Foot.1n93 complete and in place S 11.00 S 275.00 per linear foot A F- 2.24 5-4 Chain-Link�Tence complete and in place per S 92.00 S 4,968.00 linear foot 2.2-5 —1 1..5, TL_AN5 Ye—.F.r.ry Fencing and - Security Guard for Site Security During Proposed Improvements for Gate 10S S 15,600.00 S 15® .DO Complete and in place per lump a= T- 2.2-6 —2 TA_. rP_LANSProvide and—Install Software House Tw Outdoor/All Weather Proxicuty Card Reader (Model No. SWH-;Ioo or Approved Equal) at Gate !GB. Provide Access Control System Connection From the Software HouseTH Proximity Card Readers to the Software HouseTM iStar Controller Proposed in the IDF Room (Room S 5,AO.00 S 11,0 1016) Using Multipurpose Cabling JE171191-01 !BAWG 4C 22 AWG 3PR + 22AWG 4C + 22AWG 2C (UL) CAP C (UL) US or UL CL3P 751C FT-6 "RONV Complete and in place per each 2.2-7 Care jill"­jY_- 3- Dia. Opening) Existing Exterior CMU Wall to Accommodate Proposed Communications Cable Installation (Provide and Install 1-3" Schedule 40 PVC Casing Piece Thru Wall, S 1,250A0 S 1,250M Properly seal Annular Space Between Casing and Wall) complete and in place per lump SUM 2.2-8 —2 A. PLANS Provide and Install Wall Mounted Communications Junction Box complete and in place per each $ 1,900.00 S 3,800,00 2 2-9 1 PANS T...d, and Install Software HousermiStar Pro Panel and All Related Appurtenances Including Electrical Improvements 8,100.00 S 8,100,00 complete and in place per each ............ 2 3-0 f _EA. T_LA_NS Provide and-1..t.11 On. UniStrut/Exterior Wall Mounted Pan-Tilt-Zoon CPTZ) IF Video Camara. The Camera Shall Be Pelco ES41/E40 ESPRIT SE Positioning System Complete with Sur, Shroud, Heater/Window Defroster, Insulation and a 36E Optical, 3.3-119 mm Focal Length Lens rPelco Model No. E54136-2N or Approved Equal). Provide and Install S 9,300.00 S 9,300.00 Unistrut/Extezior Wall Mount BracketlPelco Model No.'s 7-S4-'36-'.W 6 EPM or Approved Equal); complete In Place Including Electrical Improvements complete and in place per each 2.3-1 1 EA. PLANS Provide and Install one I Exterior Wall Mounted Fixed IF Video Camera. The Camera Shall Be Pelco Model No, IXI0DN12- EBB (Day/Night NTSC IP Video Camera with 15-50 mm %lari!ocal Lens or Approved Equal). Povide and Install Camera Outdoor Enclosure Pelco Model No. S 9,300.00 S 9,500.00 EH3512 or Approved Equal, Complete with The Required --Xterior wall mount. Install with Heater, Defroster and Blower complete and in place per each ,S. P N5 Electrical Improvements for Gate 109 Gate Operator (277/400V 3 PH, 4W) complete $ 8,200.00 S 8,200.00 and in place per lump sum 2.3-3 1 L.S. -PLANS _Provide and-1-stall 81 TYMETAL Corporation-m fortress Cantilever Structural Slide Gate ILength: 30') for 20° Clear Opening and 3-Strands of Barb Wire. Include Gate Operator (VMAG Model No. VM1420 or Approved Equal), S 67,000.00 S 67.000.00 Loops and All Related Appurtenances complete and in place per lump sum 3.34 1 L.S. Provide and Install Signs for Cantilevered Slide Gate at Gate 10B 42-10' x IS- x O.OEO'" and 1-18' x 12- z 2,00000 S 2,000.00 O,080Aluminum Signs? complete and in place per lump SUM L.S. PLANS Cabling for Access control Proximity Card Readers and System Connection complete and S 2,200.00 S 1,300.00 in place per lump sum 2.36 00 FMa S Provide and Install 2-1 1/4" Diameter Galvanized Conduits, to Include Mounting Brackets and All Related Appurtenances, from Wall Mounted Junction Box Inside Terminal Building to iStar Pro S 36.00 S 2,880.00 Panel Proposed in IDF Room complete and in place per linear foot 2.37 7-0 L.F. P 5 Provide aid-Install 2 114" Diameter Galvanized Conduits, to Include Mounting Brackets and All Related Appurtenances, from Wall Mounted Junction Box inside Terminal Building to Software S 36.00 S 2,520.00 Houses_Star Pro Panel Wall QTerminate One Foot Below Ceiling Level) comolete and in place per linear foot A -_2.3E 0-0 L._F I PLANS Provide and Install 1 114" Diameter Galvanized Conduits, to Include Mounting Brackets and All Related Appurtenances, from Proposed Camera Location Inside Terminal Building to, Existing S 36.001 S 2,880.00 Fiber Optic Junction Box/Teminal Block complete and in place per linear foot 2.39 1 L.S. -PIA NS Communications System Connection to Software House-,v iStar Pro Panel complete and S 2,100,00 S 2,100.00 in place per lump sum 2.40 L.S. PLANS Communications System Connection to Existing -Fiber Optic Junction Sox/Terminal Block (Use SC Connectors) $ 2,100.00 S 2,100.00 complete and in place per lump sum A 2.41 i L.S, S-1-3.1 Mobilisation, Insurance, Etc. CDmolete and in place per lump S 25,DD0.001 S 25,0DO.00 sum Subtotaa Additive Alternate No. 2: Gatg IDD 5 271335-50 *Note that the Gate 10B plans and specifications, and Subsequently Section A-2.00 of the Proposal, should be considered stand-alone documents. separate from the remaining bid documents. Any duplication or the Gate 10B i6 ion numbers,pay it erns,e1c.to the remaking bid documents should be disregarded, V V1 VX1 Z tem unit. Description Unit Price To Prics � - Price an & Nuncric Price) Additive Altarnate No. 31 Wash Rack 3.0-1 358 Is.Y. P-155-B.1 B" Lime Stabilized Sub grade --1 complete and in place per S 35.00 $ 12,53000 square yard —3.02 l0 Ton P-155-0.2 Wydrar.d Lima�far Lime Stabilized Subgrade 48%) complete and in place per ton S 210.00 S 2,1 00.0Q 3.0-3 328-- S.Y. P---50-7172-71F PCC—Pavement — complete and in place per S 155.00 S 50.940.00 square yard 3.0-4 —1 41 C,,,,e Inlet complete and in place per each S 7.500.00 S 7,500.00 3.0-5 —1 4' X 4' Meter Vault complete and in place per each S 6,000.00 S 6,000A0 3.0-6 —4 D-751-5.3 5' Dia.—HaM.1e complete and in place per each S 5,000.00 S 20,000.00 3.0-1 —1 D-751-5.5 Tie into Existing Manhole complete and in place per each S 5,00000 S 5,0*00 -—TOO —1 Mobilization, insurance, ---- —I Etc. complete and in place per Jump 5 23,400.00 S 23,400.00 sum A :---3.09 1 EA. S-37-6.1 Oil/Water Separator complete and in place per each S 27,0 . 0 S 27,000.00 3.10 2-49 L.E. S-40-5.1 Furnish and Install 6" S 26 PVC Sanitary Sewer Line complete and in place S 110.00 S 27,39000 per linear foot 3.11 118 L.F. S-67-5,1 Furnish and install 1" Type X Copper Service Line complete and in place per linear foot S 115.00 $ 13,570.DO -9--67-5.2 Furnish and Install I" A 3.12 Brass Solenoid valve and Handhole S 2,100.00 S 2,100.00 complete and in place per each 3.1-3 1 EA. S-87-5—.37urnish and—Install 6- — Butterfly Valve with Electric Actuator complete and in piece S 25.000.00 $ 25,000.00 per each A-—3,14 —1 16600-5-1 Wash Racy.�Electrical Components complete and in place per each S 13,000.00 $ 13,000,00 3.15 3 P S Guard Post Bollards complete and in place per each S 2,600.00 S 7,800.00 A - 3.16 1 PLANS 7-:d Hydrant—Assembly complete and in place per each S 4,500.00 S 4,500M SubtZia, Additive Uternato No. 3: Wash pmck S S 247.730.00 -11 Bal- — 'erew!%n. Zez-LfLez ZnBm --'-e pz-�Zer --emz anv :r :iedurz-ve !--ter-atesl -tends a at n . tt t&�va-ate::i Z;ff.L== theze T-rl=ee an'! -nf:==atizr. tnis ..a® azztes S:°°a= tht -Zta =I:! _-:2 --sta-- &.-.d L=r'nlez &7=tem t' at the 7Ct4-_ -A-d M='*Unt w_L: to !:%. .!se ',:nLt ;=Ice ahnwn ;_M t'--& '--I- the ezz-Mar-ed ALTwm In the Fr z;:.Zx_! the extented a==t3. Subtotal Base Bid Items 1-6 (Item 1 4 Item 2 4 Item 3 + Item 4 + Item 5 + Item 6'� S $ 586.528.30 Subtotal Additive Alternate No. 1: Last GA Apron Extension 5 ,063,755.41 Subtotal Additive Alternate No. 2: Gate 103 $ S 271335-50 Subtotal Additive Alternate No. 3: W85h Rack 5 S 247,730M TOTAL {ftse Bid items 1-6 + Additive Altemnate No. I + Additiva Alternato Mo, 2 + Additive Altacnate No. 3) $ S 3,169,349.21 3s's ®_'Zai ::Srewitn that p=;.ces 1t;w.r. cn -�tzz f:'z !:=! Lzer-5 &-.y a:1ditive zz L_Ztz._&ze3P th-Z are ;:f_Zez an:� --hat a=k=w_e:iqts and !�=etz zhaz B-C! A==z zhcwn wL__- t-e ze-z:! as 1--B 7aza_- _zr.._4 __ 3^® 1:har the 9:ftf--g-j�1 _25-d =-Dunt. he dere:==_ned !:-z the =r_t pr-Ce 7 21%CWM 1r. this ==_'Mz-C'jt t-7 r-h-. =e2PtCS!-.e e..m=&Med q=ant:.Zltz an� zhen z.:za_'_'nq =.-e exten:iftd The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within seven (7) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minor:Lty Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work in accordance with the table below. Schedule LlqtLidated Damages Cost Allowed Cans Time Base Bid $2, 000 per calendar day 90 calendar days after Notice to Proceed Add. Alt. No. 1 $2, 000 per calendar day 210 calendar days after Notice to Proceed Add. Alt. No. 2 $2, 000 per calendar day 90 calendar days after Notice to Proceed Add. Alt. No. 3 $2, 000 per calendar day 210 calendar days after I Notice to Proceed The maximum construction time allowed for the Base Bid and each of the Additive Alternates shall be as noted in the table above. This project is on an expedited schedule due to funding requirements and all deadlines and schedules will be strictly enforced. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. The undersigned further acknowledges the qualification requirements specified in Special Provisions A-28, A-29, A-30, and A- 60 are attached and made a part of this Proposal . Proposal Form AD Page 16 of !9 DENDIIM NO.I T N61 "M: 6 ATrACHMENT NO.6 1 16 OF:19 .ceC ei T"Y'u::: of the following addenda is aclumWeaged "'uur6fibe,r, w g er h Man* a a.... .. S -R xis m 9 irR pu `G_,._,., r. z,i WDENDUNI NO. 1 rr.ACH Ni E,\T NO.6 17 OF 19 PERFORMANCE BOND STATE OF TEXAS § BOND No. 929532468 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Berry Contracting, LP dba BaV, Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas as principal ("Principal"), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of EIGHT HUNDRED FIFTY-SEVEN THOUSAND EIGHT HUNDRED SIXTY-THREE AND 80/100 U.S. Dollars ($ 857,863.80 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 17TH of SEPTEMBER , 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: CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT NO. El 1046A & E13062 (TOTAL BASE BID + ADD.ALT. #2: $857,863.80) 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 25TH day of SEPTEMBER 12013. PRINCIPAL SURETY BERRY CONTRACTING, P DBA BAY LTD. CONTINENTAL CASUALTY COMPANY B . B y r y-in-fact MARY ELLEN MOOYE,- „ Title: cV,. �5 TT ST: Secretary Address- P.O. BOX 9908 Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 7 469 CORPUS CHRISTI, TEXAS 78403 Telephone-. 361-883-1711 Fax: 361-844-0101 E-Mail: mmoore@s-gins.com (Rev Date May 2011) Performance Bond Page 2 of 3 Name and address af,Restdent Agent,,of Surety, in-Nueces County; Texas„ for deljvery of 1 ILt�Cie , �%///ma/ ,/i//l///%viii%//��/ii%��%i ,��� and.service of rocess: -, �� Name: STEVE ADDKISON Agency: SWANTNER & GORDON INSURANCE AGENCY LLc Address: _soo_ N. so LzNE BLVn. . G ilmF o0 (Physical Street Address) CO JS CHRISTI TEXAS 78401 (City) (State) (zip) Telephone: —351-883-1712 "--,-, ,,-,—,,,,— E-Mail: saddki on @s- in m 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 erfor ance Bond must not be prior to date of contract. END (Rev, Date May 2011) Performance Bond Page 3 of PAY MEN T BOND STATE OF TEXAS § BOND No. 929532468 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Berry Contracting, LP dba Bay, Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ("Principal"), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of EIGHT HUNDRED FIFTY-SEVEN THOUSAND, EIGHT HUNDRED SIXTY-THREE AND 801100 U.S. Dollars ($ 857,863.80 U.S.) to be paid in Nueces County. Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the _ day of _, 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: CORPUS CHRISTI INTERNATIONAL AIRPORT 17-35 RUNWAY NAVAIDS AND EAST G.A. EXTENSION PROJECT NO. El 1046A & E13062 (TOTAL BASE BID + ADD.ALT. #2: $857,863.80) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 25 M_day of sEE!TEMBEg 2013. PRINCIPAL SURETY BERRY CONTRACTING, IX DBA BAY LTD. CONTINENTAL CASUALTY COMPANY B B Attor n-fact MARY ELLEN MOORS Title-,- z ATTEU: ge-cretary Address- P.O. BOX 9908 Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78469 CORPUS-CHRISTI, TEXAS 78403 Telephone'. 361-883-1711 Fax: 361-844-0101 E-Mail: mmoore@s-gins.com Rev, Date M a y 2011 Payment Bond Page 2 of 3 ;,Marne and address of Resadent Agent-of°Surety in'Nueces'County,Texas, far delivery"''of notice and service_of,process: Name: STEVE ADDKISON Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: 500 N. SHORELINE BLVD. , SUITE 120' (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (Zip) Telephone ,,, ,361 883 1711 E-Mail: saddkison@s-gins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract- END Rev Date May 2011 Payment and Page ' �0«���K�����0U0��� ���&�K�0&�ATTORNEY-IN-FACT i /m���mmuurnv� mxxv�/mm�x-mm- / Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of . Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called | "the CNA Companies").arc duly organized and existing insurance companies having(heir pfincipal offices in the City of Chicago,and Stale of Illinois, � and that they dnhy virtue*f the signatures and seals herein affixed hereby make,constitute and appoint lN 00 Lee, Mary Ellen Moore, Steve Addkisom, TaumU J l0mouao, Cathleen 0Kaylem, Danielle Harris, Kerry McIntosh, � Individually � ^ ofCorpu»Christi,TX,their true and lawful Attorney(s)-in-Fact with DxU power and uudmn/y hereby conferred to sign—scal and execute for and on their � behalf bonds,undertakings and other obligatory instruments n[ similar nature ' ` In lDuUimikwdAmmwunio- l ] mdw bind them thereby a^fu|lyandmUmwwmeoxwn/a*)[such mwmmen'�were signed hyu duly authorized officer*[their insurance companies and � all the acts o[said Attorney,pursuant m the authority hereby given is hereby ratified and confirmed. ' This Power of Auomcy is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly | adopted,m indicated,hy the Boards v[Directors v[the insurance companies. ] In Witness Whereof,the CNA Companies have caused these presents mbe signed bY their Vice President and their corporate seals wbe hereto ~ affixed on this 81h day n[May,JOl3. GAS/ - [nudncomu|Casualty Company 0, National Fire Insurance Company n[Hartford American C!sjq1ty Company of Reading, Pennsylvania JULY 31, SEAL 19U Paul T.Bruflat Vice President Stumu[South Dakota,County v[K8innohoh�`m: - On.hiyU,hdayu[88uy 2O|} bmh,rumcy^mvnaNycumcPuu|T 8mUu�/"m�kn"wn who,being did that lie ( ` ` T. ' ' ' ' [ rcsidmio the City*[Sioux Falls,State of South Dakota,(hot he is a Vice President of Continental Casualty Company,an Illinois insurance company, - Mu.innu|Fire)noumnno Company of Hartford,on Illinois insurance company,and American Casualty Company"[Reading,Pennsylvania,x Pennsylvania insurance company described in and which executed the above instrument;that hu knows the seals o[said insurance companies;that the seals affixed m the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards or Directors of said | insurance companies and that he signed his name(hereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR WrARYPUBWab ISSOUTHnAKMA - - i MyCundn\ymkm Expires June 23,2015 J. Mohr~ Notary Public � CERTIFICATE � | }.C\ Bull,Assistant 800murynfCbnbomntal[uualty[ompuny.anO|in*ioinommncccompony,NmjmmalRro{nm/mnceCumponyoy8muford.on � Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution ofthc Board of Directors of the insurance -' companies printed un the reverse hereof io still in force. In testimony whereof I h chcovntu^ubmchhudmynwneundu/Dxe6thcscatof/hcsui6 ! insurance companies this 25TH day n[ -� _SEPTEMBER _ 3_-. _ Cwnhnen/olCasualty Company | Sm 0National'n National Fire Fc* Insurance Company of Hartford American CusuukyCum f Reading,Pennsylvania _ Form F68534/2012 ' State of Texas Claim Not1ce Endorsement In accordance with Section 2253.021(f) of the Texas Govemment Code and Section 53.2172(8) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chlcago, IL 60604 Telephone: (312) 822-5000 You may also'writs to CNA Surely at P.Q. Box 1088, Houston, Texas 77251-9008. You may contact the Texas Depadment of Insurance to obtain Inkm1ation on companies, coVera rights or complaints at 1-800-252-3439 You may also writs the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512 475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute 001 ml about a daim ng your premium or You should contact the company first If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for inforrpation only and does not become a part or condition of the attached documents. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or fi rms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable,answer with "NA". FIRM NAME STREET., 10(q -Jaw C I TY:_ erl 5 ZIP- 7 b4G-k FIRM is- 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1 State the names of each 'employee" of the City of Corpus Christi having an "'ownership interest" constituting 3%or more of the ownership in the above named"firm'. Name Job Title and City Department(if known) 2 State the names of each 'official" of the City of Corpus Christi having an 'ownership interest"conslituting 3% or more of the ownership in the above named'Firm' Name Title ,,,/k 3, State the names of each 'board member' of the City of Corpus Christi having an 'ownership interest' constituting 3%or more of the ownership in the above named"firm". Name Board,Commission or Committee tj 4 State the names of each employee or officer of a -consultant' for the City of Corpus Christi who worked on any matter related tote subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named'firm". Name Consultant JA- CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Chrlstl,Texas as changes occur. Certifying Person: J Title: 4,,2 (Type or Pri"_" Signature of Certifying Person. Date: ADIDENDUAll NO. I 4,rr,.ACHMEN7,N0.6 18 OF 19 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Finn". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, Including but not limited to, entities operated In the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust and entities which,for purposes of taxation,are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi,Texas. e. "Ownership interest". Legal or equitable Interest,whether actually or constructively held, In a firm, Including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form ADDENDUM NO. 1 Page 19 of 19 ATrACHMENT NO.6 19 OF 19 A.CC)RV CERTIFICATE OF LIABILITY INSURANCE DATE( D 9/24/2013 THIS CERTIFICATE IS ISSUED S A MATTER F INFORMATION L AND CONFERS NO RIGHTS UPON THE CER TIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED Y THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSU E I ), AUTHORIZED REPRESENTATIVE PRODUCER,A D THE CERTIFICATE HOLDER, IMPORTANT- If the certificate holder is an ADDITIONAL INSURED,the olicy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PROpucER FADDREss:nbruffl NAME: Swantner Gordon Insurance Agency F A Higginbotham Company - A,c N P ox 870 Corpus Christi TX 78403 INSURERS AFFORDING COVERAGE NAIC 0 INSURER A INSURED BE RY13 INSURER a 1n I n l n 4 Berry Contracting, LP INSURER c dba Bay,Ltd. P.O. ox 4858 INSURER p, Corpus Christi TX 784694858 INSURER E INSURER F: COVERAGES CERTIFICATE :1027400704 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN_REDUCED BY PAID CLAIMS. ADD SURSUR qq wPOUCY EFF POLICY EXP� 1161 TYPE OF INSURANCE . INSR 0 POLICY NUMBER lmhl DNYYY ._ LIMITS A GENERAL U ILnY 7 HOOG27018245 kld'2012013 Y2W2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL L LIABILITY f�V1 6A1,E1OE S10%000 N. CLAIMS-KtADE .......�OCCUR MED E.ICP R�ERSONAL Fa AOLF IN1UR'f 1____000 91ENERALAGg4,EG_A_TE 510,00 000 ...... GEN'L AGGREGATE LIMIT APPLIES Is ER° PRODUCTS-COMNOP AGG 55, 000 X POLICY PRO.. O1C V __ A AUTOMOWLE UABlUTY ISAIh108'81 SkI01 .i'2012013 12DI20T Ea cci ��ot S1,000000 000 �^ ANYAR.UTO BODILY IINJUR.Y(Per pe 1 5_ ALL OWNED SCHEDULED OCyOILY IN tURY leer aec d�nl ,� AUTOS AUTOS 1 NOWOWNED PR UFUR-f A..ARAGE ------ HIRED AUTOS M AUTOS P�r2rcdw,nl S X MCS-'00 5 A X UMERELILA U X OCCUR XOOGi25310552 x120120'13 4209207 _EA rFLgq_CURRENCE M 525,0110,010 EXCESS UA.e CLAWS-MADE � �° AGGRF&NTE _ _ 5.2'5,000, DEd X RE'rElhlTl4&N x25.00 S A Will" COMPENSATION L,RC4'731"8435 1!!!SL'2CI12013 f20f201��X Wr-•STA'TU. OVH- .ANDIEMPLOYfERTU ILkrY __ .T ___ _ _ ANY PPr2C'IPRIETGITPAR'6P51EI3JFF_4:UTIIVE YON E.LLMiSFASE IEA4CIM ACCIIyENT S1,I}o41,OtSU ��� O:.FFICERIMEMBER EXCLUDED? l»I NIA __. ___� _ _ IM��auic9a¢aarY In NHi E. DISEASE-EA ELLPL yYEP SI,0110,000 DESCRIPTIO9N OF OPERATIONS bf.Aow ___E. ••POLICY LIMa'I 51.0110„0011 B Contrcackors Pollution 1 42 311 2012013 120/2014 Pd1ulion Conditn S25, ,000 C CclnteackesPS Equipment XLM30450Om1 111112012 111112013 Pollution ftgre ale $25,0W,000 CE-Les% ddRenked •I,500, O• CMPTION OF OPERATIONS T LO'aCA70ONS 1 VEHUCLES QAI jch ACORD 101,AuIr11k onai Renuoks Sched ul@,If irnore space Is neq°Iiredl IPlease see attached Acord 101 Form for additionall policy and coverage information. (Project No. E11046A& E13062 Corpus Christi international)Airport 17-35 Runway INAVAIDs East G.A.Extension CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL HE DELIVERED IN City of Corpus Christi-Department of Engineering ACCORDANCE WITH THE POLICY PROVISIONS, Services Attn:Contract Administrator AUTHORIZED R PRESENTATIVE PO Box 9277 Corpus Christi TX 78469-9277 I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID. BERRY13 LOC ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMEDINSURED Swantner and Gordon Insurance Agency Berry Contracting,LP dba Bay,Ltd. POLICY NUMBER P.O.Box 4858 Corpus Christi,TX 784694858 �AR t NAIC CODEJ EFFECTIVE DATE,, 0512012013 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER- 15- FORM TITLE- Certificate of Uabilityinsurance The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status.Additional Insured-Owners,, Lessees or Contractors-Scheduled Person or Organization CG2010 10/01,and Additional Insured®Owners,Lessees or Contractor's-Completed Operations CG2037 10101.The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it®Waiver of Transfer of Rights of Recovery Against Others To Us C 240 05109.The General Liability policy includes a primary and non-contributory endorsement-Non-Cunt fibutory Endorsement For Additional Insureds For LD-20287(06106)only when there is a written contract requiring such,and Construction Project(s)General Aggregate Limit LD-21732(01/07)-$5,000,000 Aggregate Per Project, The General Liability policy includes an endorsement providing that 30 days'notice of cancellation will be furnished to the certificate hol der except 1:0 days notice of nonpayment of premium. Notice to Others Endorsement-Schedule Notice by Insured's Representative ALL-32686(01111), The Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status too ers only when there is a written contract between the insured and certificate holder that requires such status.Additional Insured-Designated Persons or Organizations DA-9U74a(0411 t). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires iL Waiver of Transfer of Rights of Recovery Against Others DA-1 3115(12102�.The Auto policy includes an endorsement providing that 30 days'notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.Notice to Others Endorsement®Schedule Notice by Insured's Representative ALL-32686(01111). The Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Our Right to Recover From Others Endorsement WC0003 t311105&Texas Waiver of Our Right to Recover From Others Endorsement WC420304A(11100). The Workers Compensation policy includes Lan gshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492®Outer Continental Shelf Lands Act Coverage Endorsement C0 109 (07111),Maritime Coverage Endorsement-Limits of Liability$1,000,000 Each AccidenVAggregat%and includes Transportation,Wages, Maintenance&Cure WC 000201A (04192),Voluntary Compensation Employers Liability Coverage Endorsement WC00031 1 A(08191)&Voluntary Compensation Maritime Coverage Endorsement WC 000203(4/84),and a blanket automatic to ate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Alternate Employer Endorsement WC000301 A(Ed 02189), The Workers Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the cedificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement-Schedule Notice by Insure 's Representative WC 99 03 69(011t1). The Contractors Equipment includes Blanket Additional Insured and/or Loss Payees Endorsement—Written Agreement ®Endorsement 009. ACORD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HI:)gJG27()18245 COMMERCIAL GE=NERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION ThIp endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee, or Contractor whom you have agreed to inc1ude as an additional insured under a written contract, provided such contract was executed prior to the date of loss . (If no entry appears above, information required to complete this endorsement will be shown In the Deciara1ions as applicable to this endorsement.) A. Section 11 —Who Is An tnsured Is amended to (1) All work, Including materials, parts or Include as an Insured the person or organization equipment furnished In connection with shown In the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for 1hat Insured° performed by or on behalf of the addi- B. With respect to the Insurance afforded to these tional Insured(s) at the site of the cov- addltlonal Insureds, the following exclusion is ered operations has been completed; added: or 2. Exclusions (2) That portion of"your work"out of which This Insurance does not apply to "bodily in- the Injury or damage arises has been jury"or"property damage"occurring after, put to Its Intended use by any person or organization other than another con- 1ractor or subcontractor engaged In performing operations for a principal as a part of the same project. CG 2010 10 01 ©ISO Properties, inc., 2000 Page 1 of 1 M p � POLICY NUMBER: HDOG27018245 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organlzatlorl: Any person or organization whom you have agreed to include: as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location And Description of Completed Operations: All locations where you are performing work for such additional insured pursuant to any such written contract. Additional Premium: (if no entry appears above, Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) Section II —Who to An Insured Is amended to Include as an Insured the person or organization shown in the Schedule,but only with respect to IlabJlity arising out of"your work"at the location designated and described In the schedule of this endorsement performed for that Insured and Included in the "products-completed operations haz- ard". CG 20 3710 01 ©ISO Properties, Inc., 2000 Page 1 of 1 w POLICY NUMBER: ADDITIONAL. INSURED— m DESIGNATED PERSONS OR ORGANIZATIONS Named Insured Endorsement Number Berry GP, Inc, Policy Symbol I Policy Nurnt7 @r Policy Period Effective Date of Endorsement ISA H08718891 05/20/13 to 05/20/14 D5/20/1'3 Issued By(Name of frisurafteInpany) ACE Am=d.can rnsuxanoe company The above is mgLdled to be competed 12 when this erd0rsement Is ISSUed Sobsespent to IhsMP ralton O[the k THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM GARAGE COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Addtlonallnsured(s): Any person or organization whom you have agreed to include as are additional insured under a written contract, provided such contract W&s executed prior to the date of lose. X For a covered"auto,Who Is Insured Is amended to Include as an"Insured,"the persons or organizations named In this endorsement. However, these sons or organizations are an "insured" only for 'bodily Injury"or"property damage"resulting from acts or omissions of; 1. You. 2. Any of your"employees"or agents. 3. Any person operating a covered"auto"with permission from you,any of your"employe °or agents. B. The persons or organizations named In this endorsement are not liable for payment of your premium, C'� I f Authorized Representative f DA-91J74a(04/11) Page 7 of 1 NOTICE NOTICE TO OTHERS ENDORSEMENT—SCHEDULE REPRESENTATIVE Named Insured Berry GP, Inc. Endorsement plumber Policy Symbol Policy Number Policy Period Effective Date or Endorserent IG27018245 —105/20/2013 To 05/20/2014 Issued by(Name of Insurance company) ACE American insurance Company Insert the policy number The remainder of the InfDrmation Is to be completed only when this endorsement is issued subs ent to the prepardon of the policy THIS I tT CAREFULLY. A. If we cancel this Policy prior to Its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation. to the persons or organizations listed in the schedule that you or your representative create or maintain ( "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addlffon to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced In Is endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organs tins) named In the Schedule in the event of a pending cancellation of coverage, We have no lei obis aticn of any kind to any such person(s) or organization(s). The failure to provide advance notification of cellati n to the person(s) or organization(s) shown in the Schedule will Impose no obligation or liability of any kind upon us, our agents or representatives. will not extend any Policy cancellation dale and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. r We will on'iy be responsible for sending such notice to your representative, our representative wrl In turn send the notice t a persons or organizations listed i a Schedule at lea t 30 days prior to the cancellation date applicable to a Policy. You will cooperate l s I providing the Si or i causing your representative to provide the Schedule, E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. A orize fte en ve ALL-326136(01/11) Page 1 of 1 9 NOTICE NOTICE [ REPRESENTATIVE Named Insured Berry GP, Inc. End a ent u er 9 Policy Symbol Policy Number ���Pollcy Period Effective Date of Endorsement iSA HO 71 1 512 12013 To 0512012014 iasu By(Name of insurance Company) ACE American insurance Company Insert the policy number.The remainder of the Information is to be completed cniy when this endoaement is Issued subsequent to the preparation of the pcpx%cy, THIS ENDORSEMENT THE POLICY. PLEASE READ IT CAREFULLY. A. if we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed In the schedule that you or your representative create or maintain(the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative Is Intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal oil ation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. e will on6y be responsible for sending such notice to your representative, our representative will in turn send the notice to the persons or organizations listed in the Schedule t lea 30 s prior to the cancellation Y r n datf applicable to the Policy, You II cooperate ` us In providing the ch , r In causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. e se ve ALL-32686(01111) Page 1 of 1 1 red Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number BERRY GP,INC. R D.BOX 4858 P011CY Number CORPUS CHRISTI TX 784694858 _ambol: WLR Number C47317435 Policy Period Eff ecUve Date of Endorsement 05-20-2013 TO 05-20-2014 05-20-2013 Issued By(Name of Insurance Company) -_— ACE AMERICAN INSURANCE COMPANY In rt the II. number.:'fh remainder of the Info aflon is to ba a when this s amens is Issu sub uent to re stlan a#the o1i NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain(the"Schedule") by allovAng your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organlzaWn(s) named In the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or or The failure to provide advance notification of cancellation to the person(s) or org and zation(s) shown In the Schedule At Impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and AH not negate any cancellation of the Policy. C. We are not responsible for ve in any information In any Schedule, nor are we responsible for any incorrect information that you or your representative may use,, DJ We will only be responsible for sending such notice to your representa n r representative All in turn send the notice to the persons or organizations listed In the SchedWe at 'I'e r3O or prior lo the cancellat,�on date t ule r applicable to the Policy. You will cooperate with us in providing the Sc jd In causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. Al other terms and conditions of this Policy remain unchanged. //VA Authorized Representative­__'_­'_ 26139 WC 99 0 3 6 9(01/11) 25 Page 1 of 1