Loading...
HomeMy WebLinkAboutC2014-069 (VOL 2 OF 3) - 4/15/2014 - Approved • See 2" 2014-069 4/15/14 S P E C I A L P R O V I S I Ord. 030157 Bay Ltd. S P E C I F I C A T I O N (Volume 2 of 3) •■ A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PREPARED BY: 6. KSA ENGINEERS, INC. 8875 Synergy Drive McKinney, TX 75070 L. Phone: % 3 .N.AN2995 STEVE M. CREAMER s $ 3$2 ! VPCEVISV-SV 6. Alov. 14, 203 Affix Seal Here November 14, 2013 KSA ENGINEERS 6. FOR: 6. DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 L. Fax: 361/826-3501 PROJECT NO: E11047, E12156, & E12156A C. ' RECORD DRAWING NO: AP-140 FAA PROJECT NO.3-48-0051-050-2013 Vo'.2 of 3 KSA PROJECT NO: CRP-005 I (Revised 7/5/00) ill-- CORPUS CHRISTI INTERNATIONAL AIRPORT \___ RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, & E12156A TABLE OF CONTENTS NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) im Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage for Building or Construction Projects for Government Entities NOTICE TO CONTRACTORS - C Notice to Prospective Federally Assisted Construction Contractors iii NOTICE TO CONTRACTORS - D Notice of Requirements for Affirmative Action to Ensure Equal Opportunity PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations li 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 lo A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) 1: 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 l'. A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A 17 Fiold Officc (NOT USED) A-18 Schedule and Sequence of Construction im A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs A-22 (NOT USED) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds A 25 Saloo Tax Excmption NO LONGER APPLICABLE (6/11/98) l: A-26 Supplemental Insurance Requirements A 27 Rcoponoibility for Damago Claim+ (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff I A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work E. A-34 Precedence of Contract Documents A 35 City Watcr Facilitico Spccial Rcquircmcnt3 (NOT USED) A-36 Othcr Submittalo (Rcvi3cd 9/18/00) (NOT USED) it- A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities 6 I A 39 Ccrtificato of Occupancy and Final Acccptanco (NOT USED) A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory ( -I/ A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Dewatering A-52 Rain Delays A-53 Storm Water Pollution Prevention Plan A-54 Physical Data A-55 Project Record Documents A-56 Errors and Omissions A-57 Trench Safety A-58 Airport Safety and Security A-58.1 General A-58.2 Airport Operations Area (AOA) A-58.3 Airport Safety Requirements and Restrictions A-58.4 Airport Security Requirements A-59 Conflicts A-60 Bidder Qualifications A-61 Computer Generated Proposals A-62 Partial Estimates Submittal Transmittal Form SPECIAL PROVISIONS - ATTACHMENT 1 - Project Sign Layout FEDERALLY REQUIRED LANGUAGE FOR CONSTRUCTION CONTRACTS CORPUS CHRISTI INTERNATIONAL AIRPORT BACKGROUND VERIFICATION FORMS Signature Verification Form Application for ID/Access Control Media Corpus Christi Employment and Personal History Form I/ 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 REQUIREMENTS 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 I I 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 ill 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 ill SC-14 Construction Activity and Aircraft Movements SC-15 Limitations on Construction SC-16 NOTAMS SC-17 Motorized Vehicles I: SC-18 Laboratory S- C-19 Third Party Coverage SC-20 Construction Staking SC-21 Working Hours L SC-22 Radio Operations S- C-23 Access Routes SC-24 Safety During Construction SC-25 Marking lb SC-26 Geotechnical Investigations SC-27 Construction Manager SC-28 Scope of Work SC-29 Arrears L SC-30 Project Progress to Completion S- C-31 Partial and Final Payment SC-32 Records of Materials Purchased SC-33 Subcontractors L SC-34 Materials and Workmanship SC-35 Superintendence of Construction SC-36 Guarantee SC-37 Security I: FAA GENERAL PROVISIONS GP-10 Definition of Terms GP-20 Proposal Requirements and Conditions ill GP-30 Award and Execution of Contract GP-40 Scope of Work GP-50 Control of Work I: GP-60 Control of Materials GP-70 Legal Regulations and Responsibility to Public GP-80 Prosecution and Progress GP-90 Measurement and Payment I: GP-100 Contractor Quality Control Program GP-110 Method of Estimation Percentage of Material within Specification Limits (PWL) GP-120 Nuclear Gauges I: FAA STANDARD SPECIFICATIONS P-101 Surface Preparation P-152 Excavation and Embankment P-155 Lime Treated Subgrade LP-156 Temporary Air & Water Pollution, Soil Erosion, & Siltation Control P-209 Crushed Aggregate Base Course P-401 Plant Mix Bituminous Pavements P-403 Plant Mix Bituminous Pavements P-501 Portland Cement Concrete Pavement P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat imi- P-605 Joint Sealing Filler P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Painting Er II P-621 Saw-Cut Grooves P-631 Refined Coal-Tar Emulsion with Additives, Slurry Seal Surface Treatment F-162 Chain-Link Fences ! D-701 Pipe for Storm Drains and Culverts t. D-705 Pipe Underdrains for Airports D-751 Manholes, Catch Basins, Inlets and Inspection Holes il D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures D-754 Concrete Gutters, Ditches, and Flumes T-901 Seeding T-904 Sodding II T-905 Topsoiling TxDOT STANDARD SPECIFICATIONS Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter II ELECTRICAL SPECIFICATIONS LOC-1 Localizer/MALSR Electrical Service LOC-2 Localizer Foundations LOC-3 Localizer Shelter and Equipment Relocation II LOC-4 Localizer Antenna Electrical LOC-5 Localizer Antenna Relocation LOC-6 Remove Previously Installed LOC Equipment and Foundations LOC-7 LOC Ground Check Markers II LOC-8 Localizer Antenna Cables LOC-9 Localizer Antenna Repainting GS-1 GS Site Preparation and Foundations GS-2 Glide Slope Electrical Service GS-3 Glide Slope Relocation GS-4 Remove Previously Installed GS Equipment and Foundations GS-5 Glide Slope Tower Repainting GS-6 Climbing Safety Rail System II PAPI-1 Electrical Service PAPI RWY 13 PAPI-2 Electrical Service PAPI RWY 31 PAPI-3 Relocation of L-880 PAPI II PAPI-4 Remove Previously Installed PAPI Equipment and Foundations RVR-1 Relocation of RVR on RWY 13 RVR-2 Remove Previously Installed RVR Equipment ALS-1 RWY 31 MALSR Shelter Foundation ALS-2 RWY 31 MALSR Shelter Installation II ALS-3 RWY 31 MALSR Electrical and Grounding ALS-4 Remove Previously Installed RWY 31 MALSR Equipment ALS-5 RWY 13 MALSR Shelter Foundations ALS-6 RWY 13 MALSR Shelter and Equipment Installation ALS-7 RWY 13 MALSR Electrical Service ALS-8 RWY 13 MALSR Removal/Salvage ALS-9 RWY 13 MALSR Threshold Bar ALS-10 RWY 31 Semi-Flush MALSR Threshold Bar ALS-11 Semi-Flush MALS Light Bar ALS-12 EMT Light Bar ALS-13 MALS MG-20 L.I.R. Support II ALS-14 RAIL MG-20 L.I.R. Support ALS-15 Station 10+00 Distribution Panel MM-1 Remove Decommissioned RWY 13 Middle Marker Equipment and Foundations NSS-1 Drain for Underground Conduit System NSS-4 Duct Bank Termination Base NSS-5 MITL Removal and Salvage NSS-6 Guidance Sign Removal and Salvage ATCT-1 Reprogram Existing ADB Lighting Controller in ATCT L-107 Airport 8-Foot and 12-Foot Wind Cones L-108 Underground Power Cable for Airports L-110 Airport Underground Electrical Duct Banks and Conduits L-116A-SW Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting and Concrete Transformer Box II L-117A-SW Installation of Internally Lighted Taxi Guidance Signs with Stake f Mounting and Concrete Transformer Box I 48" WATER LINE RELOCATION SPECIFICATIONS 02205 Soil Material 02207 Aggregate Materials 02225 Excavation, Backfilling, and Compacting for Utilities 02314 Pipe Casing 02665 Concrete Pressure Pipe 02669 Valves and Couplings . 02675 Disinfection of Water Distribution Systems ilEXISTING 48" WATER LINE DETAILS AS REFERENCE WASH RACK ELECTRICAL SPECIFICATIONS 16100 Basic Materials and Methods for Electrical Installations • l'i 16300 Power Distribution Devices 16500 Instrumentation Devices 16600 Control Narratives I: ADDITIONAL TECHNICAL SPECIFICATIONS ITEM S-1 Project Schedule, Mobilization and Field Office ITEM S-2 Shop Drawings, Project Data, and Samples L ITEM S-3 Barricades and Markings for Pavement Closures ITEM S-4 Trench and Excavation Safety Systems ITEM S-5 Proof Rolling ITEM S-6 Stormwater Pollution Prevention Plan I: ITEM S-7 Temporary Sediment Control Fence ITEM S-9 Foundation Material for Weak or Pumping Pavement Subgrade ITEM S-10 Allowance for Miscellaneous Extra Work ITEM S-11 Dewatering the Project Site i: ITEM S-19 Pavement Marking Obliteration ITEM S-26 Rock Riprap ITEM S-37 Oil/Water Separator ITEM S-40 Small Diameter Sanitary Sewer Systems im ITEM S-43 Rock Filter Dams ITEM S-50 THIRD PARTY SECURITY ITEM S-51 GEOTEXTILE FABRICS ITEM S-87 WATER SERVICE LINES I: FAA-STD-019E - LIGHTNING AND SURGE PROTECTION, GROUNDING, BONDING AND SHIELDING REQUIREMENTS FOR FACILITIES AND ELECTRONIC EQUIPMENT . L FAA-C-1391C - INSTALLATION, TERMINATING, SPLICING, AND SURGE PROTECTION OF UNDERGROUND CABLES FAA-C-1217F - ELECTRICAL WORK, INTERIOR I: MALSF/R INSTALLATION REQUIREMENTS . INSTALLATION OF PRECISION APPROACH PATH INDICATOR (PAPI) SYSTEM 1: GEOTECHNICAL REPORTS PROCEDURES FOR AUTHORIZED DISCHARGE OF GROUNDWATER TO THE CITY OF CORPUS CHRISTI IMUNICIPAL SEPARATE STORM SEWER SYSTEM (MS4) LIST OF DRAWINGS NOTICE AGREEMENT - PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND • I fo- L NOTICE TO BIDDERS L II:- NOTICE TO BIDDERS L Sealed proposals, addressed to the City of Corpus Christi, Texas for: Corpus Christi International Airport Runway 13-31 Extension/ Displacement and Connecting Taxiway Project, City Project No. E11047, E12156, & E12156A which Is consists of the following: 1. Base Bid is comprised of extending Runway 13 and Taxiway Bravo by 1,000 feet to the north and displacing the threshold of Runway 31 by 1,000 feet to the ii north. Included in the project is the construction of one new connecting taxiway connecting the new Runway 13 threshold to parallel Taxiway Bravo, reconstruction and reconfiguration of Taxiway B1 Taxiway B5, the construction of a run-up area on the north end of Taxiway Bravo, and blast ii pad. All paving will be bituminous, matching the existing runway and taxiway paving on the airport. This work will include extensive grading and drainage improvements. As a result of the runway threshold relocations, additional lighting and signage will be installed and all navigation aids will be appropriately relocated. Access drives to the relocated navigation aids will also be constructed. The Distance-To-Go signs will also be replaced. A new Medium Intensity Approach Lighting System with Runway Alignment Lights (MALSR) will be installed to serve the approach end of Runway 13. All taxiway lighting and signage serving Runway 13-31 will be L converted to LED. Lastly, Runway 13-31 and all bituminous pavements constructed within this project will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. L 2. Additive Alternate No. 1 is comprised of the construction of two new connecting taxiways, Taxiways B2 and B3, connecting Runway 13-31 to Taxiway Bravo. This work will include the removal of two existing connecting Iii taxiways and extensive grading and drainage improvements of the infield area serving Runway 13-31. As a result of the new locations of these connecting taxiways, new LED lighting and signage will be installed. All new connecting taxiway paving will be seal coated and marked including the enhanced taxiway !: centerline markings and hold positions lines and signs. 3. Additive Alternate No. 2 is comprised of the construction of two new connecting taxiways, Taxiways H and J, connecting Taxiway Bravo to the I. Terminal Parking Area. This work will include the removal of two existing connecting taxiways and extensive grading and drainage improvements of the infield areas serving the Terminal Parking Area. As a result of the new connecting taxiway locations, new LED lighting and signage will be Linstalled. All new connecting taxiway paving will seal coated and marked. 4. Additive Alternate No. 3 is comprised of the reconstruction of the East General Aviation Apron Phase I from bituminous paving to Portland Cement li Concrete (PCC) paving. The existing bituminous paving section of the entire apron will be removed to the bottom of the existing base and replaced with a new PCC paving section. 5. Additive Alternate No. 4 is comprised of the reconstruction of the East General Aviation Apron Phase II from bituminous paving to Portland Cement Concrete (PCC) paving. The existing bituminous paving section of the entire apron will be removed to the bottom of the existing base and replaced with a l'FA 1 new PCC paving section. 6. Additive Alternate No. 5 is comprised of the relocation of an existing 48" water line currently located under the proposed Runway 13 extension. lo Included in the work will be excavation for the proposed water line, removal of portions of the existing water line under proposed pavement areas, encasement of the proposed water line under proposed/future pavement areas, ili; and installation of all valves, fittings, and other necessary equipment. 00Revised 7/5/00 E 7. Additive Alternate No. 6 is comprised of the construction of the North ( General Aviation Apron Extension. This work will include concrete (PCC) paving, grading, and minor drainage improvements. 8. Additive Alternate No. 7 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. 9. Additive Alternate No. 8 is comprised of providing line stops for the existing 48" water line should the existing gate valves prove to be non- operational during construction. in accordance with the plans, specifications and contract documents, will be received at the office of the City Secretary until 2:00 p.m. CST on Wednesday, December 18, 2013, and then publicly opened and read. Any bid received after closing time will be returned unopened. A non-mandatory pre-bid meeting is scheduled for 10:30 a.m. CST on Tuesday, December 3, 2013. The location of the meeting will be the Airport Board Room, at Corpus Christi International Airport, 1000 International Drive, Corpus Christi, TX. All questions shall be submitted in writing to the Consultant by 12:00 p.m. CST on the Wednesday before the bid opening. Inquiries made after this period will not be addressed. The consultant, Steve M. Creamer, P.E. , KSA Engineers, Inc., can be reached by email: screamer @ksaeng.com; phone: 972-542-2995; or mail: 8875 Synergy Dr., McKinney, TX 75070. 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. Plans, proposal forms, specifications and contract documents may be found at the following website: www.publicpurchase.com. Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine that a complete set of documents, as defined in the Agreement are received. 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 I to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary 1 00Revised 7/5/00 I NOTICE TO CONTRACTORS - A (L I NOTICE TO CONTRACTORS - A ip-- INSURANCE REQUIREMENTS Revised March, 2009 I: A Certificate of Insurance indicating proof of coverage in the following amounts is required: II TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage [-I all certificates PER OCCURRENCE / AGGREGATE L Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard L 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability L 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury LAUTOMOBILE 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 I: EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT l'il PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term 1: environmental impact for the disposal of X NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental i: Insurance Requirements El Insurance X NOT REQUIRED isINSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements II ❑ REQUIRED X NOT REQUIRED Page 1 of 2 is- I i of Corpus Christi and KSA Engineers, Inc. must be named as an The City p g , additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at (361) 826-3500. I a I I 11 I 11 I I Page 2 of 2 II ( ) a 31 NOTICE TO CONTRACTORS - B 1,7 NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS r4 Y Page 1 of 11 I Texas Administrative Code ( 3 TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF 3 WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE 3 SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a)The following words and terms,when used in this rule, shall have the following meanings, 3 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 3 employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. 3(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 3 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 3 L "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 I (d)A contractor shall: 3 (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; 3 (2)provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; 1 (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; (6)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice,without any additional words or changes: Attached Graphic (8)contractually require each person with whom it contracts to provide services on a project to: 3 (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 I I (10 (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 I (6)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 1 (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. 3 (f) If any provision of this rule or its application to any person or circumstance is held invalid, 3 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. 3 (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 6of11 I I (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c,to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i)The coverage requirement in this rule does not apply to sole proprietors,partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(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 I I I L I I I I I Page 7 of 11 I 3 T28s110.110(d)(7) ( , "REQUIRED WORKERS'COMPENSATION COVERAGE" 1"The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required 3 coverage, or to report an employer's failure to provide coverage." 3 I 3 I I 3 3 3 I I Page 8 of 11 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- L 82, TWCC-83, or TWCC-84), showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 I I 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 3 delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1)provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets,the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; (2)provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and 3 (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- ( Page 10 of 11 I i (ri. 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. L I I I I I I I I I I I 1 Page 11 of 11 I PART A SPECIAL PROVISIONS L C E: CORPUS CHRISTI INTERNATIONAL AIRPORT-RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in f1 . the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. CST on Wednesday, December 18, 2013. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 la ATTN: BID PROPOSAL - RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NO: E11047, E12156, & E12156A Any proposals not physically in possession of the City Secretary's office at ti the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. ikA pre-bid meeting will be held on Tuesday, December 3, 2013, beginning at 10:30 a.m. CST. 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. 1: A-3 Description of Project CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT consists of the following: 1. Base Bid is comprised of extending Runway 13 and Taxiway Bravo by 1,000 feet to the north and displacing the threshold of Runway 31 by 1, 000 feet to the north. Included in the project is the construction of one new connecting taxiway connecting the new Runway 13 threshold to parallel Taxiway Bravo, reconstruction and reconfiguration of Taxiway 1: B1 Taxiway B5, the construction of a run-up area on the north end of Taxiway Bravo, and blast pad. All paving will be bituminous, matching the existing runway and taxiway paving on the airport. This work will include extensive grading and drainage improvements. As a result of the runway threshold relocations, additional lighting and signage will be installed and all navigation aids will be appropriately relocated. Access drives to the relocated navigation aids will also be constructed. The Distance-To-Go signs will also be replaced. A new Medium Intensity Approach Lighting System with Runway Alignment Lights (MALSR) will be installed to serve the approach end of Runway 13. All Section A - SP (Revised 12/15/04) Page 1 of 31 ig taxiway lighting and signage serving Runway 13-31 will be converted to LED. Lastly, Runway 13-31 and all bituminous pavements constructed within this project will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. 2. Additive Alternate No. 1 is comprised of the construction of two new connecting taxiways, Taxiways B2 and B3, connecting Runway 13-31 to Taxiway Bravo. This work will include the removal of two existing connecting taxiways and extensive grading and drainage improvements of the infield area serving Runway 13-31. As a result of the new locations of these connecting taxiways, new LED lighting and signage will be installed. All new connecting taxiway paving will be seal coated and marked including the enhanced taxiway centerline markings and hold positions lines and signs. 3. Additive Alternate No. 2 is comprised of the construction of two new connecting taxiways, Taxiways H and J, connecting Taxiway Bravo to the Terminal Parking Area. This work will include the removal of two existing connecting taxiways and extensive grading and drainage improvements of the infield areas serving the Terminal Parking Area. As a result of the new connecting taxiway locations, new LED lighting and signage will be installed. All new connecting taxiway paving will seal coated and marked. 4. Additive Alternate No. 3 is comprised of the reconstruction of the East General Aviation Apron Phase I from bituminous paving to Portland Cement Concrete (PCC) paving. The existing bituminous paving section of the entire apron will be removed to the bottom of the existing base and replaced with a new PCC paving section. 5. Additive Alternate No. 4 is comprised of the reconstruction of the East General Aviation Apron Phase II from bituminous paving to Portland Cement Concrete (PCC) paving. The existing bituminous paving section of the entire apron will be removed to the bottom of the existing base and replaced with a new PCC paving section. 6. Additive Alternate No. 5 is comprised of the relocation of an existing 48" water line currently located under the proposed Runway 13 extension. Included in the work will be excavation for the proposed water line, removal of portions of the existing water line under proposed pavement areas, encasement of the proposed water line under proposed/future pavement areas, and installation of all valves, fittings, and other necessary equipment. 7. Additive Alternate No. 6 is comprised of the construction of the North General Aviation Apron Extension. This work will include concrete (PCC) paving, grading, and minor drainage improvements. 8. Additive Alternate No. 7 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. 9. Additive Alternate No. 8 is comprised of providing line stops for the existing 48" water line should the existing gate valves prove to be non-operational during construction. Section A - SP (Revised 12/15/04) Page 2 of 31 I A-4 Method of Award The bids will be evaluated based on the following: 1. Total Base Bid, or E. 2. Total Base Bid + Any or All Combination of Alternates The City reserves the right to accept the Base Bid with no Additive I: 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 [ft to closely match available funding. Bid award is subject to the availability of funding. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any l'iii • State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. Provide all documentation as required by Special Provisions A-28, A-29, A-30, and A-60 II A-6 Time of Completion/Liquidated Damages 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 t: after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. 1: Schedule Liquidated Damages Cost Allowed Construction Time Base Bid $2,000 per calendar day 400 calendar days after Notice to Proceed 1: Add. Alt. No. 1 $2,000 per calendar day 400 calendar days after Notice to Proceed Add. Alt. No. 2 $2,000 per calendar day 400 calendar days after Notice to Proceed Add. Alt. No. 3 $2,000 per calendar day 180 calendar days after Notice to Proceed Add. Alt. No. 4 $2,000 per calendar day 300 calendar days after Notice to Proceed 1 i: Section A - SP (Revised 12/15/04) Page 3 of 31 I 180 calendar days after Add. Alt. No. 5 $2,000 per calendar day Notice to Proceed Add. Alt. No. 6 $2,000 per calendar day 210 calendar days after Notice to Proceed Add. Alt. No. 7 $2,000 per calendar day 210 calendar days after Notice to Proceed Add. Alt. No. 8 $2,000 per calendar day 180 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. All NAVAIDs must be completed and operational by November 1, 2014. 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 waiver on the part of the Owner of any of its rights under the contract. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. 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. II Section A - SP (Revised 12/15/04) Page 4 of 31 I i: A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) I: Labor preference and wage rates for Heavy and Highway Construction. In case of conflict, Contractor shall use higher wage rate. Mini Prevailing Wage Scales L numr The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor rrust not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the IP classification of work performed. The Contractor and each subcontractor moist keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by than in connection with the Project and showing the actual wages paid to each Ili worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls fran all subcontractors and it others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) ill One and one-half (111) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) C: A-11 Cocperaticn with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating 1: within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811, the Lone Star Notification Carpany at 1-800-669-8344. For the Contractor's convenience, the following telephone numbers are listed. 1: City Engineer 826-3500 City Project Manager 826-3527 KSA Engineers, Inc. Bob Dutton, P.E. 817-371-8472 ' Traffic Engineering 826-3540 Police Department 886-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Services Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Section A - SP (Revised 12/15/04) Page 5 of 31 I Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1940 A E P 1-877-373-4858 Nueces Electrical Cooperative 387-2581 (1-800-632-9288 after hours) I AT&T/CP&L 881-2511 (1-800-824-4424 after hours) ` City Street Div. for Traffic Signal/Fiber Optic Locate 826-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Corpus Christi ISD 886-9005 U.S. Postal Service 886-2216 TxDOT Area Office 808-2384 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness I/ 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 I/ the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. • In the event of damage to underground utilities, whether shown in the I/ drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 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 Contractor will be required to schedule hip operations so as to cause minimum adverse impact on thc accessibility of thc museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. t/ II Section A - SP (Revised 12/15/04) Page 6 of 31 I 1: The Contractor shall comply with all applicable FAA Regulations and Advisory Circulars and with the current version of the Manual on Uniform Traffic Control Devices. the City of Corpus Chricti's Uniform Barricading Standards and Practices ao adopted by thc City. Copico of thin documcnt arc available \ through thc City'o Traffic Engineering Department. The Centractor shall All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. l: A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. itStreets 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 itThe 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. I; All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the 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 1: 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 (Not Used - See Specification S-1 for Field Office Requirements) The Contractor muot furnish the City Engineer or his rcprecentativc with a 120 oquarc fcct of uocablc space. The field office muot be airconditioned r. office on the 3itcao required by the City Engineer or his representative. Section A - SP (Revised 12/15/04) Page 7 of 31 I: ancwcring ccrvicc) and FAX machinc paid for by the Contractor. Thcrc is no 11 ocparatc pay itcm for the ficld officc. 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: I 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule 1/ 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 I/ Manager advised of this schedule so that close coordination can be maintained with the Director of Aviation and with other Contractors. Closing of portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three (3) days notice prior to closing any portion of a taxiway or apron. Notice to Airmen (NOTAM'S) will be filed by the Airport Operations Manager or by Public Safety Personnel. See Special Condition SC-16 for more details. At the Pre-Construction Conference, the Contactor shall submit a detailed 11 Construction Schedule that shall, at minimum, incorporate start and end dates for the specific construction items of the project as listed in the plans and specifications. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be I/ provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. I 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 I/ 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. Section A - 4) -I/ (Revised 12/15/04) Page 8 of 31 I 1: 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 (E; 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 1: 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. I: 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 CM compliance to any regulatory permits. Following is the minimum schedule of documentation required: ir1. Streets: a. All curb returns at point of tangency/point of circumference I: b. Curb and gutter flow line - both sides of street on a 200' interval; I: c. Street crowns on a 200' interval and at all intersections. 2. Wastewater: I: a. All rim/invert elevations at manholes; b. All intersecting lines in manholes; c. Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . 3. Water: ik a. All top of valves box; b. Valves vaults rim; c. Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . 4. Stormwater: a. All rim/invert elevations at manholes; 1rb. All intersecting lines in manholes; I: c. Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . i: Section A - SP (Revised 12/15/04) Page 9 of 31 I A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must furnish and install 1 Project signs as indicated on the I/ 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/Minority Business Enterprise Participation Policy (NOT USED) See Part C - Federal Wage Rates and Requirements, Disadvantaged Business I/ Enterprise in Federal Funded Construction - Aviation of these Contract Documents) . 1. Policy It is thc policy of thc City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Busincss Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, I association, or joint venture as hcrcin identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A busine^c enterprise that is persons include Blacks, Mexican Amcri anc and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For thc purposes of this section, women are also considered as minorities. Minority persons) must collectively own, operate and/or actively manage, and share in forth: - - I Section A - SP (Revised 12/15/04) Page 10 of 31 I 1: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprisc, it must be owned by a minority (b) For an cntcrprisc doing business as a partnership, at least 51.0% of the a^sets or interest in the I; minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payment Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: Ecc definition under Minority Business Enterprise. c. Fcmalc Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. lf. Joint Venture: A joint vcnturc means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint vcnturc may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint 1: venture in the work to be performed by the joint vcnturc. For example, a joint vcnturc which is to perform 50.0% of the contract work itself and in which a minority joint vcnturc partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint vcnturc must have either financial, managerial, or technical skills in the work to be performed by the joint vcnturc. 3. Coals- 1: award are as follows: 1: Section A - SP (Revised 12/15/04) Page 11 of 31 L Minority Participation Minority Buoincoo Entcrprioo (Porccnt) Participation (Percent) 45 % 15 % ( II b. These goals arc appli able to all thc construction work (regardless of federal participation) performed in the Contract, including approvcd change ordcre. The hours of minority employment must be substantially uniform throughout the length of thc Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Enginccr. b. The Contractor shall make bi weekly payroll submittals to the City Enginccr. The Contractor is to indicate the percent of minority and female participation, by trade, which has bccn utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have bccn achieved. The City Enginccr may withhold monthly or final payments to the Contractor for failure to submit bi weekly payrolls in a timely fashion or to submit overall participation information as rcquircd. A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is rcquircd and to assure a final inspection after the building is completed and ready- for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B 6 2 of the Ccncral Provisions is hereby amended in that the Contractor must pay all foes and charges levied by the water/wastewater meter fees and tap fees as rcquircd by City project is Complete. A-24 Surety 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 /I 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 bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not Section A - SP (Revised 12/15/04) Page 12 of 31 1: 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 1: 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 I: 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 i: requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." I: A-25 Sales Tax Exemption (NOT USED) Section B 6 22, Tax Exemption Provision, is deleted in its cntircty and thc Contracts for im rovemcnto- to real property awarded by -the City of Corpus Christi do not qualify for exemptions of Sales, Excise, and Usc Taxes unless 1: thc Contractor elects to operatc under a separated contract as defined by Section 3.291 of Chapter 3, Tax Adminiotratien of Title 34, Public Finance of the Texas Administrative Code, or such other rules or regulations as may be promulgated by the Comptroller of Public Accounts of Texas. 1: If the Contractor elects to operatc under a separated contract, he shall: I: 1. Obtain the necessary sales tax permits from the State Comptroller. 2. Identify in the appropriate space on the "Statement of P4aterials and Other Charges" in the proposal form the cost of materials physically 1: incorporated into the Project. 3. Provide resale certificates to suppliers. LI 4. Provide the City with copies of material invoices to substantiate the proposal value of materials. I: If the Contractor does not elect to operate under a separated contract, he must pay for all Sales, Excise, and Use Taxes appli able to this Project. Subcontractors are eligible for sales tax exemptions if the subcontractor I: also complies with the above requirements. The Contractor must issue a resale certificate to the subcontractor and the subcontractor, in turn, I: 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 insurer, stating: In the event of cancellation or material change that reduces or restricts the Imo insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: l ili Section A - SP (Revised 12/15/04) Page 13 of 31 I: 1. Name: City of Corpus Christi 11 Engineering Services Department Attn: Contract Administrator / 1 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: "Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder." A-27 Responsibility for Damage Claims (NOT USED) Paragraph (a) General Liability of Section B 6 11 of thc General Provisions is amended to include: Contractor must provide Builder's Rick or Installation Floator insurance covcragc for thc term of thc Contract up to and including thc date thc City finally accepts thc Project or work. Builder's Risk or Installation Floator coverage must be an "All Rick" form. Contractor must pay all coots necessary to procurc such Builder's Risk or Installation Floater insurance coverage, including any deductible. The /I insurance coverage. ( Section A - SP (Revised 12/15/04) Page 14 of 31 I A-28 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, thcn prior to award, thc City Engineer may require a bidder to provide documentation concerning documentation concerning the following requirements shall be submitted by the Bidder with the Bidder's bid proposal: 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 1: 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 ill 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. l biddcr may ale be rcqui ed to supply construction references, qualification form, and a financial statement, prepared no later than nincty (90) days prior to thc City Engineer's request, signed and datcd by thc bidder's owner, president et othcc authorized party, specifying all currcnt assets and liabilities. 1: 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. i The criteria upon which the City Engineer makes this determination will include the following: 1: 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. 1: Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements shall be submitted by the Bidder with 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 may be rescinded. Further, such written approval is also Section A - SP (Revised 12/15/04) Page 15 of 31 I necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, thc three (3) apparent lowest bidders (based on thc Base Bid only) must submit to thc City Engineer the following information: The following shall be submitted by the Bidder with the Bidder's bid proposal: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not r asonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed 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; I/ Section A - SP (Revised 12/15/04) Page 16 of 31 I 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation ac required by Special Provision A 35 K, if applicable. 10. Within five (5) dayo following bid opcning, Submit, with the Bidder's bid proposal, in letter form, information identifying type of entity and state, i.e. , Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. 11. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor." A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the FAA Special Conditions, third precedence will be given to the Special Provisions, fourth precedence will be given to the Construction Plans and the General Provisions and FAA Standard Specifications will be given last precedence. In the event of a conflict between any of the ( Section A - SP (Revised 12/15/04) Page 17 of 31 I FAA Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to the FAA Standard Specifications as amended my Addenda, Modifications, Special Conditions and Special Provisions. - _ _ (NOT USED) 1. Vioitor/Contractor Oricntation Prior to performing work at any City water facility, the Contractor, his subcontractors, and each of thcir employcco must have on their person a valid card ccrtifying thcir prior attendance at a Vioitor/Contractor Safety Oricntation Program conductcd by the City Watcr Dcpartmcnt Personnel. A Visitor/Contractor Safcty Oricntation Program will be offered by authorized City Water Department personnel for those persons who do not havc such a card, and who desire to perform any work within any City water facility. For additional information rcfcr to Attachmcnt 1. The Contractor shall not start, o crate, or stop pump, motor, P P an Y P P valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. 3. Protection of Water Quality times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. 9. Conformity with ANSI/NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute/National Sanitation Foundation 31 (ANSI/NSF) Standard 61 as described in the Standard Specifi ationo. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds-, coatings, or hydraulic equipment. Thcoc items must not be used unless they conform with ANSI/NSF Standard 61 and unless immediatel prior te- -- _ y The Contractor shall provide the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. 5. Handling and Disposal of Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. Section A - SP (Revised 12/15/04) Page 18 of 31 I CONTRACTOR'S ON SITE PREPARATION 6. Contractor's personnel must wear colored uniform overalls othcr than orange, blue, or white. Each cmployce uniform must provido company namo and individual employee identification. l: 7. Contractor shall providc telephones for Contractor personnel. Plant tcicphonc3 arc not available for Contractor u3c, Es 8. Working hours will be 7:00 a.m. CST to 5:00 p.m. CST, Monday thru Friday. 9. Contractor must not use any City facility restrooms. Contractor must i'D provide own sanitary facilities. 10. All Contractor vehicles must be parked at designated site, as designated by City Water Dcpartmcnt staff. All Contractor vehicles must be clearly labeled with company name. No •rivatc cm•lo cc vehicles are cllowcd at 0. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. During working hours, contractor employees must L not leave the designated construction are nor wander through any buildings other than for rcquircd work or as directed by City Water Dcpartmcnt per onncl during emergency evacuation. l: 11. Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to the computer based monitoring and control system must be performcd only by qualified technical and supervisory personnel, as determined by meeting the qualifications 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, 1: selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all 1: The Contractor or his subcontractor proposing to perform the SCADA work must be able to demonstrate the following: 1: a. He is regularly cngagcd in the computer based monitoring and control system business, preferably as applied to the municipal water and wastewater industry. I: b. He has performcd work on systems of comparable size, type, and complexity as rcquircd in this Contract on at least three prior projects. 1: c. He has been actively cngagcd in the type of work specified herein for at lest 5 years. d. He employs a Registered Professional Engineer, a Control Systems I: Engineer, or an Electrical Engineer to supervise or perform the 1: c. He employs personnel on this Project who have successfully completed a manufacturer's training course in configuring and implementing the specific computers, RTUS's, and software proposed for the Contract. I it: Section A - SP (Revised 12/15/04) Page 19 of 31 I: f. He maintains a permanent, fully staffed and equipped service facility within 400 miles of thc Project site to maintain, repair, calibratc, and program the systems specified hcrcin. g. He shall furnish equipment which is thc product of one manufacturer to thc maximum practical cxtcnt. Whcrc this is not practical, all cquipmcat of a given typc will be thc product of one manufacturer. h. Prior performance at the 0. N. Stevens Water Treatment Plant will be used in evaluating which Contractor or subcontractor programs the new work for this Project. i. The Contraetor shall ppoducc all filled out programming blocks these two systems to the existing City SCADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given to the City Enginccr with all changes made during the programming phase. The attached sheet is an example and is not intended to show all of the required sheets. The Contractor will provide all programming blocks used. 12. Trcnching Requirements All trenching for this project at the 0. N. Stevens Water Treatment Plant shall be performed using a backhoc or hand digging due to the number of existing underground obstructions. No trenching machines shall be allowed on the project. A 36 Other Submittals (NOT USED) 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Q. Quantity: Contractor shall submit number required by the City to the City Enginccr or his designated representative. b. Rcproduciblcs: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail numbcr(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and -Contract documents. c. Scheduling: Contractor must schedule the submittals to expedite the Project, anddclivcr to the City Enginccr for approval, and Section A - SP (Revised 12/15/04) Page 20 of 31 I I f. Marking: Contractor must mark each copy to idcntify applicable products, models, options, and other data. Supplcmcnt manufacturers' standard data to providc information uniquc to this Projcct. l: g. Variations: Contractor must idcntify any proposed variations from thc Contract documcnts and any Product or cyctcm limitations which may be detrimental to successful performance of thc I: completed work. h. Cpacc Requirements: Contractor must providc adcquatc spacc for Contractor and Enginccr rcvicw stamps on all submittal forms. LI Rcsubmittals: Contractor must revise and resubmit submittals as rcquircd by City Enginccr and clearly idcntify all changes madc since previous submittal. I: j. Distribution: Contractor must distribute copics of reviewed submittals to subcontractors and supplicrs and instruct i: subcontractors and supplicrs to promptly rcport, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samplcs of finishcs from thc full 1: range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Tcst and Rcpair Rcport l: When spccificd in thc Technical Specifications Scction, Contractor must submit thrcc (3) copics of all shop test data, and rcpair rcport, and all on site test data within thc specified-time to thc- City Engineer 1: for use on the project. i A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: ill "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan") . This includes implementing water conservation measures established for changing 1 conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan . on the Project site throughout construction." 1: A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities I: The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. • -_ _ _ _- - - - . _ -, • --__ _ -- NOT USED) I: . __ • • _. _ _ : -44,-- -. constitute final acccptancc of thc improvements under Ccncral Provision B-R- Section A - SP (Revised 12/15/04) Page 21 of 31 I A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate II 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. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman." A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. Section A - SP (Revised 12/15/04) Page 22 of 31 I I: A-45 As-Built Dimensions and Drawings (7/5/00) I: 1. Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. C: 2. 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 L final drawings shall include the following: a. Horizontal and vertical dimensions due to substitutions/ field changes. b. Changes in equipment and dimensions due to substitutions. c. "Nameplate" data on all installed equipment. lid. Deletions, additions, and changes to scope of work. I: e. Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) L The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into I: wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TNRCC, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of I: all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. I: A-47 Pre-Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate 1: and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting 1: pipeline. For existing pipelines which parallel and are within ten feet (10' ) of proposed pipelines of the project, Contractor shall excavate and expose said 1: exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. 1: Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. fl: Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof ift reported to the Engineer and until Contractor receives Engineer's approval of report. Section A - SP (Revised 12/15/04) Page 23 of 31 I: . Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended "Prosecution and Progress" Under "General Provisions and. Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." A-51 Dewatering I The Contractor shall make all reasonable efforts to eliminate ponding of water from the jobsite regardless of its source. Within two (2) normal working hours of ponding occurring, the Contractor will begin dewatering procedures. All ponding of a depth greater than 1/4 inch will be eliminated prior to the start of the following workday after the source of the water has been terminated. Any day in which dewatering does not occur will not be considered a rain day. Dewatering shall consist of pumping, temporary drainage, or other methods as approved, and should be accomplished in a lawful manner consistent with local codes, laws, _and regulations. Section A - SP (Revised 12/15/04) Page 24 of 31 I 1: A-52 Rain Delays Y *_ The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Corpus Christi International Airport is 0.10 inch or greater. No extension I: of time will be considered until the expected number of rain days has been exceeded and the City Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. I: January 3 Days April 3 Days July 3 Days October 4 Days February 3 Days May 4 Days August 4 Days November 4 Days March 2 Days June 4 Days September 4 Days December 4 Days 1: A-53 Storm Water Pollution Prevention Plan This project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be I: 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 I: 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 1: 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. j 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. I: A-54 Physical Data 1: Subsurface geotechnical reports are not a part of the Contract documents. Soils investigation data is provided in the Appendix is included only for the information and convenience of the bidders. The City and Consulting Engineer disclaim any and all responsibility for the accuracy, completeness, true 1: location and extent of the soils investigation that was prepared by others; and further disclaim responsibility for the interpretation of that data by bidders. I: A-55 Project Record Documents The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses. A 1: 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 1: 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) . 1: A-56 Errors and Omissions The Contractor shall carefully check the drawings and specifications, and rog report to the consulting Engineer and errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer. Section A - SP (Revised 12/15/04) Page 25 of 31 I A-57 Trench Safety The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P-EXCAVATIION, TRENCHING AND SHORING for all trenching and excavation operations, and Specification Item S-4, Trench 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. If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal form. A-58 Airport Safety and Security A-58.1 General Airport safety and security is a vital part of the Contractor's responsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years. The following safety and security guidelines and the rules and regulations of the Corpus Christi International Airport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security and safety caused by the Contractor or the Contactor's employees, subcontractors, suppliers or representatives. A-58.2 Airport Operations Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of the aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A-58.3 Airport Safety Requirements and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron are at Corpus Christi International Airport. The term landing areas is defined as all runway and taxiways, plus 250 feet on either side of 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 31 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". Section A - SP ( (Revised 12/15/04) Page 26 of 31 I I 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. 1: 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 1: 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 L two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor Personnel with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the I: cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. C: 3. The Contractor shall perform all temporary pavement markings and barricading in accordance with the attached FAA Advisory Circulars and Orders. i: 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 I: 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 l: "international orange and white checkered flags" or orange or flashing safety beacons. The Contractor will be required to keep a stock of flags on hand for issuance to vehicle operators. Equipment shall not remain unattended at any time during construction. Any equipment not EA complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc. , not actually being used for I: construction purposes, will be restricted from the landing areas and shall be placed or parked in areas designated by Airport Personnel. L 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 I: paved areas unless the equipment is pneumatic-tired, or until special means approved by the City have been provided to protect the pavement. 9. The Contractor shall provide barricades to restrict access from I: taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement. lo 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 Section A - SP (Revised 12/15/04) Page 27 of 31 I promptly removed from Corpus Christi International Airport by the Aviation Department of Public Safety and will not be allowed to work on the project again. 11. Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach. Any open trenches within the 250-foot limit shall be covered with steel plates capable of carrying air carrier traffic. The location of any stockpile material shall be coordinated with and approved by Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 13. Construction equipment shall not exceed a height of 15 feet above the airport surface. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2F for further information on Airport safety. A-58.4 Airport Security Requirements Contractors involved in construction as described in this specifications and plans will be required to follow the procedures listed below for security clearance during construction. 1. A pre-construction conference will be required with the Operations Manager, the Project Manager, the Construction Manager, the Resident Project Representative and all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the operations Manager. This information is required for a security clearance check only. a. List employees who, at one time or another, will be working on the job site. b. Texas Driver's License numbers of those same employees, date of birth and race. c. List of vehicles and their respective license plates, which may be used on the job site. The Security precautions are an FAA and TSA requirement to the operation of the Airport. Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony. Samples of forms for security badges, background checks, letters of authorization, etc. are included for 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. Section A - SP (Revised 12/15/04) 11/ Page 28 of 31 I See "Attachment 2" following this section, which will take precedent over other special provisions in event of conflict, for additional requirements: 1: 1. Federally Required Language 2. CCIA Background Verification Forms 3. 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 Qualifications Qualifications 1. Each Bidder shall furnish the Owner, with the Bidder's bid proposal, 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 1: equipment that would be available for the work, and a list of key personnel that would be available. 2. 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. Submission of Qualifications 1. 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 1: 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. is A-61 Computer Generated Proposals 1: The following paragraph modifies paragraph B-2-7 - Preparation of Proposal of the General Provisions: "The bidder has the option of submitting a computer-generated print- out, in lieu of, the Proposal Form. 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: Section A - SP (Revised 12/15/04) Page 29 of 31 L (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 (Column V) shown in this print-out by the respective estimated quantities shown in the Proposal (Column III) and then totaling the extended amounts." A-62 Partial Estimates The following paragraph modifies the first sentence of the second paragraph of paragraph B-8-6 - Partial Estimates of the 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." I I I I I I I I I I Section A - SP (Revised 12/15/04) Page 30 of 31 I //0 SUBMITTAL TRANSMITTAL FORM PROJECT: RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NO. E11047, E12156, & E12156A fr OWNER: CITY OF CORPUS CHRISTI ENGINEER: KSA ENGINEERS, INC. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL • I L I I I I I I C I I Section A - SP (Revised 12/15/04) Page 31 of 31 I AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 15th day of April , 2014, 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 $34,766,637.10 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NO. E11047, E12156&E12156A (TOTAL BASE BID + ADD.ALTS. #1 THRU #8: $34,766,637.10) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Mar-2014 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same in accordance with the time table outlined in Special Provision A-6 of the contract documents, Addendum No. 7. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Mar-2014 ATTEST: CITY OF CORPUS 'RI fo ST1 T ( [� K e.GC-C. By: la.1. ", City Secretary Natasha Fudge, P.A. 1 Acting Director of Capital •rograms APP OVED . TO LEGAL FORM: r—t r , � 5 _AU M ht► Veronica Ocanas Rr COMM 1LP Senior Asst. City Attorney SECRETARY CONTRACTOR ATTEST: (If Corporation) Berry Contracting, LP dba Bay. Ltd. (Seal Below) Title: s4-Z 1JA ft-Ne• (Note: if Person signing for corporation is not President, P.O. Box 9908 attach copy of authorization (Address) to sign) Corpus Christi, TX 78469 (City) (State) (ZIP) 361/299-3721 (Phone) LentzJabavltd.com (Email) Page 3 of 3 Rev. Mar-2014 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY,LLC January 8,2002 Berry Operating Company,LLC,general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this 8th day of January 2002. Edward A. Martin, President,presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to name the individuals authorized to act for and on behalf of Bay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds,bids,offers or other arrangements and revisions,changes or modification of same as the needs of the company may require. K. J. Luhan President D. W. Berry Vice President M. G. Berry Vice President A. L. Berry Vice President Edward A.Martin Vice President D. E. Spangler Vice President FURTHER RESOLVED that in the event D. W.Berry is unavailable,Mr. Jon Lentz is empowered to sign contracts,bonds,bids, offers or arrangements and revisions, changes or modifications of same as the needs of the Highway Division of Bay Ltd. may require,hereby ratifying and affirming all such acts. FURTHER RESOLVED that Jon Lentz,Estimating Manager and James Wright,Administrative Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign"Proposal To the Texas Department of Transportation". FURTHER RESOLVED that the Secretary-Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change,deletion,modification,or revocation of such authority. Approved Correct: Edward A. Martin,President& CEO Attest: i DonEtta Beaty, Secrets Certification of Secretary I,DonEtta Beaty, Secretary of Berry Operating Company,LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company,LLC general partner of Berry Contracting,LP dba Bay Ltd.held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this the 8th day of January 2002,to which witness my hand. 49-x ,or DonEtta Beaty, Secreta i P R O P O S A L F O R M F 0 R CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, & E12156A Proposal Form ADDENDUM NO.7 Page 1 of 46 ATTACHMENT NO.4 1 OF 46 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL Place: a -1 04 Co+'r∎s e,\r-Nr‘.sA. ', Date: 3- 5- 1 Proposal of l3A.rr1 CorArgC\-.; ns LP 'DDp L-44 a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, & E12156A at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 2 of 46 20F46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 1: Extend/Displace Rwy 13-31; Taxiways B, B1, and B5; NAVAID Access Drives 1.01 29,755 S.Y. P-101-5.1 Asphaltic Concrete Pavement Removal (Runway / Taxiway / Blast Pad Pavement) complete and in place per square yard $ q, 5 0 $ 2`82- Z.50 1.02 11,286 S.Y. P-101-5.2 Asphaltic Concrete Pavement Removal (Perimeter Road) complete and in place per square yard $ 3 '?5 $ 40-Z132L•54 1.03 423 S.Y. P-101-5.5 Concrete Pavement Removal (NAVAID Access Drives) complete and in place per square yard $ g• 90 $ 7(.14"• 00 1.04 11,286 S.Y. P-101-5.6 Gravel Pavement Removal (Perimeter Road) complete and in place per square yard $ 1 .71 0 $ t'�(.11.10 1.05 73,824 C.Y. P-152-4.1 Unclassified Excavation complete and in place per cubic yard $ (D•7 0 $ �oZO•$O 1.06 73,824 C.Y. P-152-4.2 Onsite Borrow Embankment In Place complete and in place per cubic yard $ -7', 0 $S4.8,4-44.20 1.07 12,638 C.Y. P-152-4.3 Offsite Material Embankment In Place complete and in place per cubic yard $ ( 9.75 $ 7.-44,(®CY".550 1.08 18,220 S.Y. P-152-4.4 Scarify and Compact Existing Subgrade complete and in place per square yard $ � • 4 p $2Sa t.On 1.09 3,427 C.Y. P-152-4.5 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place per cubic yard $ TZ '0 9 $ OS CL`E• 90 1.10 64,025 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place ��r per square yard $ 1-. (o O $ 14.441, .0o 1.11 1,893 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8%) complete and in place per ton $ p• OD $-247 5 30.00 1.12 412 L.F. P-156-5.1 Rock Filter Dam complete and in place per linear foot $ 11.0. $401 '440.d 0 1.13 12,408 L.F. P-156-5.2 Temporary Sediment Control Fence complete and in place per linear foot $ 4•20 $ c,k4, 52-1' Cop 1.14 1 EA. P-156-5.3 Rock Construction Exit complete and in place per each $ 4-8.00 0 $ Lt- $ 0 . 00 1.15 1 L.S. P-156-5.4 Storm Water Pollution Prevention Plan (SWP3) Document 41.0 0.9 0 complete and in place per lump sum $ XXXX $ 42.0 0. 0 0 ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 3 OF 46 Page 3 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 1.16 12,986 S.Y. P-209.5.1 6" Crushed Aggregate Surface Course (Access Drive) complete and in place .(- per square yard $ 2 4. 00 $ 0.4. 00 1.17 5,207 S.Y. P-209.5.2 6" Crushed Aggregate Base Course complete and in place per square yard $ 3. 00 $ 7(01.DD 1.18 9,302 S.Y. P-209.5.3 12" Crushed Aggregate Base Course complete and in place per square yard $ )3,00 $ 96(q.00 1.19 51,080 S.Y. P-209.5.4 22" Crushed Aggregate Base Course complete and in place per square yard $Co ' O 0 $3 7_Vi I7.A•00 1.20 1,030 Ton P-401-8.1 4" HMAC Surface Course complete and in place per ton $ 170.00 $ 175 100.00 1.21 16,746 Ton P-401-8.2 5" HMAC Surface Course complete and in place per ton $ 120. 00 $Z,OCI)4 0.00 1.22 19,500 Ton P-403-8.1 7" HMAC Stabilized Base r� Course complete and in place per ton $ 120.00 S2�340 000.00 1.23 622 S.Y. P-501-8.1 5" PCC Pavement complete and in place per square yard $ 13. 00 $ 57 $'�S.+.00 1.24 19,676 Gal. P-602-5.1 Bituminous Prime Coat complete and in place per gallon $ 5'3 0 $ Z-$Z+gO 1.25 18,855 Gal. P-603-5.1 Bituminous Tack Coat complete and in place per gallon $ 3 .(o O v43.00 1.26 42,643 Gal. P-605-5.1 Crack Sealing Filler complete and in place per gallon $ 17.O D $ 72.4- Q3l,00 1.27 125,574 S.F. P-620-5.1 White Runway Markings (Reflective) complete and in place per square foot $ O.5 0 $ .00 1.28 10,010 S.F. P-620-5.2 Yellow Taxiway Markings (Reflective) complete and in place $ 0.50 $ S per square foot So o& 00 1.29 49,085 S.F. P-620-5.3 Black Pavement Markings (Non-Reflective) complete and in place (O.50 per square foot $ $ ____ Z'�a0 1.30 4 EA. P-620-5.4 Preformed Thermoplastic Enhanced Taxiway Centerline Marking (2 Color) complete and in place per each $ 1000.00 $ L4.4.‘400.00 1.31 4 EA. P-620-5.5 Preformed Thermoplastic Taxiway Holding Position Marking (2 Color) complete and in place 00 per each $ 1fl- $rJ`i�ZOo • Oo 1.32 2 EA. P-620-5.6 Preformed Thermoplastic Surface Painted Holding Position Marking - "13" (3 Color) complete and in place $ 000 OC) $ Copp. 00 per each ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 4 of 96 4 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 1.33 2 EA. P-620-5.7 Preformed Thermoplastic Surface Painted Holding Position Marking - "31" (3 Color) complete and in place per each $ qp o. p0 $ ?000. 00 1.34 4 EA. P-620-5.8 Preformed Thermoplastic Surface Painted Holding Position Marking - "31-13" (3 Color) complete and in place 14-°47). per each $ " (o-Or).-0D 1.35 16,304 S.Y. P-621-4.1 Saw-Cut Grooving complete and in place per square yard $ )..• (DO $ 42 3 4 p 1.36 284,286 S.Y. P-631-7.1 Refined Coal Tar Emulsion with Additives, Slurry Seal Surface Treatment complete and in place per square yard $ 1 • 50 $ '2-6 ��pp 4 act, AO 1.37 27 L.F. F-162-5.1 Remove Existing Chain-Link Security Fence complete and in place per linear foot $ Lf3.00 $ l(oj, AO 1.38 377 L.F. F-162-5.2 Furnish and Install 8' Chain-Link Security Fence with Mow Strip complete and in place per linear foot $ II 0.00 $ 41,410, oo 1.39 1 EA. F-162-5.3 Furnish and Install 16' Manual Double Security Gate with Mow Strip complete and in place per each $ b (2 00.00 $ b DD'00 1.40 41 L.F. D-701-5.1 12" ASTM C-76, Class III RCP complete and in place per linear foot $ 114-0-00 $ S 740.00 1.41 61 L.F. D-701-5.6 1 - 6' x 3' RCBC complete and in place per linear foot $ "710.00 $ 433\0. po 1.42 503 L.F. D-701-5.8 3 - 4' x 2' RCBC complete and in place per linear foot $ 890. 00 $ 447)00. Do 1.43 2,004 L.F. D-705-5.1 Furnish and Install 8" ASTM F 794 Ribbed, Perforated PVC Underdrain Pipe complete and in place -7 per linear foot $ 2. i. 00 $ S4,IOS 0O 1.44 4 EA. D-705-5.2 Furnish and Install Single Underdrain Cleanout complete and in place per each $ 1 9 Op•00 $ 7L0. 00 1.45 2 EA. D-705-5.3 Furnish and Install Double Underdrain Cleanout complete and in place per each $ 3`'00.00 $ L$O.O. O0 1.46 2 EA. D-705-5.4 Underdrain Pipe Tie In to RCP / RCBC complete and in place per each $24 00. 00 $ S Q00. OD 1.47 2 EA. D-752-5.1 Furnish and Install 6:1 Single Barrel Sloped End Treatment for 12" RCP complete and in place per each $ X500. 00 $ OD,0•p0 ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 5 of 46 5 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 1.48 4 EA. D-752-5.6 Furnish and Install 6:1 Safety End Treatment (1 - 6' x 3' RCBC) complete and in place per each $�2)Q041'0p $ S� (e00.p0 1.49 2 EA. D-752-5.8 Furnish and Install 5:1 Safety End Treatment (3 - 4' x 2' RCBC) complete and in place per each $2.0 q 0.00 $41 ?OO, .00 1.50 2,560 S.Y. D-754-5.1 5' Wide Concrete Flume complete and in place per square yard $ 110. 00 $ 207 2 00• .00 1.51 137 S.Y. D-754-5.2 Concrete Slope Protection complete and in place per square yard $ IS 0.00 $ZO 450.0•D 1.52 290,650 S.Y. T-901-5.1 Hydromulch, Seed, Lime, and Fertilizer complete and in place per square yard $ I.go $44-as cos.40 1.53 19,988 S.Y. T-901-5.2 Bonded Fiber Matrix Mulch, Seed, Lime, and Fertilizer complete and in place per square yard $ 0.i 4 $ Z'7q�•3Z 1.54 69,247 S.Y. T-904-5.1 Sodding complete and in place per square yard $ S. (oo $38',1 3.1-0 1.55 408,632 S.Y. T-905-5.1 Strip and Stockpile Topsoil from Disturbed Areas complete and in place per square yard $ *o $ b'3, 4•52..53Q 1.56 379,885 S.Y. T-905-5.2 Install 4" Topsoil on Disturbed Areas complete and in place per square yard $ 0' 44 $ V/ 149.40 1.57 1 L.S. S-1-3.1 Engineer's Project Field Office complete and in place a`) 0 oe.do per lump sum $ XXXX $ a 000.OP 1.58 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. 1�'OSO�Oo4,00 complete and in place v. per lump sum $ XXXX $ 1/050 op Oo 1.59 1 L.S. S-3-3.1 Barricades and Markings for Pavement Closures ' CO_ So_).9c" Q complete and in place ' `ZJ 5)0. per lump sum $ XXXX $ 1.60 3,262 L.F. S-4-5.1 Trench Excavation Safety Protection complete and in place per linear foot $ $ 134 3?` •2-D 1.61 416 Hrs. S-5-5.1 Proof Rolling complete and in place per hour $ 73.00 $ 3co%.ao 1.62 2,886 C.Y. S-9-4.1 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer complete and in place per cubic yard $ T7.0 0 _$ ___ 2.04 1.63 1 All. S-10-4.1 Allowance for Miscellaneous Extra Work complete and in place per allowance $ 50,000.00 $ 50,000.00 1.64 1 L.S. S-11-4.1 Dewatering complete and in place 2y+�I Q0.00 per lump sum $ XXXX $Z`f 180'00 ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 6 of 46 6 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 1.65 244,685 S.F. S-19-4.1 Pavement Marking Obliteration complete and in place per square foot $ � 00 $ 4, 6 qg. Q7 1.66 27 S.Y. PLANS 6" Washed Pea Gravel complete and in place per square yard $ 43.09 $ 11 61` 00 1.67 5 EA. PLANS Remove and Dispose of Existing Unlighted Sign Array complete and in place per each $2.1 0. .00 $ ) 05o. %cm 1.68 5 EA. PLANS Install Unlighted Sign Array - Stop Sign, Do Not Proceed Sign, and Taxiway Direction Sign complete and in place per each $ 7-2 Of).Of) $ PO o. 0 0 1.69 4 EA. PLANS Install Unlighted Sign Array - Stop Sign, Do Not Proceed Sign, ILS Holding Position Sign, and ILS Boundary Sign complete and in place per each $ ?.,Sao.D0 $ Oj000. 07 1.70 5 EA. PLANS Install Unlighted Sign Array - Stop Sign, Do Not Proceed Sign, and Runway Holding Position Sign complete and in place per each $Z3 D O..o $ 07, 1.71 6 EA. PLANS Concrete Parking Stops (6' complete and in place per each $ 100. -Qp $ 1 Roo. Q' 1.72 334 S.Y. PLANS Low Water Crossing complete and in place per square yard $ t"7.0.-0 ° $ S(o 'g D• 00 1.73 8 EA. PLANS Guard Post Bollards complete and in place Ir �0 Qp per each $ `t $ a (000. 00 Subtotal Base Bid Item 1: Extend/Displace Rwy 13-31; Taxiways B, to) Q 4S) O O(v. 0- B1, and B5; NAVAID Access Drives $ II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 2: Relocate Runway 31 Localizer 2.01 1 L.S. LOC-1 Electrical Primary Extension, 900 Ft., 48" deep trench & backfill, and new Electrical Service Pedestal for Localizer Antenna and Shelter ]S 300'9-° 73 'boo.PP complete and in place per lump sum $ XXXX $ 2.02 1 L.S. LOC-2 Prepare site and construct reinforced concrete foundations for Localizer n antenna and shelter ` ,QQ0• 7 OaD.OD complete and in place Zj per lump sum $ XXXX $ 2.03 1 L.S. LOC-3 Relocate existing localizer shelter & Equipment 3 o Z p 9 Qp complete and in place 30ZPP` OD per lump sum $ XXXX $ ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 7 of 46 7 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 2.04 1 L.S. LOC-4 Install counterpoise, ground, and underground conduits and AC power for the Localizer Antenna complete and in place 34� 1)00$00 per lump sum $ XXXX $ 34 loos P 2.05 1 L.S. LOC-5 Relocate existing localizer antenna complete and in place 3 •j(.Oo• i D per lump sum $ XXXX $ (o OD*00 2.06 1 L.S. LOC-6 Remove previously installed LOC Equipment and Foundations complete and in place 1 040 O"0c) ( Q 't p 0. 0 per lump sum $ XXXX $ 2.07 10 EA. LOC-7.1 Reinforced concrete ground check markers complete and in place per each $ �0. 00 $3 }00, 0.0 2.08 10 EA. LOC-7.2 Ground Check marker Painted on Existing Pavement complete and in place per each $ 314•D• Op $ 0 2.09 1 L.S. LOC-8 Provide New Localizer RF & control cables and connectors complete and in place (,200. Oo (02-0-P. per lump sum $ XXXX $ 2.10 1 L.S. LOC-9 Repaint Existing 8 Element Localizer Antenna VI 00, DO complete and in place tv Q 0 p. 0 per lump sum $ XXXX $ 2.11 1 L.S. LOC-10 New Electrical Service, for the RWY 13 Localizer complete and in place 1444 00.00 (4'3jq 00• a 0 per lump sum $ XXXX $ 2.12 1,250 L.F. L-108-5.4.6 25 Pr. 19 ga., Shielded. Gel Filled, REA underground TELCO cable installed in trench or duct complete and in place per linear foot $ 9, l o $ ltd 3-(5.0.0 Subtotal Base Bid Item 2: Relocate Runway 31 Localizer $ 3 4-7)q 1 S D o I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 3: Relocate RWY 13 Glideslope 3.01 1 L.S. GS-1 Prepare Site and Construct Reinforced concrete Foundations for the Glide Slope Antenna and Shelter 1' -300. Oo complete and in place J per lump sum $ XXXX $1111 Sap. 0P 3.02 1 L.S. GS-2 Electrical Primary Extension, 2950 Ft., 48" deep trench & backfill, and new Electrical Service Pedestal complete and in place 7`fJ$00. ?n 74' $Op• 00 per lump sum $ XXXX $ 3.03 1 L.S. GS-3 Relocate Existing Glideslope Antenna and Shelter to Prepared Site g0 O CIO O.00 complete and in place y"� 59 per lump sum $ XXXX $ J ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 8 of 46 8 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 3.04 1 L.S. GS-4 Remove Previously Installed GS Equipment and Foundations -75(:•0. 0 0 complete and in place S 0 P. 0 per lump sum $ XXXX $ 3.05 1 L.S. GS-5 Repaint Existing Null Reference Glide Slope Tower ( a loo,go complete and in place per lump sum $ XXXX $1 0 I 00. 10 3.06 1 L.S. GS-6 Provide and Install FAA Approved Maintenance Platforms and Climbing Safety Rail System complete and in place 13��Op• D� per lump sum $ XXXX $ �� 7 oo.Oo 3.07 1,245 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place /Y$ `O' P $ �1‘ Ip . Op per linear foot 3.08 1,245 L.F. L-110-5.2.3 3" SCH 40 PVC conduit in trench complete and in place 7 • 3 per linear foot $ 0 $ Ff(o 3. 5 O 3.09 1,245 L.F. L-108-5.4.2 Bare #1/0 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place tL�' n per linear foot $ T 40 $ 4 l t 0..0 0 3.10 2,550 L.F. L-108-5.4.6 25 Pr. 19 ga., Shielded. Gel Filled, REA underground TELCO cable installed in trench or duct complete and in place per linear foot $ 9. `t D $23 q10• 00 3.11 3 EA. PLANS Traffic Rated 2' X 3' X 3' Pull Box /w/ Spring Assist, Galvanized cover complete and in place per each S 1 P• 00 $ \-2-, oo..D0 Subtotal 2-77)?32..GO Base Bid Item 3: Relocate RWY 13 Glideslope $ I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 4: Relocate RWY 31 MALSR (Embeded TH & Sta. 2, 4, 6, 8, & 10 ) 4.01 1 L.S. ALS-1 Prepare site and construct reinforced concrete foundation for FAA provided MALSR shelter 1Z, OD.QO complete and in place 2 kk,OD-90 per lump sum $ XXXX $1 1 4.02 1 L.S. ALS-2.1 Install New 10' X 16' FAA Provided Shelter 77 B00%QO complete and in place "37�5? 0. Op per lump sum $ XXXX $ 4.03 1 L.S. ALS-2.2 Relocate & Connect Existing MALSR controller and other MALSR control equipment in Shelter —6 '600'D° -3 00. ,eo complete and in place per lump sum $ XXXX $ ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 9 of 46 9 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 4.04 1 L.S. ALS-3 Provide new pedestal, 200 Amp single phase electrical service, counterpoise ground, and underground conduits for the MALSR 5$pA• shelter S S O.complete and in place SS per lump sum $ XXXX $ 4.05 1 L.S. ALS-4 Remove previously installed, `above and below ground' MALSR RWY 31 equipment 1 J p 0� O O complete and in place per lump sum $ XXXX $ SOP•p' 4.06 1 L.S. ALS-10 Construct New MALSR Threshold Bar on RWY 31 with FAA Provided Semi- Flush Fixtures V S 00o.9 0 complete and in place B S o, o n per lump sum $ XXXX $ A 4.07 7 EA. ALS-11 Construct New MALS Light Bar with FAA Provided Semi- Flush Fixtures 13 2, O Q Oo per peach and in place $ $T2)it D 0.Q 0 4.08 1 EA. ALS-12 Construct New EMT Light Bar with FAA Supplied PAR-38 Fixtures l b 0 p.0 0 complete and in place • p per each $ $ -1 ` p.O.O 0 9.09 1 EA. ALS-13 Construct New MG-20 LIR Support with MALS Bar and with FAA Supplied PAR-38 fixtures I 30.0.00 complete and in place per each $ $ 16, 30 0. 90 4.10 5 EA. ALS-19 Construct New MG-20 LIR Support with FAA Supplied PAR-56 flasher and flasher control unit complete and in place I3 4..0..00 per each $ $$ 000. Do 4.11 1 EA. ALS-15 New MALS Station 10+00 distribution panel and pedestal complete and in place per each $2$�(1°C °1-) $ 1 00. OP 4.12 1 EA. NSS-1 Vent/Drain for underground conduit system complete and in place -7Sp. 00 75 0- 0 0 per each $ 4.13 200 L.F. L-108-5.3.2 No. 12 AWG, 600V THWN Cable, installed in duct complete and in place 2 O per linear foot $ $ 2.4.0-O0 4.14 5,494 L.F. L-108-5.3.3 No. 10 AWG, 600V THWN Cable, installed in duct complete and in place � Z 0 toS 42. g0 per linear foot $ $ 4.15 2,075 L.F. L-108-5.3.4 No. 8 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ ' '1k S $ 3oo r' 4.16 5,878 L.F. L-108-5.3.5 No. 6 AWG, 600V THWN Cable, installed in duct complete and in place $ 1 .60 per linear foot ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 10 of 46 10 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 4.17 9,297 L.F. L-108-5.3.6 No. 4 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ Z• D $ 9 523.79 4.18 12,917 L.F. L-108-5.3.7 No. 2 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $Z '�A $ -Y4 ??6.4!) 4.19 5,496 L.F. L-108-5.3.11 No. 4/0 AWG, 600V THWN Cable, installed in duct complete and in place �' gO per linear foot $ $ 42 g 43,$9 4.20 4,839 L.F. L-108-5.4.2 Bare #1/0 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place • '9 per linear foot $ $ 3�• 9 4.21 1,561 L.F. L-108-5.4.5 12 Pr. 19 ga., Shielded. Gel Filled, REA underground TELCO cable installed in trench or duct complete and in place per linear foot $ (••2 o $ (41% 2-0 4.22 6,290 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place per linear foot $ I . t+'O $ ?Roc.. 00 4.23 1,228 L.F. L-110-5.2.3 3" SCH 40 PVC conduit in trench complete and in place per linear foot $ $ $ 1Z.1 D.t4'0 4.24 98 L.F. L-110-5.3.3 2 x 2" + 3" concrete encased PVC conduit in trench complete and in place per linear foot $ -Do $3332. 01:-, 4.25 100 L.F. L-110-5.4 4" SCH 80 HDPE Bored under existing pavement complete and in place r per linear foot $ //`e Z. •,00 $ D2 00. ,Ors 4.26 1,171 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place per linear foot $ �O'Z O $ 2(0p• 20 4.27 1,213 L.F. L-110-5.5.2 10" X 24" Trench/Backfill for two conduits complete and in place .7 per linear foot qp 4.28 1,067 L.F. L-110-5.5.3 14" x 24" Trench/Backfill for three conduits complete and in place per linear foot $ , 0.Z.5 $ 10 q 3(0./5 4.29 180 L.F. L-110-5.5.4 14" x 36" Trench/Backfill for multiple conduits complete and in place per linear foot $ iv.2 r' $ g`}5. 00 4.30 13 EA. PLANS Aircraft Rated 2' X 3' X 3' Pull Box /w/ Spring Assist, Galvanized cover complete and in place 5500-00 .1 $00. 00 per each $ ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 11 of 46 11 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 4.31 4 EA. PLANS Traffic Rated 2' X 3' X 3' Pull Box /w/ Spring Assist, Galvanized cover complete and in place 4i 00. Oo per each $ $ I Le.` { � OO. Dr Subtotal C2 ct SJ 2-49. 3 ((�� A Base Bid Item 4: Relocate RWY 31 MALSR (Embeded TH & O \\ �(/ Sta. 2, 4, 6, 8, & 10 ) $ V�d • I II III IV v VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) _ Base Bid Item 5: Install New MALSR to RWY 13 5.01 1 L.S. ALS-5 Prepare site and construct reinforced concrete foundation for FAA provided MALSR shelter complete and in place 31-, O°'Do per lump sum $ XXXX $ 11-21400, 0o 5.02 1 L.S. ALS-6 Install FAA Supplied 10' X 16' equipment shelter /w new MALSR Equipment installed '57, T OO. !:0.,complete and in place per lump sum $ XXXX $ 37_)�pp. pe 5.03 1 L.S. ALS-7 200 Amp single phase electrical service, counterpoise ground, and underground conduits for the RWY 13 MALSR shelter I I1 0-00' 443 complete and in place per lump sum $ XXXX $ O O.O. O t� 5.04 1 L.S. ALS-8 Remove & Salvage various components of existing RWY 13 MALSR and return to FAA —7 S pa.�0 complete and in place p P per lump sum $ XXXX $ 1600. 5.05 1 L.S. ALS-9 Construct New MALSR Threshold Bar on RWY 13 with New, FAA Supplied PAR- 56 fixtures -7$) %.kONC>c5 complete and in place per lump sum $ XXXX $ -7 SJ*Op•OO 5.06 4 EA. ALS-12 Construct New EMT Light Bar with FAA Supplied PAR-38 Fixtures 1 complete and in place t t T Do.p0 per each $ ) $ )Z-p o- 9 0 5.07 5 EA. ALS-13 Construct New MG-20 LIR Support with MALS Bar and with FAA Supplied PAR-38 fixtures complete and in place I)1 gOO.,flo Q 0 O 0 ,D 0 per each $ $ 5.08 5 EA. ALS-14 Construct New MG-20 LIR Support with FAA Supplied PAR-56 flasher and flasher control unit complete and in place i3�l 00.0 0 (09,0K) •0 0 per each $ $ 5.09 1 EA. ALS-15 New MALS Station 10+00 distribution panel and pedestal complete and in place 21 40x..0 O Z\ ci 00.0.0 per each $ ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 12 of 46 12 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 5.10 1 EA. NSS-1 Vent/Drain for underground conduit system complete and in place per each $ 0. zoo $ ?SO . D0 5.11 698 L.F. L-108-5.3.3 No. 10 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ 1• 2 o (0 0 5.12 1,592 L.F. L-108-5.3.4 No. 8 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ ( • (-Cs $ 2 3.0s3.40 5.13 3,196 L.F. L-108-5.3.5 No. 6 AWG, 600V THWN Cable, installed in duct complete and in place j�, p o per linear foot $ I.�9 $ 47 5.14 5,993 L.F. L-108-5.3.6 No. 4 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $2-.10 $ I2, S$s.3Q 5.15 7,298 L.F. L-108-5.3.7 No. 2 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ 2.10 $ 10 (00 5.16 4,918 L.F. L-108-5.3.9 No. 2/0 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ s.(o n $ S O•qi0 5.17 1,984 L.F. L-108-5.3.11 No. 4/0 AWG, 600V THWN Cable, installed in duct complete and in place per linear foot $ • 80 $ 1G 14-78.2.0 5.18 3,117 L.F. L-108-5.4.2 Bare #1/0 AWG Cu Guard Wire installed in trench, complete and in place ��77l� per linear foot $ / 0 $ Z/ 7!fi 7e 5.19 2,080 L.F. L-108-5.4.5 12 Pr. 19 ga., Shielded. Gel Filled, REA underground TELCO cable installed in trench or duct per e line and in place �L n� $ a /��y,�!/21 linear foot $ 5.20 5,120 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place per linear foot $ h 7�4�.8d 5.21 2,398 L.F. L-110-5.2.3 3" SCH 40 PVC conduit in trench ��ff complete and in place per $ qy ' I"/5 er lineine ar foot $ I� V pd 5.22 1,171 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place JJ //�� �f/0 per linear foot $ C/t � $ ?�(KJ/ �` 5.23 1,213 L.F. L-110-5.5.2 10" X 24" Trench/Backfill for two conduits complete and in place per linear foot $ $ iYj gj 5.24 1,067 L.F. L-110-5.5.3 14" x 24" Trench/Backfill for three conduits complete and in place J� per linear foot $ /de �7 $ /6 f f‘/7� 5.25 700 L.F. L-110-5.5.5 6" x 48" Trench/Backfill for single conduit complete and in place per linear foot $ "eg 2C $ 7/7cliel ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 13 of 46 13 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 5.26 6 EA. PLANS Aircraft Rated 2' X 3' X 3' Pull Box /w/ Spring Assist, Galvanized cover complete and in place � G'/ �f per 5.27 10 EA. PLANS Traffic Rated 2' X 3' X 3' $ //fee $ did 41 Pull Box /w/ Spring Assist, Galvanized cover complete and in place y�{ per each $ L//�scd n�/ G`Gidt4 Subtotal Base Bid Item 5: Install New MALSR to RWY 13 $ 6€'6, 512 ' d 7 II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 6: Relocate L-880 PAPI RWY 13 6.01 1 L.S. PAPI-1 Electrical Service for RWY 13 PAPI complete and in place per lump sum $ XXXX $ (j. 744sev 6.02 1 EA. PAPI-3.1 Relocate existing L-880 PAPI with foundations, counterpoise, and underground conduits on RWY 13 complete each and in place $Zi�m �• $ per 6.03 1 L.S. PAPI-4.1 Remove previous PAPI Components on RWY 13 ��D`�D complete and in place per lump sum $ XXXX $ Subtotal 4�D�' Zd Base Bid Item 6: Relocate L-880 PAPI RWY 13 $ s I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) _ Base Bid Item 7: Relocate L-880 PAPI RWY 31 7.01 1 L.S. PAPI-2 Electrical Service for RWY 31 PAPI ` / 7`7dr_1✓f complete and in place G C.� r��� per lump sum $ XXXX $ 7.02 1 EA. PAPI-3.2 Relocate existing L-880 PAPI with foundations, counterpoise, and underground conduits on RWY 31 complete and in place � { per each $�Ca�Ti' $ QGOe6 7.03 1 L.S. PAPI-4.2 Remove previous PAPI Components on RWY 31 ���' complete and in place G p/44,tie) per lump sum $ XXXX $ / /v Base Bid Item 7: Relocate L-880 PAPI RWY Subtotal 1 $ /ft ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 14 of 46 14 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price _ (Written & Numeric Price) Base Bid Item 8: Relocate RWY 13 RVR 8.01 1 L.S. RVR-1 Prepare new site and and relocate existing RVR sensor including all required electrical construction Rj( ),0ii.01) complete and in place �'GE/ Zi1 7 j,- 's per lump sum $ XXXX $ /(J` GL� 8.02 1 L.S. RVR-2 Remove previously installed foundations and RVR equipment complete and in place J /G'D+66 L per lump sum $ XXXX Subtotal Base Bid Item 8: Relocate RWY 13 RVR $ �G,e -�� I II III IV V VI jj VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 9: HIRL Extension RWY 13 (1000' Extension) 9.01 4,858 L.F. L-108-5.2 No. 8 AWG, 5KV L-824C Cable, installed in duct complete and in place j / ,{ per linear foot $ /��� $ (/�� . G' 9.02 3,850 L.F. L-108-5.4.1 Bare No. 6 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place /1 � (16 per linear foot $ ��" J 9.03 3,626 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place u per linear foot $ // /D $ �Q 9.04 424 L.F. L-110-5.3.1 2 x 2" concrete encased PVC conduit in trench complete and in place API per linear foot $ O( vv ������ 9.05 100 L.F. L-110-5.4 4" SCH 80 HDPE Bored under existing pavement complete and in place /f /�/� per linear foot $ o /G4L0 $ ‘Zd/de) 9.06 2,350 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place ///06/ M J per linear foot $ ie b $ `/ 9.07 8 EA. L-116-SW-5.11L-862 Runway Threshold Light, transformer, and L- 823 connectors in concrete encased L-867 Base installed in HMAC blast pad per peach and in place $ fl `e $ ? .,e, 9.08 12 EA. L-116-SW-5.22L-862 Runway Edge Lights, (f`/ transformer, and L-823 connectors in concrete encased L-867 Base installed in HMAC runway shoulders complete and in place //^fe $ UG' $ /`7, per each ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 15 OF 46 Page 15 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 9.09 22 EA. L-116-SW-5.23 Change Filters in existing L-862 Runway Edge Lights complete and in place X per each $i�4ide $ 3B,fQdm 9.10 9 EA. L-116-SW-5.33L-850 Semi-Flush Runway Edge Light, transformer, and L-823 connectors in concrete encased L-868 Base with snowplow ring installed in HMAC pavement complete and in place *Vail` 4 j per each $ !� !6' if $ /14�6 9.11 200 L.F. PLANS Remove Existing Concrete Encased 2" PVC Duct and Dispose of off Airport complete and in place //# �d $ ,l�/��( /� per linear foot $�( / !�Q L.V`�`� Subtotal y�' � r/ Base Bid Item 9: HIRL Extension RWYExtension) $ /(/ i�o i! /J I 22 III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 10: Install Medium Intensity Taxiway Lights (1000' Extension) 10.01 14 EA. NSS-4.1 New 16" x 24" L-867 Duct Bank Terminator per each $ /complete and in place /g0 $6611 /90,60 10.02 59 EA. NSS-5 Remove and Salvage Existing MITL Fixture complete and in place J ,{� per each $ /`4(1V $ 10.03 22,741 L.F. L-108-5.2 No. 8 AWG, 5KV L-824C Cable, installed in duct per and in place /� 3 er linear foot $ bid 10.04 7,326 L.F. L-108-5.4.1 Bare No. 6 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds per and in place $ $/� 9175/6PO er linear foot 10.05 1 EA. L-109-5.2.1 Installation of 20 KW, Three Step, 6.6 A Constant Current Regulator - In Place and Connected complete and in place $ ��/©dv,v) $2 l/�A/6 per each 10.06 6,851 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place //(( per linear foot $ /,9O $ f.5 /, /fd 10.07 665 L.F. L-110-5.3.1 2 x 2" concrete encased PVC conduit in trench complte place $ fig $ �� / `�,d t 10.08 100 L.F. L-110-5.4 4" SCH 80 HDPE Bored under (� X, existing pavement complete and in place $ /AD $ �i!LZ'•�� per linear foot (io 10.09 6,851 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place 491/ ' �J4�7/` am' � per linear foot $ (1 $ "/ !P ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 16 of 46 16 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A 10.10 126 EA. L-116-SW-5.41L-861-T LED Taxiway Light, transformer, and L-823 connectors in concrete encased L-867 Base installed in compacted earth taxiway shoulders per and in place � ' er each h S fi`e /14,6� ee 10.11 177 EA. L-116-SW-5.43L-861-T LED Taxiway Light, transformer, and L-823 connectors installed in existing light base complete and in place per r each h $ l CL/D E f°M $ 7/ ' ,440 10.12 4,170 L.F. PLANS Remove Existing Concrete Encased 2" PVC Duct and Dispose of off Airport complete and in place JJ�f�f ` ^ per linear foot $ /4em $ GJ eL 16 10.13 1 EA. PLANS New Duct Marker complete and in place �q `�( x per each $ / iC�� $ /i/eLdo Subtotal Base Bid Item 10: Install Medium Intensity Taxiway '�/7 5' , Lights (1000' Extension) $ L't 76 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 11: Relocate/Install Lighted Signs (1000' Extension) 11.01 8 EA. NSS-6.1 Remove Existing One Panel Lighted Sign and Foundation complete and in place /J per each $ /1/de-i $ /(A Cb 11.02 6 EA. NSS-6.2 Remove Existing Two Panel Lighted Sign and Foundation complete and in place per each $ / n•des $ c 11.03 4 EA. NSS-6.3 Remove Existing Three Panel Lighted Sign and Foundation complete and in place Jf,{ / per each $ /9 e GV $ f�eVO 11.04 1,900 L.F. L-108-5.2 No. 8 AWG, 5KV L-824C Cable, installed in duct complete and in place p jd 7A e)o per linear foot $ ! $ � 11.05 1,200 L.F. L-108-5.4.1 Bare No. 6 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds per e line and in place $ !f�! linear foot $ ell 11.06 1,200 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place G per linear foot $ I/ 1/4) $ cPo<LS0 11.07 1,200 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place �/y ,1 per linear foot $ !K-� S /6/ 11.08 1 EA. L-117-SW-5.11New Size 2, Style 2/3, One Panel, LED Guidance Sign, in Place complete and in place �//� �yy per each $�� 0; $ �a C/�,C�C� ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 17 of 46 17 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 11.09 8 EA. L-117-SW-5.12 New, Size 2, Style 2/3, Two Panel, LED Guidance Sign, in Place complete and in place (� �� per each $41-6<ed $ r 11.10 6 EA. L-117-SW-5.13New, Size 2, Style 2/3, Three Panel, LED Guidance Sign, in Place complete and in place per each $ roe//G< $ gig/id/�� 11.11 1 EA. L-117-SW-5.15New, Size 2, Style 2/3, ' Five Panel, LED Guidance Sign, in Place complete and in place /j per each $ kef e0 $ /(4,4ddO 11.12 7 EA. L-117-SW-5.16New Size 4, Style 2/3, One Panel, LED Distance Remaining Sign, in Place per peach and in place $C 6Mov $ 9Z.!elide 11.13 43 EA. L-117-SW-5.17 New Panel for Existing Size 2 Guidance Sign, in Place complete and in place // per each $ C/�` $21Ar4 a61 11.14 21 EA. L-117-SW-5.18 Swap Existing Sign Panel for Existing Size 2 complete and in place $ /2 $ 21 ed per each �1 e O 11.15 1 EA. L-117-SW-5.19Relocate Existing Size 2, Five Panel Guidance Sign complete and in place per each $ ` $25,7` per � 44�/ Subtotal Base Bid Item 11: Relocate/Install Lighted Signs (1000' /��l�r'�'� Extension) $ / I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) _ Base Bid Item 12: Convert Existing Auxiliary Wind Cone to LED 12.01 3 EA. L-107-5.1 Convert Existing Lighted Wind Cone to LED /w/ L-830- 6 transformer complete and in place Q �J ,�l} �/) per each $ a�•�� ! yG�rGv 12.02 1 EA. L-107-5.2 Install New LED Lighted Wind Cone complete and in place // "I�v,�+� JJE�T per each $ / J�44.GV $ /`;5f ') Subtotal Base Bid Item 12: Convert Existing Auxiliary Wind Cone $ /� II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 13: Remove RWY 13 Middle Marker 13.01 1 L.S. MM-1 Remove Decommissioned Runway 13 Middle Marker complete and in place l per lump sum $ XXXX $ G�l/ Subtotal LC�� Base Bid Item 13: Remove RWY 13 Middle Marker $ ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 18 OF 46 Page 18 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 14: Replace COM/Control cable from ATCT to LOC RWY 13 14.01 2,600 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place // / �^ per linear foot $ ( i $ /C9�1�'ee,e) 14.02 2,600 L.F. L-110-5.2.3 3" SCH 40 PVC conduit in trench complete and in place $ 7/�f 7/JLe e0 per linear foot $ / 14.03 2,600 L.F. L-108-5.4.2 Bare #1/0 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place / �y per linear foot $ "/4/ /(J $ U o 0ed44s 14.04 5,400 L.F. L-108-5.4.6 25 Pr. 19 ga., Shielded. Gel Filled, REA underground TELCO cable installed in trench or duct complete and in place f >> q9 //IA k per linear foot $ l/D $ (x) 14.05 6 EA. PLANS Traffic Rated 2' X 3' X 3' Pull Box /w/ Spring Assist, Galvanized cover complete and in place ,,tt���(( �j��{ �i� per each $ ///U(Je�-'�/ � // /M 14.06 340 L.F. L-110-5.4 4" SCH 80 HDPE Bored under existing pavement per and in place o L'C� �Oc,dd er linear foot $ ! Subtotal �J Base Bid Item 14: Replace COM/Control cable from ATCT $ / /g1, 3 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price _ (Written & Numeric Price) Base Bid Item 15: Replace COM/Control cable from RWY 13 GS to RWY 31 LOC 15.01 2,674 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place / Z // / ,i n� per linear foot $ / $ /�'i yj/�(J 15.02 2,674 L.F. L-110-5.2.3 3" SCH 40 PVC conduit in trench per e line and in place 77. i linear foot $ t $ " 15.03 2,674 L.F. L-108-5.4.2 Bare #1/0 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place /� /0 $ 4), per linear foot $ %' ,(/,��/4) 15.04 5,428 L.F. L-108-5.4.6 25 Pr. 19 ga., Shielded. Gel Filled, REA underground TELCO cable installed in trench or duct complete and in place p f191 �X per linear foot $ !/ $ ! ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 19 OF 46 Page 19 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A 15.05 6 EA. PLANS Traffic Rated 2' X 3' X 3' Pull Box /w/ Spring Assist, Galvanized cover complete and in place L`{ per each $ 411(A OA/ $ . Subtotal Base Bid Item 15: Replace COM/Control cable from RWY 13 $ 0`11 2_°11 b I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Base Bid Item 16: Repro ram Existing ADB Lighting Controller in ATCT 16.01 1 L.S. ATCT-1 Reprogram Existing Lighting complete and in place 2.5 200 per lump sum $ - XXX $ 25� 2o0 .o Subtotal Base Bid Item 16: Reprogram Existing ADB Lighting Controller in ATCT $ 2-S Z 0 '00 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 1: Taxiways B2 and B3 A - 1.01 25,027 S.Y. P-101-5.1 Asphaltic Concrete Pavement Removal (Runway / Taxiway / / Blast Pad Pavement) ✓/ complete and in place per square yard $ 11. vG $a`?S, a 99.vv A - 1.02 46,785 C.Y. P-152-4.1 Unclassified Excavation complete and in place per cubic yard $ 10'S° "'Mt 2,y2,-,O ' A - 1.03 23,631 C.Y. P-152-4.2 Onsite Borrow Embankment In Place complete and in place per cubic yard $ t. 10 $N,4,1 Ll q, (0 A - 1.04 (12,638) C.Y. P-152-4.3 Delete 12,638 C.Y. from Base Bid Item 1.07 "Offsite Material Embankment In Place" complete and in place cubic yard $ 19. l - $'2,i /j 4 00•5-0 A - 1.05 597 C.Y. P-152-4.5 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place /� j per cubic yard $ 2U- Do $ / �� q-O. oa A - 1.06 17,883 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place �• _ per square yard $ 4.�0 J SL/ 1L/ 5. go A - 1.07 481 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8%) complete and in place ° per ton $ ego. �� A - 1.08 400 L.F. P-156-5.1 Rock Filter Dam complete and in place / per linear foot $ /10. 00 $ i4i, ODD. DO Y A - 1.09 1,189 L.F. P-156-5.2 Temporary Sediment Control Fence j i complete and in place V/ per linear foot $ -1.50 $ 5,35x.5'0 A - 1.10 17,143 S.Y. P-209.5.4 22" Crushed Aggregate Base Course complete and in place n °f2 per square yard $ 2� 0 Q $5 991 y3(0.� ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 20 of 46 20 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 1.11 4,755 Ton P-401-8.2 5" HMAC Surface Course complete and in place per ton $ 1 r0. DO $,5 ZJi 0004 1' A - 1.12 6,566 Ton P-403-8.1 7" HMAC Stabilized Base Course complete and in place per ton $ I t . op $?22, 2400.41 y, A - 1.13 5,365 Gal. P-602-5.1 Bituminous Prime Coat complete and in place per gallon $ �{. -1� $ Z.SCZIS •SO A - 1.14 2,683 Gal. P-603-5.1 Bituminous Tack Coat complete and in place per gallon $ 3. to $S,31-7. 3� A - 1.15 1,375 Gal. P-605-5.1 Crack Sealing Filler complete and in place per gallon $ 3s. 00 $4-4e, 125". 00 A - 1.16 1,520 S.F. P-620-5.2 Yellow Taxiway Markings (Reflective) complete and in place per square foot $ 0 • 93 $ vs 3• l0 0 • A - 1.17 3,039 S.F. P-620-5.3 Black Pavement Markings (Non-Reflective) complete and in place �1 per square foot $O° 2 $ ( 27 / A - 1.18 2 EA. P-620-5.4 Preformed Thermoplastic Enhanced Taxiway Centerline Marking (2 Color) complete and in place per each $ 'L Ono,00 $L ODO. OD ' A - 1.19 2 EA. P-620-5.5 Preformed Thermoplastic Taxiway Holding Position Marking (2 Color) complete and in place per each $'2/000. 00 $2"7, ODO. O0 A - 1.20 4 EA. P-620-5.8 Preformed Thermoplastic Surface Painted Holding Position Marking - "31-13" (3 Color) complete and in place per each $ .Op $ 27� y. 00 A - 1.21 13,746 S.Y. P-631-7.1 Refined Coal Tar Emulsion with Additives, Slurry Seal Surface Treatment complete and in place /� n per square yard $ �•�� S %,3�. /0 A - 1.22 101 L.F. D-701-5.4 2 - 36" ASTM C-76, Class III RCP 3,0 . 00 complete and in place __��� per linear foot $ cJr lO $ 3/13/0. 0O ' A - 1.23 271 L.F. D-701-5.5 1 - 4' x 2' RCBC complete and in place per linear foot $ 270 D 0 $ 73, /10-°° ' A - 1.24 1 EA. D-751-5.6 10' x 5' Junction Box complete and in place +�7/ per each $ 2 r1 00000$ 231000•0O A - 1.25 1 EA. D-752-5.4 Furnish and Install 6:1 Double Barrel Sloped End Treatment for 2 - 36" RCP complete and in place per each $1j yop.00 $ 1, 1400. 00 A - 1.26 2 EA. D-752-5.5 Furnish and Install 6:1 Safety End Treatment (1 - 4' x 2' RCBC) complete and in place -/ per each $/i( 700. 00 $/5,,i00-019 ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 21 OF 46 Page Ii of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 1.27 139,683 S.Y. T-901-5.1 Hydromulch, Seed, Lime, and Fertilizer complete and in place per square yard A - 1.28 6,602 S.Y. T-901-5.2 Bonded Fiber Matrix Mulch, Seed, Lime, and Fertilizer complete and in place ; per square yard $ I. 05_ $ (Pi 93 w • j A - 1.29 18,951 S.Y. T-904-5.1 Sodding complete and in place L .j O! ydµ �O per square yard $ 4 . e0 A - 1.30 156,346 S.Y. T-905-5.1 Strip and Stockpile Topsoil from Disturbed Areas complete and in place per square yard $ 0- $ 5'7,gyg.62i A - 1.31 165,236 S.Y. T-905-5.2 Install 4" Topsoil on Disturbed Areas complete and in place / per square yard $�v 3tV QQ, $ 402; 789. i� V A - 1.32 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. complete and in place yD, 000. OO per lump sum $•XXXX $y 00,000.00 A - 1.33 144 Hrs. S-5-5.1 Proof Rolling complete and in place per hour $ 493.00 $q, 072 •OO ' A - 1.34 299 C.Y. S-9-4.1 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer complete and in place per cubic yard $ 94. 00 $ 'l ,JO ,ft A - 1.35 10,567 S.F. S-19-4.1 Pavement Marking Obliteration complete and in place (� per square foot $ �• f-� Q' / .95- A - 1.36 8 EA. NSS-4.1 New 16" x 24" L-867 Duct Bank Terminator complete and in place per each $$ 1220O. D0 $q1 (ooD. DD A - 1.37 4 EA. NSS-4.2 New 16" x 36" L-867 Duct Bank Terminator complete and in place per each $ 14 CVO. n0 $ (o,000. DD A - 1.38 97 EA. NSS-5 Remove and Salvage Existing MITL Fixture complete and in place per each $ /2.0. 00 $) 040. OD A - 1.39 2 EA. NSS-6.2 Remove Existing Two Panel Lighted Sign and Foundation complete and in place per each $ 1W. 00 $ ZL710. OD A - 1.40 4 EA. NSS-6.3 Remove Existing Three Panel Lighted Sign and Foundation complete and in place per each $ 120- DO $ 7 cL S0 oD A - 1.41 3 EA. NSS-6.4 Remove Existing Four Panel Lighted Sign and Foundation complete and in place C ,Q n 640D. per each j Q. Vv $ Do A - 1.42 3 EA. NSS-6.5 Remove Existing Five Panel Lighted Sign and Foundation complete and in place �.{ per each $ /20 . °° $ ✓00, vv A - 1.43 1 EA. NSS-6.6 Remove Existing Six Panel Lighted Sign and Foundation complete and in place DO vU per each /00• $ zD ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page __ of 46 22 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A A - 1.44 1 EA. NSS-6.7 Remove Existing Seven Panel Lighted Sign and Foundation complete and in place per each $/'20,i2 Q A - 1.45 5 EA. NSS-7 MITL Replacement with Blank Cover complete and in place per each $ 2 ,2-v -O() $ % I00. L D A - 1.46 5,429 L.F. L-108-5.2 No. 8 AWG, 5KV L-824C Cable, installed in duct complete and in place per linear foot $ I. 10 $ ,S', `1'7/. ? A - 1.47 4,420 L.F. L-10E-5.4.1 Bare No. 6 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place - per linear foot $ I. /0 A - 1.48 380 L.F. L-110-5.3.1 2 x 2" concrete encased PVC conduit in trench complete and in place q per linear foot $ Z y• 00 $ /, 1 20. 00 - A - 1.49 98 L.F. L-110-5.3.2 1 x 2" concrete encased PVC conduit in trench complete and in place per linear foot $ 20. 00 $ li q1€0, 00 A - 1.50 4,494 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place per linear foot $ S. 30 $ 23,gji$.2o A - 1.51 4,494 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place - c per linear foot $ I. / 5 $ J l(pF}•10 A - 1.52 100 L.F. L-110-5.4 4" SCH 80 HDPE Bored under existing pavement complete and in place per linear foot $ 53. 00 $ S, 300.00 A - 1.53 3 EA. L-116-SW-5.33L-850 Semi-Flush Runway Edge Light, transformer, and L-823 connectors in concrete encased L-868 Base with snowplow ring installed in HMAC pavement complete and in place per each $ ZJ 1D0.00 $ (QI 300. 00 A - 1.54 59 EA. L-116-SW-5.41L-861-T LED Taxiway Light, transformer, and L-823 connectors in concrete encased L-867 Base installed in compacted earth taxiway shoulders complete and in place per each $ ?i�.00 $ iU QQ 3e0,co A - 1.55 100 EA. L-116-SW-5.43L-861-T LED Taxiway Light, transformer, and L-823 connectors installed in existing light base complete and in place per each $ 35-0,00 $ 36 . OLD OD V A - 1.56 9 EA. L-117-SW-5.12 New, Size 2, Style 2/3, Two Panel, LED Guidance Sign, in Place y, S00. 00 complete and in place per each $2,4s0. 00 $2-/o4 500.00 ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 23 OF 46 Page 23 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A A - 1.57 12 EA. L-117-SW-5.13 New, Size 2, Style 2/3, Three Panel, LED Guidance Sign, in Place complete and in place Q per each $Sj 900.00 $'7Q, 80O. D0 {. A - 1.58 4 EA. L-117-SW-5.14 New, Size 2, Style 2/3, Four Panel, LED Guidance Sign, in Place complete and in place per each $(Qj(p00•a) $ 2(0, '-100. 00 A - 1.59 1 EA. L-117-SW-5.15 New, Size 2, Style 2/3, Five Panel, LED Guidance Sign, in Place complete and in place per each $q'f, 100.00 $ 9, 100. OQ A - 1.60 (15) EA. L-117-SW-5.17 New Panel for Existing Size 2 Guidance Sign, in Place complete and in place per each $ 055" 2/ $ 7) 5 2q. A - 1.61 (14) EA. L-117-SW-5.18 Swap Existing Sign Panel for Existing Size 2 complete and in place per each $ /00, 00 $ -f1 y 00 .00 A - 1.62 465 L.F. S-4-5.1 Trench Excavation Safety Protection complete and in place V per linear foot $ ■V• 10 $ 113 Y'.SQ A - 1.63 1 L.S. S-11-4.1 Dewatering complete and in place f3r 04,0.0V gj/ 0(,0.0 0 .✓f per lump sum $ X $ A - 1.64 4 EA. PLANS New Duct Marker complete and in place per each $ 1S0 •00 $ 1 go. DD . A - 1.65 7,237 L.F. PLANS Remove Existing Concrete Encased 2" PVC Duct and Dispose of off Airport f complete and in place G� $ ���j, � per linear foot $ /' VD 102"/!• 60 A - 1.66 8 EA. PLANS Reconnect Existing Series Circuit j complete and in place ✓/ per each $ se.0o $ 10 4. Q 0 Subtotal 1 Additive Alternate No. 1: Taxiways B2 and B3 $ 4 t, 1/ � b 3 , 4 II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 2: Taxiways H and J A - 2.01 13,351 S.Y. P-101-5.1 Asphaltic Concrete Pavement Removal (Runway / Taxiway / Blast Pad Pavement) complete and in place per square yard $ /1. 00 $ y(Q)Pp!.00 A - 2.02 13,467 C.Y. P-152-4.1 Unclassified Excavation complete and in place f� Q per cubic yard $ IQ. 10 $ 90,27$.90 / A - 2.03 17,459 C.Y. P-152-4.2 Onsite Borrow Embankment In Place complete and in place per cubic yard $ ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 24 of 46 24 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 2.04 359 C.Y. P-152-4.5 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place L r V cubic yard $ 35.°° $ 12/'S1oS,00 A - 2.05 10,754 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place Lt' per square yard $ 3. 10 $ 3 337•L ' A - 2.06 290 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8%) • complete and in place GG C� per ton $IOO..00 $ 52,zoo.00 A - 2.07 138 L.F. P-156-5.1 Rock Filter Dam complete and in place per linear foot $ 110.00 $ Igo,00 A - 2.08 411 L.F. P-156-5.2 Temporary Sediment Control Fence complete and in place per linear foot $ 4.50 $ IA498 60 A - 2.09 10,228 S.Y. P-209.5.4 22" Crushed Aggregate Base Course complete and in place per square yard $ 55.00 $562,5404)0 A - 2.10 2,827 Ton P-401-8.2 5" HMAC Surface Course complete and in place + per ton $ 11 0.00 $31M'O.O0 A - 2.11 2,783 Ton P-403-8.1 7" HMAC Stabilized Base Course complete and in place per ton $ 1 10.00 A - 2.12 3,227 Gal. P-602-5.1 Bituminous Prime Coat complete and in place /I__ per gallon $ L /0 0 $ A - 2.13 1,614 Gal. P-603-5.1 Bituminous Tack Coat complete and in place � per gallon $ 3. 10 $5oo3•Io A - 2.14 2,376 Gal. P-605-5.1 Crack Sealing Filler complete and in place 1-1• 00 ,,II^^ per gallon $ $'�f'C.J.?92.oy A - 2.15 3,851 S.F. P-620-5.2 Yellow Taxiway Markings (Reflective) complete and in place per square foot $� $ • A - 2.16 7,702 S.F. P-620-5.3 Black Pavement Markings (Non-Reflective) complete and in place T 2 $ per square foot $0• A - 2.17 47,514 S.Y. P-631-7.1 Refined Coal Tar Emulsion with Additives, Slurry Seal Surface Treatment complete and in place 2� per square yard $ f •35 $ O A - 2.18 1,293 L.F. D-701-5.7 2 - 4' x 2' RCBC complete and in place �q� per linear foot $ c� to .©0 $ '/TJV,00 A - 2.19 4 EA. D-752-5.7 Furnish and Install 6:1 Safety End Treatment (2 - 4' x 2' RCBC) complete and in place �_,n� tl,, per each $l3i400 •0d $51,400.00 A - 2.20 56,810 S.Y. T-901-5.1 Hydromulch, Seed, Lime, and Fertilizer complete and in place (. 30 c per square yard $ . $.73/ES3 ■o0 ADDENDUM NO.7 Proposal corm. ATTACHMENT NO.4 Page 25 of 46 25 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A A - 2.21 8,507 S.Y. T-901-5.2 Bonded Fiber Matrix Mulch, Seed, Lime, and Fertilizer complete and in place per square yard $ 1,05 $ d/i32.. 35 A - 2.22 7,908 S.Y. T-904-5.1 Sodding complete and in place 4.6 37) Lc�Q, v //--�� per r square yard $ V S A - 2.23 69,402 S.Y. T-905-5.1 Strip and Stockpile Topsoil from Disturbed Areas complete and in place �� AL)t f per square yard $V )49 $3 e010•9 :i' A - 2.24 73,225 S.Y. T-905-5.2 Install 4" Topsoil on Disturbed Areas complete and in place per $ /wo+ per square yard $0 .�`�^ A - 2.25 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. �T���yq��,,c� complete and in place om/ 00.00 per lump sum •f XXXX $L0,Dco.Oa A - 2.26 87 Hrs. S-5-5.1 Proof Rolling complete and in place per hour $ b3.0 0 $SA I• 00 A - 2.27 180 C.Y. S-9-4.1 Remove and Replace Unsuitable Subgrade with Foundation Material as . Directed by the Engineer complete and in place ���11 per cubic yard $ 1V7• 00 $ /q/L tiOd DO A - 2.28 1 L.S. S-11-4.1 Dewatering 8/0410. Q I� complete and in place O O1(�.�00 per lump sum $- YY.}{ $ A - 2.29 12,553 S.F. S-19-4.1 Pavement Marking Obliteration complete and in place per square foot $ • gs $$ I0� 00.05 A - 2.30 208 S.Y. S-26-4.1 Rock Riprap complete and in place p per square yard $ 1�-7 3.00 $ le,Ii,1•O0 A - 2.31 8 EA. NSS-4.1 New 16" x 24" L-867 Duct Bank Terminator complete and in place per each $I12o0•00 $cI(ph0. 00 A - 2.32 8 EA. NSS-4.2 New 16" x 36" L-867 Duct Bank Terminator 1 15CO: v6 4 complete and in place � ,,��,�,,,,,,,� per each '4'iSjOOO $ 12.po0.0o A - 2.33 62 EA. NSS-5 Remove and Salvage Existing MITL Fixture complete and in place . per each $ 1± �7 0.00 $ 1 440.00 A - 2.34 1 EA. NSS-6.1 Remove Existing One Panel Lighted Sign and Foundation complete and in place per each $ 12.0.00 $ iZc.DO A - 2.35 6 EA. NSS-6.2 Remove Existing Two Panel Lighted Sign and Foundation complete and in place per each $ 120.6o $ 12.0O A - 2.36 5 EA. NSS-6.3 Remove Existing Three Panel Lighted Sign and Foundation complete and in place �7 T V.. per each $ t2.0.od $t000.00 A - 2.37 6 EA. NSS-6.5 Remove Existing Five Panel Lighted Sign and Foundation complete and in place / per each $ 12.0.00 $72A.00 " ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 26 OF 46 Page 26 of 4 5 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 2.38 3 EA. NSS-6.6 Remove Existing Six Panel Lighted Sign and Foundation complete and in place per each J2-0.00 $ 3100.00 A - 2.39 2 EA. NSS-7 MITL Replacement with Blank Cover complete and in place per each $ 220.00 S 0.0 0 A - 2.40 14,779 L.F. L-108-5.2 No. 8 AWG, 5KV L-824C Cable, installed in duct complete and in place I � $ �r per linear foot $ I. L 5 d A - 2.41 5,184 L.F. L-108-5.4.1 Bare No. 6 AWG Cu Guard Wire installed in trench, including ground rods and exothermic bonds complete and in place per linear foot $ 1+ 10 F,1O2,. �0 A - 2.42 3,804 L.F. L-110-5.2.2 2" SCH 40 PVC conduit in trench complete and in place per linear foot $ J. Is $ . 0 J A - 2.43 360 L.F. L-110-5.3.1 2 x 2" concrete encased PVC conduit in trench complete and in place per linear foot $ 24.00 $ gj Logo. cX? A - 2.44 3,804 L.F. L-110-5.5.1 6" x 24" Trench/Backfill for single conduit complete and in place per linear foot $ . Sl�V� ��,�0 A - 2.45 84 L.F. L-110-5.4 4" SCH 80 HDPE Bored under existing pavement complete and in place t' ) / per linear foot $ 53,00 $ Tf`t5 2..0O • A - 2.46 58 EA. L-116-SW-5.41L-861-T LED Taxiway Light, transformer, and L-823 connectors in concrete encased L-867 Base installed in compacted earth taxiway shoulders complete and in place /' per each $ -©o $4-i&O.00 A - 2.47 79 EA. L-116-SW-5.43L-861-T LED Taxiway Light, transformer, and L-823 connectors installed in existing light base complete and in place per each $ •00 $ 21l(c6O•00 A - 2.48 2 EA. L-117-SW-5.11New Size 2, Style 2/3, One Panel, LED Guidance Sign, in Place complete and in place per each $3,2AO.00� $ OQ .00 A - 2.49 3 EA. L-117-SW-5.12New, Size 2, Style 2/3, Two Panel, LED Guidance Sign, in Place complete and in place per each A'90000 $,3dC00 A - 2.50 (22) EA. L-117-SW-5.17 New Panel for Existing Size , 2 Guidance Sign, in Place / ii �' complete and in place -�r G per each SS2 .29 A - 2.51 (3) EA. L-117-SW-5.18 Swap Existing Sign Panel , for Existing Size 2 complete and in place per each $ 100,00 $ ...300.00 ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page :7 of 46 27 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 2.52 1,617 L.F. S-4-5.1 Trench Excavation Safety Protection per line and in place S � $ Zit L ,.,, C per linear foot .�uJ (q�. A - 2.53 10 EA. PLANS New Duct Marker complete and in place per each $ 12f:).040 $ 12,OO.Oo A - 2.54 4,320 L.F. PLANS Remove Existing Concrete Encased 2" PVC Duct and Dispose of off Airport complete and in place per linear foot $ 1O.26 $41)2.80.00 A - 2.55 8 EA. PLANS Reconnect Existing Series Circuit complete and in place per each $ Z,00 $ 10(1.00 Subtotal Additive Alternate No. 2: Taxiways H and J $ ; 104"`t `d f)i• 41 1 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 3: East GA Apron Reconstruction (Phase I) A - 3.01 5,917 S.Y. P-101-5.3 Asphaltic Concrete Pavement Removal (East GA Apron) complete and in place per ; 2g O per r square yard $ 0•So $ 1 A - 3.02 658 C.Y. P-152-4.2 Onsite Borrow Embankment In Place complete and in place per cubic yard $ •9O $S1 19 z.2.O A - 3.03 198 C.Y. P-152-4.5 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place �j per cubic yard $ j.00 _ $ 1 Li(OM'00 A - 3.04 5,917 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place per square yard $ 5 A - 3.05 160 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8%) complete and in place per ton $ I p y D.Oo $24-d/00.00 A - 3.06 1 EA. P-156-5.3 Rock Construction Exit complete and in place per each $1b)oo,oO $ J�10O• oO A - 3.07 5,917 S.Y. P-501-8.3 16" PCC Pavement complete and in place -}/ per square yard $ 130.00 $-Rogi2.10•OO A - 3.08 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. 30)000.00 complete and in place per lump sum $ XXXX $30,000.00 A - 3.09 1 L.S. S-3-3.1 Barricades and Markings for Pavement Closures complete and in place l-1/(000.00 per lump sum $ XXXX $ 161 /(960.00 A - 3.10 60 Hrs. S-5-5.1 Proof Rolling complete and in place -7 per hour $ (03.0 O $ b 0 ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 28 OF 46 Page 28 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 3.11 99 C.Y. S-9-4.1 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer complete and in place 11)1. 0 L 2. g 6°1 pU per cubic yard $ $ A - 3.12 1 L.S. S-11-4.1 Dewatering complete and in place `110 60,oo per lump sum $-4.4(4A-- 060. CU Subtotal 910 f 1'T 6, 7)0 Additive Alternate No. 3: East GA Apron Reconstruction $ I I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 4: East GA Apron Reconstruction (Phase II) A - 4.01 7,115 S.Y. P-101-5.3 Asphaltic Concrete Pavement Removal (East GA Apron) complete and in place 10,00 '1 1 ,t' O•W per square yard $ $ A - 4.02 791 C.Y. P-152-4.2 Onsite Borrow Embankment In Place complete and in place 6• Z u ..� qo-),ZV per cubic yard $ $ A - 4.03 240 C.Y. P-152-4.5 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place 7 I. 00 t Z 2'-F 0 W per cubic yard $ $ A - 4.04 7,199 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place per square yard $ �' 6O $ 74.)SSS, 2U A - 4.05 194 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8%) complete and in place °1`L� . oU per ton $ $ I _ A - 4.06 120 L.F. P-156-5.2 Temporary Sediment Control Fence complete and in place per linear foot $ 5, 10 $ °1 OS,O0 A - 4.07 7,115 S.Y. P-501-8.3 16" PCC Pavement complete and in place per square yard $ ' 30`CO $ 9 9 -� A - 4.08 251 S.Y. T-904-5.1 Sodding complete and in place i 330, 3v per square yard $ S. 3 a $ A - 4.09 251 S.Y. T-905-5.1 Strip and Stockpile Topsoil from Disturbed Areas complete and in place S, per square yard $ 3� $ 2 A - 4.10 251 S.Y. T-905-5.2 Install 4" Topsoil on Disturbed Areas complete and in place $ .-1 0 $ 611 . 10 per square yard A - 4.11 72 Hrs. S-5-5.1 Proof Rolling complete and in place $ b3 00 $ 4,S' ,00 per hour A - 4.12 120 C.Y. S-9-4.1 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer 17. �j.J V 04 160,00 complete and in place per cubic yard $ $ ADDENDUM NO.7 o oral Form ATTACHMENT NO.4 Page 29 of 46 29 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 4.13 1 L.S. S-11-4.1 'Dewatering complete and in place 060 ' per lump sum $•XXYY $ ! O60 00 Subtotal ii Additive Alternate No. 4: East GA Apron Reconstruction $ I 1 17) b 19,- 70 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 5: 48" Waterline Relocation A - 5.01 1 L.S. A-47 Exploratory Excavation complete and in place 23,Soo . C() per lump sum $ XY.XN $ ►Sy O) A - 5.02 382 L.F. 02314-5.1 Furnish and Install 72" Steel Encasement by Open Cut complete and in place ,, per linear foot $ 154,° •'�� $ Z S 2.) 120. 00 A - 5.03 3,891 L.F. 02665-5.1 Furnish and Install AWWA C303 Concrete Bar-Wrapped Steel Cylinder Pipe complete and in place 5 per linear foot $ ��'pJ $ S6 � ) ' A - 5.04 1 L.S. 02665-5.2 Connect Proposed 48" Waterline to Existing 48" Waterline at Station 0+00.00 z,o1 , 0 cJ complete and in place p b p 00 per lump sum $- A $ ) A - 5.05 1 L.S. 02665-5.3 Connect Proposed 48" Waterline to Existing 48" Waterline at Station at Station 38+90.83 3O�bOJ, complete and in place 7)J 6Qp 00 per lump sum $ A - 5.06 1 L.S. 02665-5.4 Hydrostatic Testing of 48" Waterline 600 00 per plump sum in place $ _ $ l600 et) A - 5.07 2 EA. 02669-5.1 Furnish and Install Air Release Valve Assembly on Proposed Water Line complete and in place �)0 , fQ o�� Q) per each / • $ A - 5.08 4 EA. 02669-5.2 Furnish and Install Air Release Valve Assembly on Existing Water Line complete and in place per each $ 3�58a $ 5�}�Cx0(_► 00 A - 5.09 2 EA. 02669-5.3 Furnish and Install Blowoff Valve Assembly on Proposed Water Line complete and in place $ �gjLf� OJ $ 3�) ��` 00 per each A - 5.10 1 EA. 02669-5.4 Furnish and Install 48" Gate Valve complete and in place R1 12_91400-00 per each $ ) $ A - 5.11 1 EA. 02669-5.5 Furnish and Install 48" Drain Valve Assembly on Existing Water Line complete and in place 24 '100 .vo 00. to per each $ $ A - 5.12 1 L.S. 02675-5.1 Disinfect 48" Waterline in accordance with AWWA C651 (6,100 01/4) boo t.7O complete and in place per lump sum $ XXXX $ ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 32 of 46 30 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 5.13 1,627 L.F. PLANS Excavate and Dispose of Existing 48" Concrete Pipe complete and in place r1S,OV •Z2. Q per linear foot $ $ A - 5.14 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. 15 o.00 complete and in place per lump sum $ XX 4X $ X51 OQ2• 00 A - 5.15 6,898 L.F. S-4-5.1 Trench Excavation Safety Protection complete lete and in place per foot $ [ 15 $ /1 2-70 A - 5.16 1 L.S. S-11-4.1 Dewatering complete and in place 0- 000 ' Ck.) per lump sum $ 4€- $ 000 , 00 Subtotal Additive Alternate No. 5: 48" Waterline Relocation $ '� 911 , 41111 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 6: East GA Apron Extension A - 6.01 1,204 S.Y. P-101-5.2 Asphaltic Concrete Pavement complete and in place per square yard $ '1,So $ 9 0�! . J A - 6.02 1,662 S.Y. P-101-5.3 Asphaltic Concrete Pavement Removal (East GA Apron) complete and in place '")� 00 per square yard $ 150 $ 151 9 A - 6.03 310 S.Y. P-1C1-5.4 Concrete Pavement Removal (East GA Apron) complete and in place per square yard $ 11,00 $ 5' ���' 00 A - 6.04 5,823 C.Y. P-152-4.1 Unclassified Excavation complete and in place per cubic yard $ 1t15 $ V`a 4-20=LS A - 6.05 878 C.Y. P-152-4.2 Onsite Borrow Embankment In Place complete and in place per cubic yard $ 410 $ 5 S`j°) Cdr A - 6.06 710 C.Y. P-152-4.5 Undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer complete and in place Z,(, ,0 [e6 4'0, 00 per cubic yard $ $ A - 6.07 21,281 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place per square yard $ 3. 20 $$r`b� 011, 2-0 A - 6.08 573 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8%) complete and in place per ton $ I ?,O •LiJ $ V 3 1.O .00 A - 6.09 60 L.F. P-156-5.1 Rock Filter Dam complete and in place per linear foot $ 120` Oa $ � L3a.Qo A - 6.10 63 L.F. P-156-5.2 Temporary Sediment Control Fence complete and in place .)?linear foot $ S,`)0 ' . r10 A - 6.11 20,703 S.Y. P-501-8.2 11" PCC Pavement complete and in place per square yard $ T7) $ I L512'91. ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 31 OF 46 Page 31 of 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 6.12 616 L.F. F-162-5.1 Remove Existing Chain-Link Security Fence complete and in place i1,1 9 Z per linear foot $ $ 1 11.4. .00 A - 6.13 600 L.F. F-162-5.2 Furnish and Install 8' Chain-Link Security Fence with Mow Strip complete and in place per linear foot $ X30,�� $ 7 y OJ.) `A A - 6.14 1 EA. F-162-5.3 Furnish and Install 16' Manual Double Security Gate with Mow Strip complete and in place per each $ b '1109,00 $ % 4100 A - 6.15 21 L.F. D-701-5.2 2 - 18" ASTM C-76, Class III RCP complete and in place per linear foot $ 14€10 �� $�O 'Z`1�``'�' A - 6.16 36 L.F. D-701-5.3 24" ASTM C-76, Class III RCP complete and in place per linear foot $ 230• %:"2 $ csl "I-`�o.Co A - 6.17 1 EA. D-751-5.4 Tie into Existing Grate Inlet complete and in place per each $ Z-117 CO.JO $'y 00, 0 A - 6.18 2 EA. D-752-5.2 Furnish and Install 6:1 Double Barrel Sloped End Treatment for 2 - 18" RCP complete and in place $ 10� J $00, UJ per each $ I A - 6.19 1 EA. D-752-5.3 Furnish and Install 4:1 Single Barrel Sloped End Treatment for 24" RCP complete and in lace per each place 5J , V 1:50 C $ 11S . A - 6.20 47 S.Y. D-754-5.1 5' Wide Concrete Flume complete and in place per square yard $ 100,0c) $ 411 . `0 A - 6.21 8,446 S.Y. T-901-5.1 Hydromulch, Seed, Lime, and Fertilizer complete and in place per square yard $ �' 56 $I3 011.170 A - 6.22 1,929 S.Y. T-901-5.2 Bonded Fiber Matrix Mulch, Seed, Lime, and Fertilizer complete and in place per square yard S ('vim' $ 21 02rs .4-5 A - 6.23 2,011 S.Y. T-904-5.1 Sodding complete and in place p $ 4'90 $11 S3,`7a per square yard A - 6.24 31,117 S.Y. T-905-5.1 Strip and Stockpile Topsoil from Disturbed Areas complete and in place per square yard 0.b5 $ 2d1�Zb,05 A - 6.25 12,386 S.Y. T-905-5.2 Install 4" Topsoil on Disturbed Areas complete and in place per square yard $ °• ' $ bl$i� 30 A - 6.26 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. 101000 %:. complete and in place per lump sum $ - $ A - 6.27 1 L.S. S-3-3.1 Barricades and Markings for Pavement Closures complete and in place Z2 '7 the per lump sum $ Z Z 700 00 ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 32 of 46 32 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A A - 6.28 72 L.F. S-4-5.1 Trench Excavation Safety Protection complete and in place per linear foot $ 4'10 $ 31J j .40 A - 6.29 213 Hrs. S-5-5.1 Proof Rolling complete and in place per hour $ (01). 0° $ ; �y )4111. 00 A - 6.30 355 C.Y. S-9-4.1 Remove and Replace Unsuitable Subgrade with Foundation Material as Directed by the Engineer complete and in place per cubic yard $ 1(0. O,) $ 179 10S0 • OJ A - 6.31 1 L.S. S-11-4.1 Dewatering complete and in place 1Z)100 .00 per lump sum $ XYXX $ 12 1 VO �v Subtotal i Additive Alternate No. 6: East GA Apron Extension $ Z 1 S 2L J °)3 1 • 35 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 7: Wash Rack A - 7.01 358 S.Y. P-155-8.1 8" Lime Stabilized Subgrade complete and in place per square yard $ y CQ $ 14 ( Ica Q) A - 7.02 10 Ton P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade (8E) complete and in place per ton $ It0-00 $ tCO.00 A - 7.03 328 S.Y. P-501-8.2 11" PCC Pavement complete and in place per square yard $ 1"30 . 00 $ '.42 6440 A - 7.04 1 EA. D-751-5.1 4' x 4' Grate Inlet complete and in place per each $ 9 60(3 .C'1 $ 9 6)00,00 A - 7.05 1 EA. D-751-5.2 4' x 4' Meter Vault complete and in place per each $ 11),200.00 $ i 3 1207 - C+U A - 7.06 4 EA. D-751-5.3 4' Dia. Sanitary Sewer Line Manhole complete and in place per each $ 13,000 VO $ 52) 0O0 OO A - 7.07 1 EA. D-751-5.5 Tie into Existing Manhole complete and in place per each $ 12,4-000 $ 1211.h 00 v A - 7.08 1 L.S. S-1-3.2 Mobilization, Insurance, Etc. 15 000.00 complete and in place per lump sum ?fX $$55 °°o 00 A - 7.09 459 L.F. S-4-5.1 Trench Excavation Safety Protection complete and in place per linear foot $ 25•00 $ 010'' ,00 A - 7.10 1 EA. S-37-6.1 Oil/Water Separator complete and in place per each $ 35 44-00.UJ $ 351 y-(1C: o0 A - 7.11 249 L.F. S-40-5.1 Furnish and Install 6" SDR 26 PVC Sanitary Sewer Line complete and in place per linear foot $ 4.00 $11145 ' 00 A - 7.12 118 L.F. S-87-5.1 Furnish and Install 1" Type K Copper Service Line complete and in place per linear foot $ ZS' 3 016 00 ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 33 of 46 33 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO. : E11047, E12156, E12156A A - 7.13 1 EA. S-87-5.2 Furnish and Install 1" Brass Solenoid Valve and Handhole complete and in place per each $3,quo- $ loco r t) A - 7.19 1 EA. S-87-5.3 Furnish and Install 6" Butterfly Valve with Electric Actuator complete and in place 28 NO 0.) $ 29)oc.e. (.70(.70 o each $ A - 7.15 1 EA. 16600-5.1 Wash Rack Electrical Components complete and in place per each $ 411,600 Ov $ 641), �y A - 7.16 3 EA. PLANS Guard Post Bollards complete and in place per each $ 1�'2Ct $ 3 boo . A - 7.17 1 EA. PLANS Yard Hydrant Assembly complete and in place per each $ 11, 2l1.7.LO $ lf , Subtotal Additive Alternate No. 7: Wash Rack $ Z 79 25/ .00 I II III IV V VI VII Item Qty Unit Specification Description Unit Price Total Price (Written & Numeric Price) Additive Alternate No. 8: Line Stop for Existing 48" Water Line A - 8.01 1 EA. 02665-5.5 Line Stop for Existing 48" Water Line complete and in place per each $ �(60,11.) $ cs t(.7, UL) Subtotal co Additive Alternate No. 8: Line Stop for Existing 48" $ S 81 S ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form Paae 34 of 96 34 OF 46 RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT PROJECT NO.: E11047, E12156, E12156A BID SUMMARY: Subtotal Base Bid Items 1-16 (Item 1 + Item 2 + Item 3 + Item 4 + Item 5 + Item 6 + Item 7 + Item 8 + Item 9 + Item 10 + Item 11 + Item 12 + Item 13 + Item 14 + Item 15 + Item 16) $ Z0 (Si )J Olaf . 17 Subtotal �7 Additive Alternate No. 1: Taxiways B2 and B3 $ Subtotal �l q _ Additive Alternate No. 2: Taxiways H and J $ --31-0(V1)-17v 7 4 -4/1- Subtotal Additive Alternate No. 3: East GA Apron Reconstruction $ 110 1, £ µle , 770 Subtotal 11 Additive Alternate No. 4: East GA Apron Reconstruction $ I , 1,3) 411 , 70 Subtotal Additive Alternate No. 5: 48" Waterline Relocation $ ( LW) , 4rit7 1 0 Subtotal 1 Additive Alternate No. 6: East GA Apron Extension $ Z) 5 z'1', 7 "7i . 35 Subtotal Additive Alternate No. 7: Wash Rack $ 2711 2 51 , d J Subtotal Additive Alternate No. 8: Line Stop for Existing 48" $ 51 3 TOTAL (Base Bid Items 1-16 + Additive Alternate No. 1 + Additive Alternate No. 2 + Additive Alternate No. 3 + Additive Alternate No. 4 + Additive Alternate No. 5 + Additive Alternate No. 6 + Additive Alternate No. 7 + ,$ ,y , a,�74173'_- Additive Alternate No. 8) �j ADDENDUM NO.7 Proposal Form ATTACHMENT NO.4 Page 35 of 46 35 OF 46 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work in accordance with the table below. Notice to Proceed - Part 1 (to be Issued on May 15, 2014) Schedule Allowable Scope of Work Liquidated Allowed Construction Damages Time Cost Base Bid Begin mobilization operations, N/A N/A submit RFI's, prepare submittals for Engineer review, procure project materials, set up Contractor staging and stockpile areas, and have personnel badged with Airport security. Contractor may begin similar work for all awarded Additive Alternates. Perform necessary exploratory N/A N/A excavations for underground utilities outside the Runway and Taxiway Object Free Areas in Airport-approved locations Set up Engineer's Project Field $2,000 per 65 Calendar Days after Office Calendar Notice to Proceed - Day Part 1 (July 29, 2014) Set up Contractor's Project Field $2,000 per 65 Calendar Days after Office Calendar Notice to Proceed - Day Part 1 (July 29, 2014) Add. Alt. See notes related to Base Bid N/A N/A No. 1 Add. Alt. See notes related to Base Bid N/A N/A No. 2 ADDENDUM NO. 7 ATTACHMENT N0.4 Proposal Form 36 OF 46 Page 36 of 46 Add. Alt. See notes related to Base Bid. N/A N/A No. 3 Begin all site work, utility installations, and grading/drainage improvements on East GA Apron - Phase I. Contractor may not begin concrete pavement operations or any operations that should take place sequentially after concrete pavement operations until Notice to Proceed - Part 3 is issued. Add. Alt. See notes related to Base Bid. N/A N/A No. 4 Begin all site work, utility installations, and grading/drainage improvements on East GA Apron - Phase II. Contractor may not begin concrete pavement operations or any operations that should take place sequentially after concrete pavement operations until Notice to Proceed - Part 3 is issued. Add. Alt. See notes related to Base Bid. $10, 000 65 Calendar Days after No. 5 All materials related to the work per Notice to Proceed - of Additive Alternate No. 5 shall Calendar Part 1 (July 29, 2014) be onsite and ready for Day construction use at the end of this period. Add. Alt. See notes related to Base Bid. N/A N/A No. 6 Begin all site work, utility installations, and grading/drainage improvements on the East GA Apron Expansion. Contractor may not begin concrete pavement operations or any operations that should take place sequentially after concrete pavement operations until Notice to Proceed - Part 3 is issued. Add. Alt. See notes related to Base Bid. N/A N/A No. 7 Begin all site work, utility installations, and grading/drainage improvements on the wash rack. Contractor may not begin concrete pavement operations or any operations that should take place sequentially after concrete pavement operations until Notice to Proceed - Part 3 is issued. Add. Alt. See notes related to Base Bid. $10,000 65 Calendar Days after No. 8 All materials related to the work per Notice to Proceed - of Additive Alternate No. 5 shall Calendar Part 1 (July 29, 2014) be onsite and ready for Day construction use at the end of this period. ADDENDUM N0.7 ATTACHMENT NO.4 Proposal Form 37 OF 46 Page 37 of 46 Notice to Proceed - Part 2 (to be Issued on July 29, 2014) Schedule Allowable Scope of Work Liquidated Allowed Construction Damages Time Cost Base Bid All remaining scope of work of $5,000 per 440 Calendar Days after Base Bid unless otherwise noted as Calendar Notice to Proceed - a separate allowed construction Day Part 2 (October 22, time herein 2015) Perform all remaining necessary $5,000 per 50 Calendar Days after exploratory excavations Calendar Notice to Proceed - Day Part 2 (September 27, 2014) Complete all NAVAID installations, $10, 000 300 Calendar Days after including all equipment, access per Notice to Proceed - drives, and all related site work. Calendar Part 2 (June 4, 2015) Day Complete work associated with $5,000 per 300 Calendar Days after Runway 13-31 Calendar Notice to Proceed - Extension/Displacement. This work Day Part 2 (June 4, 2015) shall include grading/drainage, paving, pavement sealant operations, pavement marking operations, lighting/signage, and any other improvements such that Runway 13-31 is fully operational. This milestone does not include improvements to taxiways, with the exception of associated drainage improvements under Runway 13-31. Add. Alt. All remaining scope of work of $5, 000 per 440 Calendar Days after No. 1 Additive Alternate No. 1 Calendar Notice to Proceed - Day Part 2 (October 22, 2015) Add. Alt. All remaining scope of work of $5,000 per 440 Calendar Days after No. 2 Additive Alternate No. 2 Calendar Notice to Proceed - Day Part 2 (October 22, 2015) Add. Alt. Continuation of work of Additive N/A N/A No. 3 Alternate No. 3 as noted in Notice to Proceed - Part 1 Add. Alt. Continuation of work of Additive N/A N/A No. 4 Alternate No. 4 as noted in Notice to Proceed - Part 1 Add. Alt. All remaining scope of work of $10, 000 140 Calendar Days after No. 5 Additive Alternate No. 5 per Notice to Proceed - Calendar Part 2 (December 26, Day 2014) Contractor shall complete the $10, 000 14 Calendar Days proposed connections to the per existing 48" waterline no later Calendar than 14 days after existing water Day line is removed from service. Existing waterline may not be removed from service until October 15, 2014. Add. Alt. Continuation of work of Additive N/A N/A No. 6 Alternate No. 6 as noted in Notice to Proceed - Part 1 ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 38 OF 46 Page 38 of 46 Add. Alt. Continuation of work of Additive N/A N/A No. 7 Alternate No. 7 as noted in Notice to Proceed - Part 1 Add. Alt. All remaining scope of work of $10, 000 140 Calendar Days after No. 8 Additive Alternate No. 5 per Notice to Proceed - Calendar Part 2 (December 26, Day 2014) Notice to Proceed - Part 3 (to be Issued on October 15, 2014) Schedule Allowable Scope of Work Liquidated Allowed Construction Damages Time Cost Base Bid N/A N/A N/A Add. Alt. N/A N/A N/A No. 1 Add. Alt. N/A N/A N/A No. 2 Add. Alt. Remaining work of Additive $5, 000 per 170 Calendar Days after No. 3 Alternate No. 3 Calendar Notice to Proceed - Day Part 3 (April 13, 2015) Add. Alt. Remaining work of Additive $5,000 per 170 Calendar Days after No. 4 Alternate No. 4 Calendar Notice to Proceed - Day Part 3 (April 13, 2015) Add. Alt. N/A N/A N/A No. 5 Add. Alt. Remaining work of Additive $5,000 per 170 Calendar Days after No. 6 Alternate No. 6 Calendar Notice to Proceed - Day Part 3 (April 13, 2015) Add. Alt. Remaining work of Additive $5, 000 per 170 Calendar Days after No. 7 Alternate No. 7 Calendar Notice to Proceed - Day Part 3 (April 13, 2015) Add. Alt. N/A N/A N/A No. 8 The maximum construction time allowed for the Base Bid and each of the Additive Alternates, as well as milestones for each, shall be as noted in the table above. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. The undersigned further acknowledges the qualification requirements specified in Special Provision A-60 are attached and made a part of this Proposal. ADDENDUM NO.7 ATTACHMENT N0.4 Proposal Form 39 OF 46 Page 39 of 46 Receipt of the following addenda is acknowledged (addenda numbers) : Respectfully submitted: .J Na - -/ 1_4 a . By:` / , (SEAL - IF BIDDER IS , (SIGNATURE) Val a Corporation) Address: Q1cl p$ 1 4.t Lk V of A.s 0 W o.� (P.O. Box) (Street) �// Co r .& as ST`` . 1 x • -7g`i\o ck (City) (State) (Zip) Telephone: -3t,1_ 2!_gq- NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) ADDENDUM NO.7 ATTACHMENT NO.4 40 OF 46 Proposal Form Page 40 of 46 PERFORMANCE BOND STATE OF TEXAS § BOND No. 929532476 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Berry Contracting, LP dba Bay, Ltd. of the City of Corpus Christi County of Nueces , and State of Texas , as principal ("Principal"), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of THIRTY-FOUR MILLION, SEVEN HUNDRED SIXTY-SIX THOUSAND, SIX HUNDRED THIRTY-SEVEN AND 10/100 U.S. Dollars ($34,766,637.10 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 15TH of APRIL , 2014, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NO. E11047, E12156 & E12156A (TOTAL BASE BID + ADD.ALTS. #1 THRU #8: $34,766,637.10) 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 22ND day of APRIL , 2014. PRINCIPAL SURETY BERRY CONTRACTING, LP DBA BAY LTD. CONTINENTAL CASUALTY COMPANY BY CiY„A By: Attor,n-fact MARY ELLEN MOORE Title: E ..•-■oa.:.%i My,. AT EST: ,4 r4-. . /0417/A__ Secretary 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.corn (Rev. Date May 2011) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: STEVE ADDKISON Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: 500 N. SHORELINE BLVD. , SUITE 1200 (Physical Street Address) CORPUS CHRTSTT, TEXAS 7R4f1 (City) (State) (Zip) Telephone: 361-883-1711 E-Mail: saddkison @s-qins.corn Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 PAYMENT BOND STATE OF TEXAS § BOND No. 929532476 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 THIRTY-FOUR MILLION, SEVEN HUNDRED SIXTY-SIX THOUSAND, SIX HUNDRED THIRTY-SEVEN AND 10/100 U.S. Dollars ($ 34,766,637.10 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 15TH day of APRIL , 2014 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 13-31 EXTENSION/DISPLACEMENT AND CONNECTING TAXIWAY PROJECT NO. E11047, E12156 & E12156A (TOTAL BASE BID+ ADD.ALTS. #1 THRU #8: $34,766,637.10) 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 22ND day of APRIL , 2014. PRINCIPAL SURETY BERRY CONTRACTING, LP DBA BAY LTD. CONTINENTAL CASUALTY COMPANY BY: By: _ , _ "-- //i. - •—tomeie act MARY ELLEN MOORE Title: Etea-; ..,-. o.�-�.J hriy. ATTE7-a114 T: , Secretary 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 May 2011 Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: STEVE ADDKISON Agency: SWANTNER & GORDON INSURANCE AGENCY LLC Address: 500 N. SHORELINE BLVD. , SUITE 1200 (Physical Street Address) CORPUS CHRISTI, TEXAS 78401 (City) (State) (Zip) Telephone: 361-883-1711 E-Mail: saddkison @s-qins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint R M Lee, Mary Ellen Moore, Steve Addkison, Tami J Duncan, Cathleen Hayles, Danielle Harris, Kerry McIntosh, Individually of Corpus Christi,TX,their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of May,2013. frooporiare cASW4r� %SUN,* op+ Continental Casualty Company 4���� F ,�� National Fire Insurance Company of Hartford -I 3 S otoR°04:0 ` American Cas alty Company of Reading,Pennsylvania 0 u SEAL r ° isoz ' !. 1897 �� • Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 8th day of May,2013,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR S NOTARY PUBLK:/ C;47?9A11/L�'pJ SOUDOTA��JJ My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 22ND day of APRIL , 2014 Gt41�T INSURq Of Continental Casualty Company ,*,�Px 'kCE ha` r National Fire Insurance Company of Hartford ooAVaurE a�oc owto a American Casualty Company of Reading,Pennsylvania ZO Is I g JULY 11, V SEAL t- ‘).°� e � * 1897 • D.Butt Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(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 Chicago, IL 60604 Telephone: (312) 822-5000 You may also write to CNA Surety at P.O. Box 1068, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain Information on companies, coverages, rights or complaints at 1-800-2524439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first If the dispute Is not resotved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POUCY: This notice is for information only and does not become a part or condition of the attached documents. 1:%1SUPPLIER rrt l4BEx TO BE ASSIGNED BY CITY — s PURCFtASU4O PIVTSION City✓. CITY OF CORPUS CHRISTI City Corpus DISCLOSURE OF INTEREST Chnsd City of Corpus Christi Ordinance 1"113, as amended,requires all persons or finis 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 See reverse side for Filing Requirements. Certifications and definitions. COMPANY NAME: 1\0. L.4it P. O.BOX: q STREET ADDRESS: 0,0.4 Vo *,t0 ta.Ja, CITY: Co.p.4. C.�. '4 ZIP: -7g�{ Oct FIRIt3 IS: 1. Corporation 8 Partnership 5 3 Sole Owner ❑ 4. Association 5. Other IJ DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. I. State the names of each "employee" of the City of Corpus risti having an "ownership interest"constituting 3°0 or more of the ownership i Chn the above named"firm.' Name Job Title and City Department(if blown) 2. State the names of each"official"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named'firm" Name Title 3. State the names of each"board member" of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named"firm" Name Board.Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corjms Christi who worked on any matter related to the subject of this contract and has an ownership interest"constituting 3%a or more of the ownership in the above named"firm." Name Consultant ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 41 OF 46 Page 41 of 46 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in•general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official:employee or body that has been requested to act in the matter:unless the interest of the City official or employee in the matter is apparent The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi.Texas as changes occur. Certifying Person: J esn 1 c} ; (Type ar Prim) Signature of Certifying f Date: S - 04. Person: . ._ 3 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi.Texas. h. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi.Texas either on a full or part-time basis,but not as an independent contractor. d. '`Firm." Any entity operated for economic gain, whether professional. industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person,partnership,corporation,joint stock company,joint venture.receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers. Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest,whether actually or constructively held, in a firm. including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held"refers to holdings or control established through voting trusts, proxies.or special terms of venture or partnership agreements." s. "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. ADDENDUM NO.7 ATTACHMENT NO.4 Proposal Form 42 OF 46 Page 42 of 46 ACG CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) �� 4/21/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CON PRODUCER NAME Nicole Brummett Swantner&Gordon Insurance Agency PHONE FAx A Higginbotham Company ENC.No.Exn:361-883 1711 (NC,No):361-844-0101 PO Box 870 AoDRESS:nbrummett@s-gins.corn Corpus Christi TX 78403 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:ACE American Insurance Company 22667 INSURED BERRY13 INSURERB:Indian Harbor Insurance Company 26940 Berry Contracting,LP INSURER C:AGCS Marine Insurance Company 22837 dba Bay,Ltd. INSURERD: P.O. Box 4858 Corpus Christi TX 78469-4858 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2127364479 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. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURA E INSR WVD POLICY NUMBER ,J /Y MM/DDYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY HDOG27018245 5/20/2013 5/20/2014 EACH OCCURRENCE 51,000,000 X COMMERCIAL GENERAL LIABILITY I// DAMAGE TO RENTED PREMISES(Ea occurrence) $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE _ $10,000,000 el- GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 55 000,000 X POLICY PE Q LOC $ A AUTOMOBILE LIABILITY _/ ISAH08718891 5/20/2013 5/20/2014 COMBINED SINGLE UMI I / ••• (Ea acadent) $1,000,000 X ANY AUTO V BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ _ HIRED AUTOS AUTOS e X MCS-90 $ A X UMBRELLA LIAB X OCCUR lif X0OG25910552 5/20/2013 5/20/2014 EACH OCCURRENCE _ $25,000,000 1/ EXCESS LIAB CLAIMS-MADE i AGGREGATE $25,000,000 I DED X RETENTION$25,000/ _ $ A WORKERS COMPENSATION / WLRC47317435 5/20/2013 5/20/2014 X WC STATU- OTH- AND EMPLOYERS'LIABILITY V Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory In NH) E.L DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT_$1,000,000 B Contractors Pollution CPL7420319 5/20/2013 5/20/2014 Pollution Condition $25,000,000 C Contractors Equipment MXI93045861 11/1/2013 11/1/2014 Pollution Aggregate $25,000,000 CE-Leased/Rented $1,500,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Please see attached Acord 101 Form for additional policy and coverage information. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 9277 Corpus Christi TX 78469-9277 AUTHORIZED REPRESENTATIVE 1 _,944")::: . ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD • AGENCY CUSTOMER ID: BERRY13 _ LOC#: ACORD' ADDITIONAL REMARKS SCHEDULE Page 1 of AGENCY NAMED INSURED Swantner&Gordon Insurance Agency Berry Contracting,LP dba Bay, Ltd. POLICY NUMBER P.O. Box 4858 Corpus Christi TX 78469-4858 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status.Additional Insured-Owners, Lessees or Contractors-Scheduled Person or Organization CG2010 10/01,and Additional Insured-Owners, Lessees or Contractors- Completed Operations CG2037 10/01.The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05/09.The General Liability policy includes a primary and non-contributory endorsement- Non-Contributory Endorsement For Additional Insureds Form LD-20287(06/06)only when there is a written contract requiring such,and Construction Project(s)General Aggregate Limit LD-21732(01/07)-$5,000,000 Aggregate Per Project. The Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status.Additional Insured-Designated Persons or Organizations DA-9U74a(04/11). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Transfer of Rights of Recovery Against Others DA-13115(12/02). The Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Our Right to Recover From Others Endorsement WC000313 11/05&Texas aiver of Our Right to Recover From Others Endorsement WC420304A(1/00).The Workers Compensation policy includes Longshore and Harbor Workers'Compensation Act Coverage Endorsement WC000106A 0492,Outer Continental Shelf Lands Act Coverage Endorsement WC000109B(07/11),Maritime Coverage Endorsement-Limits of Liability$1,000,000 Each Accident/Aggregate,and includes Transportation,Wages,Maintenance&Cure WC000201A(04/92),Voluntary Compensation Employers Liability Coverage Endorsement WC000311A(08/91)&Voluntary Compensation Maritime Coverage Endorsement WC000203(4/84),and a blanket automatic alternate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Alternate Employer Endorsement WC000301A(Ed 02/89). The Contractors Equipment includes Blanket Additional Insured and/or Loss Payees Endorsement—Written Agreement-Endorsement 009. The General Liability policy includes an endorsement providing that 30 days'notice of cancellation will be fumished to the certificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement-Schedule Notice by Insured's Representative ALL-32686 (01/11). 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 (01/11). The Workers Compensation policy includes an endorsement providing that 30 days'notice of cancellation will be fumished to the certificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement-Schedule Notice by Insured's Representative WC 99 03 69(01/11). Project:#E11047, E12156,E12156A CCIA Runway 13-31 Extension/Displacement and Connecting Taxiway ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDOG2 7 01824 5 / COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DDiTIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: JCOMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE i Name of Person or Organization: Any Owner, Lessee, or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II—Who Is An insured is amended to include as an insured the person or organization (1) All work, furnished materials, parts with or shown in the Schedule, but only with respect to equipment fon the project cut (other wan liability arising out of y p such work, on the project (other than �Y g your ongoing operations service, maintenance or repairs) to be performed for that 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- additional 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: out n zs ion other use than any another con- tractor or organization other than another con- tractor or subcontractor engaged In performing operations for a principal as a part of the same project. CG 20 10 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1 O POLICY NUMBER: HDOG27018245 / COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS LESSEES CONTRACTORS - COMPLETED OPERATIONSR This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the 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 Is An Insured is amended to include as an Insured the person or organization shown in the Schedule,but only with respect to liability arising out of your work"at the location designated and described in the schedule of this 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 ❑ POLICY NUMBER: ADDITIONAL INSURED— DESIGNATED PERSONS OR ORGANIZATIONS r Named Insured Perr y GP, Inc. Endorsement Number zsA Symbol Pr°-rio acyr7NN�Mr Potic Perind osy/zo/ia to 05720/14 Effective Date of Endorsement Issued By(Name of tnsuratttpan _ os/zo/is ACE American insurance Compan The above is -'tared to be com•eted on when this endorsement Issued subs • ent to the•t i I re• ration of the..r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM GARAGE COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional Insured(s): An rson or organization whom you have agreed to include as an additional insured under a written .contrast, provided such contract was executed prior to the date of loss. A. For a covered"auto,'Who Is insured is amended to Include as an"insured,"the persons or organizations named in this endorsement. However, these persons or organizations are an `Insured' only for'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"employees'or agents. 8. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-91.174a(04/11) Page 1 of 1 • J NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named insured Berry GP, Inc. Endorsement Number i HDO 627018245 1s Policy Symbol Policy Number Policy Period Effective Date of Endorsement ' N J 05/2012013 ro 05!20/2014 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the Information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES 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 organizations) named in the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives,will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. • D. We will only be responsible for sending such notice to your representative, . • our representative will in turn send the notice to the persons or organizations listed in the Schedule at lea- I •ays prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Sche•• : or in causing your representative to . provide the Schedule. . E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. C?....4002,09io Authorized Re en se • ALL-32686(01/11) Page 1 of 1 4 9F J NOTICE TO OTHERS ENDORSEMENT-SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Berry GP, Inc. Endorsement Number - / 9 . I Policy Symbol Policy Number Policy Period Effective Date of Endorsement Y ISA H08718891 05/2012013 TO 05/20/2014 Issued By(Name of Insurance Company) - ACE American Insurance Company Insert the policy number.The remainder of the information Is to be completed only when this endorsement is Issued subsequent to the preparation of the po'�is. Y THIS ENDORSEMENT CHANGES 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 obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may.use. D. We will only be responsible for sending such notice to your representative and •ur representative will in turn send the notice to the persons or organizations listed in the Schedule at lea-t 30 •:ys prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Sche• - . 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. .;/1�I/ '" "yed R •rese' live ALL-32686(01/11) Page 1 of 1 31 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number BERRY GP,INC. P.O.BOX 4858 Polley Number CORPUS CHRISTI TX 784694858 Symbol: WLR Number:C47317435 Policy Period Effective Date of Endorsement 05-20-2013 TO 05-20-2014 05-20-2013 Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number.The remainder of the Information Is to be completed only when this endorsement is Issued subsecuent to the preparation of the policy. 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 allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organizations) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives,will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative and our representative will in turn send the notice to the persons or organizations listed in the Schedule at lea.t 30 says prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schee•i.- or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. • 4/..2/4‘ 45)4.4 Authorized Representative WC 99 03 69(01111) 2 5 Pagel of 1 2689