Loading...
HomeMy WebLinkAboutC2005-017 - 2/8/2005 - Approved 2005-017 02/08/05 M200S-040 Coastal Resources, Ltd. S PEe I A L PRO V I S ION S S PEe I FIe A T ION S AND FOR M S o F CON T RAe T S AND BON D S FOR - Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard Drive/Mulholland Drive Drainage Improvements (Project No. 2172) Prepared By: Naismith Engineering, Inc. 4501 Gollihar Road Corpus Christi, Texas 78411 Telephone 361/814-9900 Fax 361/814-4401 - FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880~3500 Fax: 361/880-3501 -"""'" _-~i\:. OF ~ \\ - '\ r .......... f:.t' ~l "." .' *.. '9 . ,<" .,- ,". O'l . if * .. ';'" '.;;, , * '.'<'.~' . * ;~'. -:....'...~........... ~ . .. ..} " WILFREDO.R..............."'o! f;:c.~....._.......';{~fl~l.~.Fi~ 1,,--0\ 81549 ;:!.;. t/;t! 1.0', ( ..."'ov <> :(;'.. '1.~...!c€NS~....~~ .J' "1Ii" t'\ '0 .' r~' ., .,uS/ ~....... ~v_ \" ,O/l..!AI E,.\.....- W Jj 4~'"~~~;q - 0 L( I PROJECT NO: 2207 & 2172 I DRAWING NO: STO 516 ~. -- - - - - ~--Y City of Corpus Chnsti ADDENDUM NO.1 January 14, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: FAIR OAKS DRIVE (PROJECT NO. 2207) AND LEONARD DRIVE/MULHOLLAND DRIVE (PROJECT NO. 2172) DRAINAGE IMPROVEMENTS Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum will remain unchanged. I PART A. SPECIAL PROVISIONS Section A-4 Method of Award DELETE: The bids will be evaluated based on the following priority order and subject to availability of funds: L Total Base Bid 2. Total Base Bid Plus Additive Alternate Bid ADD: The bids will be evaluated based on the following priority order and subject to availability of funds: I. Total Base Bid A 2. Total Base Bid B 3. Total Base Bid B + Total Additive Alternate C 4. Total Base Bid A + Total Base Bid B 5. Total Base Bid A + Total Base Bid B + Total Additive Alternate C II TECHNICAL SPECIFICATIONS Section 022020. Excavation and Backfill for Utilities and Sewers (S.9). A. CLARIFICATION: Bedding referred to in Paragraph 2.2 shall be Class "B" for circular pipe, and Class "C" for box culverts. B. CLARIFICATION: As detailed in the last section of Paragraph 2.8.B. "When indicated on the plans or at utility line crossings that are under pavements, trenches shall be backfilled to the road base with "Hasty Backfill" cement stabilized sand containing a minimum of I Y, sacks of standard Type I Portland cement per cubic yard of sand." Otherwise the trench shall be backfilled as detailed on Sheet 17 of 24. ADDENDUM NO. I Page I of2 Engineering Services P n ll.-... Q,)77 . r.-.rnm; rhri<::li Tf'.'X:l<:: 7R4nQ~q277 . (1fi I) HRO~3500 IlL DRAWINGS A. Sheet 2 of 24. General Notes and Summary ofOuantities CLARIFICATION: Fence removal and replacement shall be considered subsidiary to the project and completed at no additional cost, as detailed under General Note 4.1. B. Sheet 8 of 24. Plans and Profile - Birdwood Lane Cul-de-sacs CLARIFICATION: Pavement reconstruction shall be completed as illustrated on Detail 3 on Sheet IS of 24. C. Sheet 15 of24. Miscellaneous Details CLARIFICATION: Geogrid may be substituted in place of the 6" subgrade, as per Standard Specification Reinforcement. (See Attachment No. I) lime stabilized For Geogrid D. ADD: New Standard Snecification for Geoe:rid to Detail 3 on Sheet IS of 24. (See Attachment No. I) IlL PROPOSAL FORM CLARIFICATION: The Description for Base Bid Items A16 and B5 have been revised to reflect an allowance of $5000.00 for each bid item. DELETE: Delete current Proposal Form. in its entiretv. ADD: The Revised-Proposal Form. in lieu thereof (See Attachment No.2) Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO.1 Attachments: No. 1- Standard Specification for Geogrid Reinforcement (3 pages) No. 2- Revised Proposal Form (10 pages) ( lit' ~ Angel R. Escobar, P. E. Director of Engineering Services ADDENDUM NO.1 Page 2 of2 u.i. ..-1 ,v ..0 00 FA.1. J61 814 ,.401 MI5~lTH L\GI"EERI~~ tgj VV.1 - '.- -' ~ r - NAISMITH ENGINEEHING. INC. . .. - .~NGIN[EnlNG . ENVIRONMENTAL. SURVEYlfiG - - . ~ . 5 cuid'US (1lal!'n. nuS ~ - FACSIMILE TRANSMITTAL FORM To: Lupe Rocha Facsimile No.: 880-3501 Company: City of COrPus Christi Emdneering Dept. Total Number of paocs: 1 From WiIlic Rivera. Jr. Date; 01-14-05 Lupe. As you are aware. one of !he Contractors requested that wc allow placing geo-grid on the construction of the cuI-dc-sac areas. This would eliminate the need for stabilizing the sub-grade. This is an acceptable practice and we recommend allowing it. Attached is a specification for the Geogrid. We utilizcd this on a prior City of Corpus Christi Projcct (Cliff Maus). The Geogrid shall be Tensar BX 1200 or approved equal Willie .... '.. . ............"" ~~~E. OF t \, , ~~t-\ .........~ ~, . .,p<o .~~~~:...'flS'tt. ~, .~, ~. '-:J ~* Utf,1!. {~\'* '~, . '* . '\l':Ii;:l.~. . ~ .. ., ,..-...................-.-.-....'I! ~.Yil~f!!gP.9.~~~S~i~.F!.l .~.~.. ~~549~:1 !$#t ~~'O\ (l ..~ifJ.,r~f',/.~S 4((>.....OENS ....".~ .~. ~8 ..,....... ,0_0- \'", '0 ."",.~~..J "--"'.." NAL~' ~_~qJ K. ...",..""-...,,,~ ~ ! Ai JJ { .-' ( Lf -c;S V If there is a problem with !his transmission. please call (361) 814-9900 and ask for the sender. Thank You NAISMITH ENGINEERING, INC. 4501 GOll..IHAR. CORPUS CHRISTl, TEXAS 78411 P.O. BOX 3099 (ZIP CODE 78463-3099) TELEPHONE (361) 814-9900 FACSIMlLE (361) 814-4401 F:\1300\Pbase 1 Bidc.liag\fAX-OOZ.doc ADDENDUM NO.1 ATTACHMENT NO.1 PAGE 1 OF 3 , I ~ , , I .1 I I . I I I I: I I , 1 . . 01/14/05 16:06 FAX 361 814 4401 ~I SMITH ~GINEERIllii.. 'tW vv. - -..-'- STANDARD SPECIFICATION FOR GEOGRID REINFoRCEMENT OF.c;ctIn>110N 'Ibis iteID shan coosist of fimlishiDg and iI>staIliDg geopid reiIlfon:em<Dl in accortIancewith the lines and plldes sbOWD on the plans. hiA TERlALS lbe geopid sbaJl be a sin&lc layer grid strueturC fonned by a regular network of integl3lly COIlJle<;b:d pol~C tCllSIIe elements with apertIIfCS dcsigllCd to iIItcrlock with the SUIJOunding fill materiaL The structUre shall be capable of maintaining clime:Dsional stability durillg placcmcot and under nonnal wosuuctioo traffic. The geogrid sbaII be It$istanl to d3magc duriDg comtruction, including ultraViolet degdClatioD, and it shall bave long-tenn resistance to cbemical and biological degradation caused by lbe material bcing reinforced. The geogrid sbaJl also conform to the pzoperties specified below. STRuCJUR.AL-GBOGRID PROPER11ES PrQpertY Test Method ReoUirements Aperture sized !.D. ~percd 0.75 - 1.5 iDches Open Area COE Method CW-02215 70%,min. Rib Thiclmess ASTM D ITI1 0~02S iIIches, nom. Junction Thickness ASIMDlm 0.06 incbes, nom. Sccant ApertUre Stability In_Plane-Rotation Test 3.2 cm-klYde~ JXIin. Modulus @20 ClD-kg Kinney, Univ. of Alaska FI~ Rigidity .AS1'M D 13 88-64 250,000 mg-=. miD. bollI directiODS Tensile Modnlus GRI 001-87 14,000 Ib/ft, min. Junction Strength GRl-OOI-87 765lb1ft, uDn. Junction Efficiency GRl 00-2 87 90%,min. Alternate geogrid material. will be cOnsidered. Such material. must be pre_approved in writing by the Engineer prior to use. Submittal packages must include, as a minimum, the following: Full-scale laboratoi}' testing and in-ground testing of pavement strueturcs ReinfotCed with lbe ~i6c gcogdd wbic:b quantifies lbe sII1IClInI contribution of the geogrid to the p.vemc:nt strUCture. The inaWC in sttuc\lll'il! Iayet oocflicicnl of1be base course uDlSl meet or exc=l that oftbe design gcopid. ""Iependeot certified tcst results stating that the a1ttrnatc gcopid has . secant aperture stllbility modnlus at 20 cm-kg, when tested in accordance witb the "Grid Aperture St2bility by In-PJace- RotatiOllfl test of3.2 or peatcr. A list of 5 coroparable projects, in terms of size aDd applications. in thc United States, where Ibe results oflbe specific altomate geogrid's use can be verified after a minimum of 1 year service. ^DDENDUM NO.1 ^TT^CHMENT NO.1 F^GE 2 OF 3 .. b ii, rAA ibi t11.1 ,~-lUi "...., .'1;fllln L."Jj,;'L-....n...'''' A sample oilbe geogrid and cmificd specificatiOD sheelS. r.ONS11l.tJC11ON METHODS. Subuade shaDbeprepa<edas indicated on Ibeplans or as directed by the EDgIIl=. The ~grid sbal1 be installed in aocordance with the IiD<:S and grades shown On the plans. The geogrid shall be oriented such that the Tollleng1!ls rwt parallel to the road clirection. Geogric! sections &ball be overlapped a minimum of ODe ioot unless otheswisc indicated on the plans or as directed by the Engineer. Care &ball be taken to ensure the geogrid sections do not separate during eons\TlJClion. adjacent lOlls may be tied together evcry 30 feel using suitable plastic tics. Placement of geogrid around comers may require cutting and diagoual lapping. The geogrid may be pinned. or held in place by other 1IlC3IIS. at lbe beginning of the bacldill section but will be left free eIsewbcre to relieve wriDklcs or folds in material during placement Should the ~grid be ripped or tom during instlIIation, the damaged area sW be uncovered to detamine full extent of Ibe daJpage. New geogrid section shllll overl2p all tom or damaged gcogrid a ",n.;"',tm of three feet in all directions. Fill ma1l::ria1 shall be plated in lift thicknesses and compacted as shown on 1hc plaDS- Tracked COIlStrw:tiOD eqoipmeut &ball operate an 1hc grid ODly with a miDimun1 cover of four iIlcbcs. Rubbcr- tired ..qulpmaIt may operate directily on the &rid at speeds less lhIIl five miles pet bow if the UIlderlying ma1l::ria1 is capable of supporting the loads. SectiOllS of pgrid which p damaged by eonstrnction activm- shaD be tt:pairod at the (:oDIractor'. cxpeose. ADDENDUM NO.1 ATTACHMENT NO. 1 PAGE 30F 3 I I I ! I I I I I I I I I 1 I I 1 J .' 'I PRO P 0 S A L FOR M FOR Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard Drive/Mulholland Drive Drainage Improvements (Project No. 2172) DEPARTMENT OF ENGINEERING SERVICES "REVISED" PROPOSAL FORM Page 1 of 10 ADDENDUM NO.1 ATTACHMENT NO.2 PAGE 1 OF 10 CITY OF CORPUS CHRISTI, TEXAS PRO P 0 S A L Place: Date: Proposal of 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: Fair Oaks Drive Drainage Improvements Project No. 2207) and Leonard Drive/Mulholland Drive Drainage Improvements Project No. 2172) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: " REVISED" PROPOSAL FORM Page 2 of 10 ADDENDUM NO.1 ATTACHMENT NO.2 PAGE 2 OF 10 Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard Drive' Mulholland Drive Drainage Improvements (Project No. 2172) I II III IV V BID QUANTITY UNIT DESCRIPTION UNIT TOTAL PRICE IN ITEM PRtCE FIGURES Fair Oaks Drive Drainage Improvements (Prolect No. 2207i proposed 6x4 Box culvert, comPfete in place A1 856 LF Der linear foot Proposed 4x3 Box Culvert, complete in place A2 144 LF per linear foot Proposed 24" RCP culvert, complete In place A3 280 LF iDer linear foot rench :safety, complete In place per linea A4 1260 LF foot Proposed Type 'B" Manhole, complete In A5 2 EA place oer each Proposed Pre-Fabricated BerKf. complete .n A6 2 EA place per each Proposed Pre.Fabricated Bend With Manhole Al 3 EA Riser, complete in place per each Proposed Drop Inlet, complete In place pe A8 3 EA each roposed l,;urb Inlet, complete in place pe A9 3 EA each Proposed TxDOT Outfall Structure Extension, Al0 1 LS complete in nlace oer lump sum Proposed Concrete Drainage Box, complete In All 1 LS lace oer turno sum Proposed ~afety tend Ireatment, complete m A12 2 EA lace per each Pavement Keconstruciion, complete In place A13 945 SY oer square yard I r rafflc (.;ontrol Plan, complete In place pe A14 1 LS lump sum 5' Concrele Valley Guller, complete In place A15 165 IF loer linear fool '" .....".. ~ l3 I IAllow,nce for Utility Adjustments, complete A16 . LS in place per lump sum_ I 5,000.00 5,000.00 .. - . ~ ---'0. ~ Demolition of Existing 18" RCP and Curb Inlel Between 8TA.l+90 and STA.3+30, complete All 1 lS in place per lump sum Lh "REVISED" ADDENDUM NO.1 ATTACHMENT NO.2 PAGE 3 OF 10 PROPOSAL FORM Page 3 of 10 Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard Drive I Mulholland Drive Drainage Improvements (Project No. 2172) I II III IV V BID QUANTITY UNIT DESCRIPTION UNIT TOTAL PRICE IN ITEM PRICE FIGURES I<.;ut ~Xlsling RCP and HII With c;rout, complete A18 1 EA in olace per each Remove and Replace Section of 8" vep Gravity Sewer (Induding Pavement Repair). A19 1 LS complete in place per lump sum Demolition of Existing concrete Spillway at 8T A.O+OO on Sheet 6. complete in place per A20 1 LS lumo sum Rehabilitation to Existing :sewer Manhole, A21 1 LS comolete in olace per lumo sum Pavement Repair, complete In place per A22 685 SY sauare vard A23 1 LS Seedino, complete In olace per lumo sum Curb and GutteiliemolitionlReplacement, A24 60 LS complete in place ner lump sum TOTAL BASE BID A (ITEMS Al-A24J $ "REVISED' PROPOSAL FORM Page 4 of 10 ADDENDUM NO.1 ATTACHMENT NO.2 PAGE 4 OF 10 Fair Oaks Drive Drainage Improvements (Project No. 2207} and Leonard Drive / Mulholland Drive Drainage Improvements (Project No. 2172) I II III IV V BID QUANTITY UNIT DESCRIPTION UNIT TOTAL PRICE iii ITEM PRICE FIGURES Leonard Drive/Mulholland Drive Drainage Imorovements (Prolect No. 21721 Proposed 24N Rep Culvert, complete In place 81 176 LF per linear foot rench Safety, complete in place per linear 82 176 LF foot Proposea urop Inlet. complete In place per 83 4 EA each Proposed curb Inlet, complete in place per 84 2 EA each ( Allowance for Utility AdjustmenL complete cr B5 1 LS in Dlace Der lumD sum 5,000.00 5,000.00 ~ .-----.- ~ ........ avement Repair, complete in place per 86 68 SY snuare vard Demolition/Removal at Existing curb Inlets and 87 1 LS 15N RCP, complete in place per lump sum raffle Control t-'lan, complete in place per 88 1 LS lump sum 89 1 LS Seeding, complete in place oer lump sum Concrete Pad, complete in place per square 810 10 SF foot Curb and Gutter Demo itlOnl Replacement, B11 34 LF comnlete in place per linear foot TOTAL BASE BID B (ITEMS Bl-611) $ 'REVISED" PROPOSAL FORM P~l"'T"''' nf 1() & ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE 5 OF 10 Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard Drive / Mulholland Drive Drainage Improvements (Project No. 2172) I II III IV V BID QUANTITY UNIT DESCRIPTION UNIT TOTAL PRICE ii, ITEM PRICE FIGURES Leonard Drive/Mulholland Drive Drainage ImDrovements IPro1ect No. 2172\ ADDITIVE AL TERNA TE Proposed 24" RCP Culvert, complete In place C1 176 LF per linear foot Trench Safety, complete In place per linear C2 176 LF foot Proposed Curb Inlet. complete in place per C3 2 EA each Pavement Repair, complete In place per C4 65 SY sauare yard C5 1 LS Seeding, complete in nlace per lump sum Curb and Gutter Uemolition/Replacement, C6 150 LF complete in place oer linear foot TOTAL ADDITIVE ALTERNATE (ITEMS C1-C6) $ "REVISED" PROPOSAL FORM P",o... f.. nf 1() ADDENDUM NO.1 ATTACHMENT NO.2 PAGE 6 OF 10 FaIr Oaks Drive Drainage Improvements (Project No. 2207) And Leonard Drive I Mulholland Drive Drainage Improvements (Project No.2 I 72) Bid Summary TOTAL BASE BID A (ITEMS AI-A24) $ TOTAL BASE BID B (ITEMS Bl.BI I) $ TOTAL BASE BID B (ITEMS B I-B II) + TOTAL ADDITIVE ALTERNATE C (ITEMS CI-C6) $ TOTAL BASE BID A (ITEMS Al.A24) + TOTAL BASE BID B (ITEMS BI-BII) $ TOTAL BASE BID A (ITEMS AI.A24) + TOTAL BASE BID B (ITEMS B1-B11) + TOTAL ADDITIVE ALTERNATE C (ITEMS CI.C6) $ "REVISED" PROPOSAL FORM Page 7 of 10 ADDENDUM NO.1 ATTACHMENT NO.2 PAGE 7 OF 10 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 within 90 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): Respectfully submitted: Name: By: (SIGNATURE) (SEAL - IF BIDDER IS a Corporation) Address: (Street) (P.O. Box) (City) Telephone: (State) (zip) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) , REVISED' PROPOSAL FORM Page 8 of 10 ADDENDUM NO. 1 ATTACHMENT NO.2 PAGE 8 OF 10 ~ City of - - CoChrplli? =- = nstl "-"""'-~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: STREET: FIRM is: 1. Corporation 5. Other CITY: 2. Partnership_ ZIP: 3. Sole Owner_ 4. Association_ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job Title and City Department (if known) 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 Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: ( I ype or Print) Signature of Certifying Person: Title: Date: 'REVISED" PROPOSAL FORM Page 9 of 10 flDDENDUM NO.1 flTTflCHMENT NO.2 PflGE 9 OF 10 a. DEFINITIONS Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. 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. 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. 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. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is herd through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. 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. b. c. d. e. f "REVISED" PROPOSAL FORM Page 10 of 10 ADDENDUM NO. 1 ATTACHMENT NO.2 PAGE 10 OF 10 S PEe I A L PRO V I S ION S S PEe I FIe A T ION S AND FOR M S o F CON T RAe T S AND BON D S FOR Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard Drive/Mulholland Drive Drainage Improvements (Project No. 2172) Prepared By: Naismith Engineering, Inc. 4501 Go1lihar Road Corpus Christi, Texas 78411 Telephone 361/814-9900 Fax 361/814-4401 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880~3500 Fax: 361/880-3501 ~'''''''' _--:',E. OF ~ '\ , '\ r ........ S"..f:: ~l ...", "'*'" "Y f ,v- .,',;;,- ,,-'. Ql , t*.. ;,',:\:'.i.>, " . ~ I, *. ," -'~'}~~,' Y,_ .t.,.w..........., .... .:1 ~/ WllFREiiO.ir..-.........."'t f::o..._...._.....1X~!i~~..J.f!.J 1;;--0\ 8154. 9 p"-'o I/J:J ~" (~""".' : "'II ~".'O"N. SE.<>,",{<i... ,.l"I.~.~ .'~""" 'us, .~........ ~(j., W Jj ~~'~~::;~o L( I PROJECT NO: 2207 & 2172 I DRAWING NO: STO 516 (Revised 7/5/00) Fair Oaks Drive Drainage Improvements (Project No. 2207) and Leonard DriveIMulholland Drive Drainage Improvements (Project No. 2172) TabJ.e of Contents HO'l'J:CB TO BJ:DDERS (Revised 7/5/00) HO'l'J:CB TO COIlTRACTORS - A (Revised Sept. 2000) Insurance Requirements HO'l'J:CB TO COIft'RACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPBCJ:AL PROVJ:SJ:OHS A-I A-2 A-3 A-4 A-5 A-6 A-7 A-8 A-9 A-10 A-ll A-12 A-13 A-14 A-15 A-16 ^ 17 A-18 A-19 A-20 A-21 A-22 A-23 A-24 A :19 A-26 A :17 A-28 A-29 A-30 A-31 A-32 Time and Place of Receiving Proposals/Pre-Bid Meeting Definitions and Abbreviations Description of Project Method of Award Items to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Piela Offiee (Not Used) Schedule and Sequence of Construction Construction Staking Testing and Certification Project Signs Minority/Minority Business Enterprise Participation (Revised 10/98) Inspection Required (Revised 715/00) Surety Bonds balea TalE SU8iRl'tisR NO LOIIGBR APPLJ:CABLB (6/111 98) Supplemental Insurance Requirements RespeRsieiliE} fer Bamage Claims (ROT USED) Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended -Consideration of Contract- Requirements Amended Policy on Extra Work and Change Orders Amended -Execution of Contract- Requirements Policy Rev. 8/03 Page 1 of 4 A-33 A-34 1l. Js A-36 A-37 A-38 ..... 39 A-40 A-41 A-42 A-43 A-44 A-45 A-46 A-47 A-48 A-49 Conditions of Work Precedence of Contract Documents City Water Faeilitiea E~eeial Reqairementa Other Submittals (Revised 9/18/00) Amended "Arrangement and Charge for Water Furnished by the City' Worker's Compensation Coverage for Building or Construction Projects for Government Entities GeFEifieate af gee~aBe} aRa FiRal Aeeeptaaee (Not Used) Amendment to Section B-8-6: Partial Estimates Ozone Advisory OSHA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Change Orders (4/26/99) As-Built Dimensions and Drawings (7/5/00) Disposal of Highly Chlorinated Water (7/5/00) Pre-Construction Exploratory Excavations (7/5/00) Overhead Electrical Wires (7/5/00) Amend "Maintenance Guaranty' (8/24/00) PART B - GBHBJIAL PROVJ:SJ:OIlIS PART S PART C - FBDBRAL WAGE RATES AND REQUJ:REIIB!I'1'S STA!lDARD SPBeJ:FJ:CATJ:OHS 020 SITE ASSESSMENTS & CONTROLS 020200 Field Office 021 SITE PREPARATION 021020 Site Clearing & Stripping S5 021040 Site Grading S6 022 EARTHWORK 022020 022022 022040 022080 Excavation & Backfill for Utilities Trench Safety for Excavations Street Excavation S10 Embankment S13 & Sewers S9 025 ROADWAY 0252......SUBGRADES AND BASES 025222 Flexible Base High Strength S24A 0254......ASPHALTS AND SURFACES 025404 Asphalts. Oils. & Emulsions S29 025412 Prime Coat S30 025424 Hot Mix Asphalt Concrete Pavement 534 0256......CONCRETE WORK 025608 Inlets S63 025610 Concrete Curb & Gutter 552 0258.... ..TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 026 UTILITIES 0262......GENERAL 026210 PVC Pipe - AWWA C900 & C905 S83 Rev. 8/03 Page 2 of 4 0264..... .WATERLINES 026402 Installation of Waterlines S88 027 SEWERS & DRAINAGE 0272......GENERAL 027202 Manholes S62 0274......STORM SEWERS 027402 Reinforced Concrete Pipe CUlverts S60 0276......SANITARY SEWERS (GRAVITY) 027610 Televised Inspection of Conduits S125 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Erosion Control by Seeding S14 030 CONCRETE. 030020 032020 038000 GROUT Portland Cement Concrete S40 Reinforcing Steel S42 (Includes Diagram) Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings, & Covers S57020 Rev. 8/03 Page 3 of 4 NOTICE TO BIDDERS NOTJ:CE TO BJ:DDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Fair Oaks Drive Drainage :Improvements(Project No. 2207) and Leonard Drive/Mulholland Drive Drainage :Improvements (Project No. 2172) The project consists of drainage improvements at two areas of the City. The Fair Oaks Drive Improvements include the construction of approximately 855 LF of 6'x4' Reinforced Concrete Box CUlvert, 160' of 4'x3' Reinforced Concrete Box Culvert, 230' of 24" Reinforced Concrete Pipe and various concrete inlets and structures. The Leonard/Mulholland Drive Drainage Improvements include the construction of 170' of 24" Reinforced Concrete Pipe, filling and grading 80' of roadside ditch, building two new inlet structures and connecting to two existing inlet structures. To be built in accordance with the plans, specifications and contract documents. The proposals will be received at the office of the City Secretary until 2.00 p,m. on Wednesday, January 19, 2005 , and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for held 11.00 a.m., TueSday, January 11, 2005 in the Engineering Services Main Conference Room, 3m Floor, City Ball, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by the City, and will include a review of the project scope. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/l00 Dollars ($50,00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or 'mechanic' employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS Isl'Angel R. Escobar, P.E. Director of Engrg. Services Isl Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage In the following amounts IS required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 3Q.Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT I. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products! Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY..OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY! $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE _ REQUIRED Not limited to sudden & accidental discharge; to include long- X. NOT REQUIRED tern environmental impact for the disposal of contaminanlo;; BUII,DERS'RISK See Section B-6-ll and Supplemental Insurance Requirements _ REQUIRED X. NOT REQUIRED INST ALLATION FLOATER See Section B.6.11 and Supplemental Insurance Requirements __ REQUIRED X. NOT REQUIRED Page lof2 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. aFar 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 Administratorat 880-3500. NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORE?,' S CO:.,PENSATION COVERAGE FOR BUILDING O~ CCNSTRUCTION PROJECTS FOR GCVE?~'MENT ENTITIES ~exas law requi=es that ~ost contraccors, subcc~t~actors, and othe~s providing work or serv~ces for a City building C~ construction prcj ec:~ !:lust be covered by worker I S compensation insura:1ce. authorized self-i~surance, or an appr~ved worker's compensac~8~ coverage agreerr:.ent. Even if Texas law does not require a contractor, subcontractor or othe~s performing project services (including deliveries to the job sitei ~~ provide 1 of the 3 forms of worker's compensation coverage, the C~~y will require such cove~age for all individuals providing work or ser,..ices on this proj ect: at any time, including during the mai:-.::e::ance guaranty period. ~'iotor carriers which are :r-equired to regis-.:er with the Texas Depar::::-.ent: of Transportation under:- Texas Civil Stat:~t:es Article 6675c, and which provide accident:al insurance coverage under Texas Civil Statutes Article 6675c, Sect:ion 4(j) need not ~rovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees t:~ comply with all applicable provisions of Texas Administrative Code 7itle 28, Section 110.110, a copy of whic~ ~s attached and deemed ~ncorporated into the project contract. please note that under secticn 110.110: 1. certain language ".ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; L. the Contractor ~s required to submit ~o the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj ect. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the requir~d notice at the job site. By sis~ing this Contract, the Contractor certifies that ~~ will timely com~l..... ....,ith these Notice to Ccntractors liEn ::-equirements. NOTICE ~C CONTRACTORS - B (Revisea 1/13/98) Paqe 1 of 7 8/7/18 _~ l.-:.,\...., .; U.l .'_' .:-;.:.gt: 1 ,-\~ C Title 28, I:'jSlR.\."iCE Part II. TEXAS WORKERS' CO~lPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. E:\1PLO'i:'ER NOTICES ~ 110.110 Reporting Requiremenrs for Building or Construction Projecrs for G<>vernmenul Entities (a) The following words and terms, when used in this rille, shall bve the following me3Ilings, unless the context dearly indicates otherwise. T e:ms not defined in this rule shall have the me3Iling defined in the Texas Labor Code, U so defined. (1) Certificzte or~cove:-2.ge (ce:i:iiiCZieJ-.~. (Opy ora cer..mcare c{i:!surance,:l certificate araumant)' to seu-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-Sl, TWCC-S2. TWCC-S3, or nVCC-S4), showing starutory workers' compensation insurance coverage for the person's or entity's employees (inducing those subject to a coverage agreement) providing services on a projec!, for the duration of the project. (2) Building or consuuction-Has the me:mi.l1g defined in the Texas Labor Code, S 406.096(e)(I). (3) Contractor-A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting Ll:1e starutory requirements of the Texas Labor Code, S 401.011(44). (5) Coverage agreement-A written agreer:lenr on form nVCC-Sl, form TWCC-S2, form TWCC-S3, or form TWCC-S4, filed with the Texas Workers' Comoensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuz.nt to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration oithe project-Includes the time from the beginning oiwork on the project until the work on the project has bee" completed :t..,d accepted by the governmental entity. (7) Persons ,roviding ser:ices on the projeCT ("subcontractor" i.'-: 'i 406.096 of the Act)-With the exception or persons exduded 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 proJeQT~ regardless or whether that person contra~ed directly with the contractor and regardless of whether that person has emolovees. This indudes but is not limited to indetJendent contractors. subcontractors, leasing companies, 'm~tor carriers, owner-operators, employees of any such entity, or employe,:, of any entity furnishing persons to perform services on the project. "Services. includes but is not li..."11ted - htlo:J/www scs.statetx.usltac/23/II1 i i OIEIl ] 0.11 O.html ~WTICE TO CONTRACTORS - - Rev1sed 1/13/981 paqe 2 of 7 8/7/98 23 T.~.C , . ~. Page2crs '0 ......-.~,.;;-- :..."".... .. 0""";:'" ..... -..,... r --."''''';1' .............. j b . , !-,'-"'-"'~, ___....ung, o. ,.......enng e~Ulplue:J.. or .....:..........:uS. or :-1....\lGlng a or. ti'"a...'1SpC::.:!..!:Cn. or othe:- se"o-. 'O"^'O~ '0 a DroJ.e~ .'~>~~ces" d"es --;..~.,~.:o "r- . t d h . . . ......"". ......~~_... . . ....... ....""'." I U nOt L.............. actl ~ .......$ _.... eta e to t e proJe~:., s:...:cn .:lS food"-ce':ec:;e ','endors. c'::ce suppiy deliveries. 0:::: de!ivery of ~or..able toilets. (8) Prc.ie~-~,dudes the prc'.ision of all services re:2,ed to a builcin.g or construC'jon Cc;::;-act for a goverT'_~e:::2i e:1uty. (b) Pro\lo:..r.g or causing to be provided a certiiica:e O!~ coverage Fursuant to this rule is 2- represe::LO",c;: by the insure:: :hat all empioyees of ..he insured who are pro\;ding services on the projeC! 2:'e cc','ered by workers' compensation coveczge, that the coverage is based on orooer reporting ofc;assification codes and payroll amounts, and that ail coverage agreemems'/;'2o';'e been filed \Vim the appropriate insurance carrier or, in the case of a self-insured, with the conunission1s Division of Self~Insur:::.ce Reguiation. Providing false or m.!sie2ding cerrifcates or coverage, or failing to provide or r.:aimain required coverage, or failing tc re~ort any c~.ange that materially ane:::o..s the provision of coverage may S'..!bject the contractor or other person providing services on the project to adminisuc.::ve penalties, criminal penalties, civil pe::aities, or other civil actions. (c) A gover..:::e:llal entity tl:2o.. enters into a buildi.::g or construc-..:on contract on a projeC! shall: (I) indude in tile bid specifiutions, all the provisions of paragrapn (7) of this subsection. L:sing the language required by paragraph (7) of this subsec:ion; (2) as pan ofl.1e contract, L:sing the language required by paragraph (7) of this subsection, require the contraC!or to perfoITI1 as required in subsection (d) of this section; (3) obt.ain ;!-c:n the contraC!or 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 contraC!or a new certificate of coverage showing extension of coverage: (A) before tr.e end of the C'..Ir.ent coverage period, ifl.1e contraC!or's current certifiute of coverage shows that the coverage period ends during the duration of the project; and (B) no iater &.an seven days 20iier the expiration oft!le coverage for each other person providing services on the project whose current oertificate shows that the coverage period ends during the duration oft!le project; (5) retain cenificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the ce:-.mcates of coverage to the commission upon request and to any person entitle:! ,0 them by law; and (7) use the 12...:guagc comaineci in the following Figure i for bid specifications and contraGs. '"ithom any addition2i words or changes, except those required to accommodate the specific docUIIlent in which they are contained or co impose stricter standards of doctl::Jentation: T28SI10.IIOic)(7) tbl http://wwwsos.s..ate.tx.usltac..::S/U/I IO/B/I 10 IIOhtrrJ NOTICE TO CONTRACTORS - 3 R~vised 1/13/98l PaQ~ J ot 1 8/7/98 ~,TACllO.110 Page 3 of6 :} A contractor shall: " i) provide coverage for its empicyees Foviding services on a project, f;;~ t..':e duration of the project ::?.Sed on proper reponing of c1ass:=c2.::on codes and p2.)Toil amounts aI:c e::g or any coverage 2.greements; ,)) provide a certifiC<1.le of coverage showing workers' compensation coverage to the governmental ":Jtity prior to beginni.."'lg work on :he project; (3) provide the governmental entity, prior to the end of the coverage pericd. ? 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 emiry will have on file certificates or coverage showing coverage for all persons providing services on :..':e project; and (B) no later than seven days after receipt by the contractor, a new cenificate 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 oftlle 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 FngH<h 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: REQUlRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. T.-is 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 stanIS as an employee. " "Call the Texas Workers' Compensation Conunission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " c,np:l/www.sos.state.tx.us/tad28/IIJll01B1l 10.1 10.html HOTI~ ':'0 CONTRACTORS - 6 Revised 1/13/98) paqe ~ ot 7 8nt98 28 Tr.C ::ClIO page 4 or 0 (8) cC::t:"2.c:u211y req~ire e.?::~ ~e:scn W1tO \yhcr:: :: conrrac::; :: ;::-o\r;d.e services c:: 2. ;:roject to: (A) provide coverage based on proper re?oru::g of classiiication codes and payroii ar::ounts and filing of any coverage agree~e:::s for :ill ofi~s emplovees providing se,.,,~ces en the projee:. r;,r the duratio~ oithe ;>rojecr; (8) pro\ide a certifiC2.te 01. coverage to the con:..~ctor prior to that person beginni.~g ";.'ork on the proJee:: (C) indude in all conuae:s ro pro\;de semces cr. the project t..'1e language in suosec-jcn (e)(3) oftrus section.: (D) provide the contractor, prior ~o the end of rhe coverage pe~od, a new ceniiica:e or" coverage showing extension of coverage, if the coverage period shown on the current certiiica~e of coverage ends dur'.ng the duration of the project; (E) obtain from each other person with whom :~ contracts, and provide to the con:rac.:or: (i) a ceniiicate of coverage, prior to the other person beginning work on the projee:; :!..'!d (U) prior to the end of the coverage period, a new certificate of coverage showing exte::sion of the coverage period, if the coverage period shown on the current certiiicate of coverage e:lds during the duration of the projecr; (F) retain all required cer-.iiicates of coverage on file for the duration of the project z-'!d for one year thereafter, (G) notify the governmemal entity in writing by certified mail or personal delivery, v.ithin 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) conuacrually require e:l.ch other person with whom it comraC'.s. 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 seivices. (e) A person providing semces on a project, other than a conuactor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting oi classiiication codes and payroll amounts and filing of any coverage agree~ents; (2) provide a certificate of coverage as required by its contract to provide services cn the project, prior to beginning work on the project; (3) have the fonowing language in its contract to provide semces on the project: "Sy signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contrac.: is representing to the governmental entity that all employees of the person signing this comract who will provide services on the project win be covered by workers' compensation coverage httpJ/www.sos.state.lX.usftad281II11101B1IIO.11 O.htrnl NOTICE TO CONTRAC70RS - B Revised 1/13/98) Paqe 5 ct 7 8nr98 rage J or 0 .....0 j..~.'- ~ ~V.IIV for ti:: d::ration of ~':: oroiect, that the c;::';eral!e will be ::asea on proper reporting of classification codes and oayroll az::o~~, and that all coverage agree~e"ts will be filed with the appropriate insurz.::c: Wrier or, '" the case of a self-insc.red, with the commission's Division or Self-Insurance RegciatiOn. Providing false or misleading i::forrnation may subject the contractor to administrative pe!l2.ities, criminal pe::alties, civil penalties, or other civil ac:ions." (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 ce...tiicare of coverage, a new certificate showing extension or coverage, if the coverage period shown on the certificate or coverage ends during the duration of the . . proJect; (5) obtain from each person providing services on a projec: under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning worle 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; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the govern:nental 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 ofits e.":Iployees 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 worle on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (0) 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 or the project; (E) obtain from each other person under c;::ntract 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 ~d of the coverage period, a new certificate of coverage showing extension of the coverage penod, If the coverage period shown on the current certificate of coverage ends during the http://wwwsos.state.tx.usltacl281II1110fBI110.110.html . NOTICE TO CONTRACTORS - B Rev1.ed 1/13/98) paqe , o:t 1 8n198 ~~lA,--l~U.IJU Page6of6 duration or:~e contract: (F) retain ail required ce,...i::~:es or coverage en file for the duration of :he project and for one year thereafter; (G) notify the governmemai e"tiry in writing by ce.'"tiiied mail or personal delivery, within ten days after the person knew or should have known, of any change that mate.oialiy affects the provision of coverage of any person providing services on the project; and (H) contrac::ually require each person with whom it contracts. to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circ.1.:nstaI1ce is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This ruie is applicable for building or construction contracts adve.~.ised for bid by a governmental entity on or after September I. 1994. This rule is also applicable for those building or construction contracts entered into on or after September I. 1994, which are not required by law to be advertised for bid. (h) The coverage require:ne.'lt in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Depanment of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, !i 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, !i 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, !i 406.097(a) (as added by House Bill 1089. 74th Legis1ature, 1995, !i 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 I, 1996. Source: The provisions of this !i 110.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://www.sos.state.tx.usitaci28/ll1llalBllla.lla.html NOTICE ~o CONTRACTORS - B Revised 1/13/98l Paqe 1 ot 7 8n/98 PART A SPECIAL PROVISIONS Fair Oaks Drive Drainage xmprovem8nts(Project NO. 2207) and Leonard Drive/llUlholland Drive DraIiiAge xmprovem8nts (Project NO. 2172) SBC'l'J:ON A - SPBCJ:AL PROVJ:SJ:ONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2.00 p....., Wednesday, January 19, 2005. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretaryls Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - Fair oaks Drive Drainage xmprovements ADd Leonard/llUllholland Drive Drainage xmprovements A pre-bid meeting will be held on Tuesday, January 11, 2004 beginning at 10.00 a..... The pre-bid meeting will convene at EDgineering Services Main Conference Room, 3~ Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas ,and will include a review of the project scope. No additional or separate visitations will be conducted by the City. .1.-2 Definitions and Abbreviations Section 8-1 of the General Provisions will govern. .1.-3 Description of Project The project consists of drainage improvements at two areas of the City. The Fair Oaks Orive Improvements include the construction of approximately 800 LF of 6'x4# Reinforced Concrete Box Culvert, 160' of 4'x3' Reinforced Concrete Box Culvert, 230' of 24" Reinforced Concrete Pipe and various concrete inlets and structures. The Leonard/Mulholland Drive Drainage Improvements include the construction of liS' of 24" Reinforced Concrete Pipe, filling and grading 80' of roadside ditch, building two new inlet structures and connecting to two existing inlet structures. To be built in accordance with the plans, specifications and contract documents. .1.-4 Method of Award The bids will be evaluated based on the following priority order and subject to availability of funds: 1. Total Base Bid 2. Total Base Bid Plus Additive Alternate Bid 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. Section A ~ SP (Revised 9/18/00) Page 1 of 20 A-5 Ztema to be SUbmitted with Proposa1 The following items are required to be submitted with the proposal: 1. 5% Bid Band (Must reference Proiect Name as identified in the Proposa1) (A Cashierl. Check, certified check, money order or bank draft from ~ Stat. or llationa1 Bank wi11 a1so be acceptab1e.) 2. Disclosure of Interests Statement A-6 Time of Comp1etion/Liqnidated Damages The working time for completion of the Project will be 90 ca1endar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee (.City Engineer-) to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $300 per calendar day. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 WOrkers 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 1 compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor' s workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-a raxed 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. Section A - SP (Revised 9/18/00) Page 2 of 20 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) Labor preference and wage rates for Heavy Construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales 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 must not pay less than the specified wage rates to all laborers, workmen. and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Proj ect. 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.) One and one-half (1 1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in anyone week and for all hours worked on Sundays or holidays. (See Section B-l-1, Definition of Terms. and Section B-7-6, Working Hours. ) A-Il Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer Naismith Engineering, Inc. Willie Rivera, Jr., P.E. Traffic Engineer Police Department Water Division Wastewater Department Gas Department Storm Water Department Parks & Recreation Solid Waste Services AEP Southwestern Bell Telephone Co. City Street Div. for Traffic 880-3500 880-3500 814-9900 880-3540 882-1911 857-1880 857-1818 885-6900 857-1881 880-3461 857-1970 299-4833 881-2511 (880-3140 after hours) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (693-9444 after hours) (1-800-824-4424. after hours) Section A - SP (Revised 9/18/00) Page 3 of 20 Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) Texas Dept. of Transportation 857~1946 857~5000 887~9200 813~1124 881~5767 512/935~0958 972~753~4355 808~2300 857~1960 (857-5060 after hours) (Pager 800~724-3624) (Pager 888-204~1679) (Pager 850-2981) (Mobile) A-1~ Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much infonnation 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 of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by 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 Contractor1s responsibility to make all necessary repairs I 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 Acces. and Traffic Contro1 Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. ~ll cas~s fe~ tr~ffic eeRErol ~ro cenoidorca sassiai3PI, taerefero, He aire8t ~ayment will Be muae te Csatr3eter. Section A - SP (Revised 9/18/00) Page 4 of 20 A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary I to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for -Storm Sewer-i therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A 17 l'ie14 Giiie. THe CeaEraeter BNist furnisR tke City Ea€Jinecr er Ria rcprescRtati"?c l.:ith a fiela efEiee at tae e8RatE~etien site. THe ficld affica must e8Rt~iR at least 129 8qtiare feet af aseasle apaee. Thc fiels effiee m~st be ail? eeasitieaed aRa Heated aRa mHst Be f1:lE'Riaaea '.Jith aft iaelinoa taBle that mcasures at least 39- ][ 89- aBet e\:e (2) CHairS. The Ceatraetsr SHall ma~e Eke field sttiae ea tke sieG ~B Fe~iFeet BY Eke Cit.y En~iRee~ er Ria re~EeaeRtati".~c. The field aftica BNist be f1=lFRisRed \o.ith a tele}:lBsBe ("it.h 21. ks"tll? }:leE say aRSt:eFiR!.l serviss) .:ma FAX maskiRe }:laid fa:!' BY tke GaBeraeter. Taere is He sc~al?ato p~y item fer tho fisla effiee. 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 fpllowing work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity:, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. Section A - SP (Revised 9/18/00) Page 5 of 20 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 eonatruction Staking The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: . All curb returns at point of tangency/point of circumference . Curb and gutter flow line - both sides of street on a 200' interval; . Street crowns on a 200' interval and at all intersections. Wastewater: . All rim/invert elevations at manholes; . All intersecting lines in manholes; . Casing elevations (top of pipe and flow line). Water: . All top of valves box; . Valves vaults rim; . Casing elevations (top of pipe and flow line). Stormwater: . All rim/invert elevations at manholes; . All intersecting lines in manholes; . Casing elevations (top of pipe and flow line). Section A - SP (Revised 9/18/00) Page 6 of 20 . .1.-20 ~esting 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 I 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. .1.-21 Project Signs The Contractor must furnish and install two (2) Project signs as indicated on the following drawings. (Attachment I) 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. .1.-22 llinority/llinority Busine.s Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals 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: or joint venture contract. Any person, firm, partnership, corporation, association as herein provided which has been awarded a City b. Subcontractor: Any named person, firm, partnership, corporation, association, or Jo~nt venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1 . OWned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person{s). Section A - SP (Revised 9/18/00) Page 7 of 20 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments 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: See definition under Minority Business Enterprise. e. Female 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. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture 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 venture must have either financial, managerial. or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation (Percent) Minority Business Bnterprise Participation (Percent) 45% 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minori ty employment must be substantially uniform throughout the length of the Contract and in each trade, The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. 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 Engineer. b. The Contractor shall make bi-week1y payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation. by trade, which has been utilized on the Project. Along Section A - SP (Revised 9/18/00) Page 8 of 20 with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NO'l' USED) The CeRtraeter BRal1 assure the a~~F8~ri~tc euilaiR~ iRs~eeEi8Rs BY the BHilaiR~ Insl3eetiaR Di visiaR at tae 73Fiaus intcr.fals af \i."ar}t fer ',Jl::deh a peaait i9 :I'eE;fQiEea aHa. te aSB\:lre a final iRs~eetiaR aft-eF the Buile1.in~ is e8~leEea ana :E'eady fer eee'l:lllaney. Cantraetsr Blust sBEaiR the CcrtifieaEe af OeeUl3aney, \JReR aplIlieaale. ~eeEisR B ~ 2 at the Cenera! pre:isiens is hores)' ameRaea in that the GaRtraeEe~ mHst I?3.Y all fees aRa eh.:lr~o13 levieS. by the City's BuileliR~ Iasr,JeetisR Bej?artmeRE, ana all etRer City fees, iReluaiR~ l.:ater/'.Jastei.;ator moter foes ana ta~ fees as reEfl,iirea BY ~ A-2<1 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 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 exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued. . A-25 Sales Tax Exemption (NOT USED) Eeet:.iaa B ~ 22, Tau B3[eIDf3e.iSR Pre.isioR, is elelet.eei iR it.s entiret.y and t.he falla',.ill!l s~Bstit~tea in lioH thereaf. CSRtFaet.s fer ilR];lrs"/"cfftcata te real ];lrSl?eFt.y .T..uraca by tRe City af CeFj:l1::l6 Christ.i ~ Ret t}Y..:llify fer eneBlj?tioflo af Sales, E][cisc:, .:lR8. gee T.:u[es l::lRless tke CeRtEaeter eraeEs to sperate HaBer a sc~ar~toa caRt-Fact as aefiRoa OJ. Ecetien 3.J91 af G~~teF 3, Tal[ Atiminist.FatieR af Title 31, P\:lslie FiR3.aee af t.ae Tenas ABiRiniet.FaEi-.re c:aele} ar sueR etaer rules aT re!JUlatieas as J:lUy be premHl~atea by tae C_~.~tJ?alleE' af l?'dBlie ."\.eeel:HlES af TeU3.B. Section A - SP (Revised 9/18/001 Page 9 of 20 If tHe CaREraeter elee~s 1:.a a~erato anae~ a 8e~a~atea eaHtraet. He shall: 1. 9I3taiH t.he neeess.aE11 sales tan 13ermits fram the Stat.e C3Blf?t.relleE. 2. Iaeatity in t.HL! .J.~I3Fepri.::lte S13,,:U::!C en tac II Etatem.eat af Uateriale aHa etaer Char~Qs. iR Ehe 13Fe13es~l ferm the east af materials pRysieally iRee~eratea iat.e ERe Prejeet. 3. Previae resale certifieates t8 s~plier9. 4. Pre ...iae t.he Oi E") \,,"ith callies af mateFial ift\..eiees ta suBst.ant.iate the JlE'BII8Sal ~,IHe af matefials. If the Cent-raeter aees Ret eleet- te sperate under a separates esntraet. ae mHat 13~' fer all &alea, ~[ei8e, ana Use TauQs apf:llieable ts t.his Prsjeet. f:ueeeREraetaFa are eli!;Ji'Ble fer sales t.au e:UeHI.13tisRs if tRe eaeeSB.Eraet.eF alas e8~lieB ~:ith the aBeve requirements. TAe Centraetsr mast issue a resale eertifieate te tae BaSesHtraeter .:laG tae suacoRtraeter, in tHrn, iasHes a resale eertifieate te hiB B"Illllier. A-26 SUppl_tal Insuranc. R.quir....nts For each insurance coverage provided in accordance with Section 8-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage parti each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi. Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsementsi 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 trom any and all lawsuits, claims, demands. liabilities, Section A - SP (Revised 9/18/00) Page 10 of 20 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 faul t of the Ci ty, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims (NOT USED) PaFa!lE~h ameaaea te (a.) CeaeFal iae11:lele. LiaBility af Seetisa B 6 11 af tRe QeaeFal P're1.-iai9Rs is Ceat.Faeter m1:1st prs7iac auilds_.s ~isk ias~~a&s8 8e78~.g8 far Eae teEm af tae GaaEEaet ~ te aHa iaelaaiRg tae date tHe Gity fiaally aeee~ta tke PFsjeet 9F ..~er]t. Btiilaer's risk ee-:er:lgc mast. Be ;).B "1..11 Ris]t" faEB.. CeRtFaetSF' RUist lIay all eaSES aeecosary te pree1:ire 81:1eh Builder I e ];is]( iaSI:IF:mee efJ'''J'erage, iBelu.aiRg' aa-y e1eooeti13le. 'Pac City must. be RaIReB aaeiit.ieaal iRsarea 8a any ~elieies ~FsviQiR!l su.eR iR81:lraaee eeverage. A-28 Considerations for Contract Award and Bxecution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer'S request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field 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. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) year. recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to! scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Section A - SP (Revised 9/18/001 Page 11 of 20 2. Foremen. if utilized. shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Docum8Dtation concerning these matters will be reviewed by City Bngineer. 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 prereqmisite to the City Bngineer's obligation to execute a contract for this Project. If such approval is not obtained. the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer cQncerning 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. Requir_nts Under .General provisions and Requirements for Municipal Construction Contracts. Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such 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 reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed 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 th~ Project. If the City Engineer does not approve all proposed subcontractors. it may rescind the Contract award. In the event that a substituted for or Engineer retains subcontractor previously listed and approved is sought to be replaced during the term of the Contract, then the City the right to approve any substitute or replacement Section A - SP (Revised 9/18/00) Page 12 of 20 subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days fOllowing bid opening, sublait in l.tter foXllll, infozaation identifying type of entity aDd state, i.... 'l'ex&s (or other state) Corporation or Partnership, and name(s) and Titl.(s) of individual(s) authorized to execute contracts on behalf of said .ntity. A-3l Alllended Policy on Extra Work aDd 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 AIIIend.d "Ex.cution of Contract" ReQUir......nts 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-l. 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 Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to Section A - SP (Revised 9/la/OO) Page 13 of 20 addenda, Special provisions and Supplemental Special provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A. '1lisitsl?/GsRE:E'3eter OriCREatisn PFier te perfSERiR!iJ 'l..~'erlt: .at aay Cit} ":.:lEer f:leility, Eke CeRt-Faster, aie BUBesatraetere, aHa caSH af t~eir em~18yeeB m~et Rwfe 8a tReiE peES8a a .:aliEt sara eeEtifyiR!j taeil? llJ:iSE att.eaQaBee at; a \Tiait.sE" /G8RE:FaetsE EafeE~- 9rieatatisa PEe~Fam eeR~etea By tke City Water Bel!aFEmeBt perssnnel. 1. '.1"isi teE' /Caat-Faeter Safety Orieat-atisR l?rs!JFaHl -.lill se efferea B-./' al:ltaerizea City Water Depart.meat 1!8FBsnnel fer taese I3BrS8RS tIRS as Ret ha!.~e BlieR a earEl, ana \:he aesil?e t.e {:l8Eferm aay U8F][ \lithiR any Git.y \later f~eility. Fel? aaaitisaal iaEermatiaa refer te A*~.s~--. 1. B. 9D8~atiia. af Sitiy OwBed. Brpi......-M Wk. CaM~aS~.E .hall a8~ 8~aE~, speEa~e, 8E 8~ep ~ V*~, ~~eE, ~.1~., .~'......-~~, .wi~8k, ~~eahe~, ss~..al, BE ~ B~he. lti.. ..l.~e. ~8 Si_y wa~8. .a8ili~ a~ ~ _~--. All SHsa items ~S~ ~8 B~e~atea ~. an e~eFater SF eEa8F aatherizea maiateaaaae e~leyee af tae Gity waEeE Be~aFtmeaE. C. PEG_es_iaB af wa~.. Qaali~y TaB City R\\:ist Elcli..."'eF '.Jatar af a.riRltiR~ Efl':lality ta its alistemars at all times. The CaaEraetar Baall preteet tae ~ality af Eke ::atsE in tke je~ site aaa akall eearEiiaate its ..'sFIE '.dta the City water DellaFaa8aE ta ~reteet the ~ality af Eae \mtor, D. SeBfasaitiy wi~1l AIIS:J::HSF S~Ul"-T. 61 All matel?ials aRa equipmeat 1;;180e iR tae repaiE, :Fsassemely, traas13artat.isa, :reiRstal13tiea, .:m.a iRS~8stiea af 13~S, SF any aEaSE items, \Jfliea eEHi.lEl same iRES aSREast i,~.ith ~ataBle i,Ja.teF, Blast ssafeER te ."'ifReriaaa :UatieR~l f:taaaaras IasEiEl::lEe/Uatieaal f:aaitatieR Fa\:Huiatiea (.\!J&I/U€F) StaaaaFB ~l as Elesorieea ia tho StanaaF8. SpeeifieatisRs. SlIGh mati..!al. i&al.u4. all 881"'.-81&8, sl.aB8E'tiI, lU~visaa4i8, gaak.1i8, thW'III"I lEI _IEI-Ht_, IEIs.tii_gs, SE' l:lyd:E'aul.ilEl 8QU'V---ti. .... i"-- _s" ..Ii. 118 u.a.4 ---"I ea. "hey as.feBa wit.k AIIS:J:/RBF Stiaa4aE'd 61 ....A _1... ..eh l..--- ... i_apes.a. SB tills tili.. ~ aK1iheE'i..d Gi1iy peE'.8DBsl ~---Aia~.~ p~i8. .. ........ The CeREFaet.er saall ];Jre-...ielc the EE.€Jinccr r..:it.:A. aeJ;des af ...rri'tEen presf at AlTbI.'llf:F f:taRaara fil al?pre.al for 311 materials -~ffl.ieR seale. SS&1e iR'6.S aSREast ',Ii tft petaBle \:ateF. E. a.BAli.. aD. Dig.seal al ~asll -'\11 trash fjeaeratea BY tho C8Rt.raeter er hie ~leyees, a!jJeats, SF saaeaREraetere, must se 8sRtaiRea at all times at the \Jater faeility site. Ble..iR€J tr3.SR "..rill Rat Be alla\:ea. The CantraeEeF saall )tee~ \.sFlt aF8as eleaR ~t ~ll times aRa ramevo all trash daily. G~' S QN sra PRBPoIl.iWl'XGH F. Gaa'EFaet.sr's SFaBfje, 131ue, f)erssRRel ar i.~-b.i te. mli:lst i.IO.:1.r eelerea uRiE"BFRl BaN ~lsy.a ---.I Ie.. _... s-.~eFalle PE's"_~.e . seaeE" _ --lY" tftafi ---- Section A - SP (Revised 9/18/00) Page 14 of 20 --11 ialliYidual _ley_. i~T~~itiB~ie.. c. CSaE:F:Let.SF ahall ~e1epheBe8 are II. ~rEl,;i...:le ~e'e-"""e..eB ~ ~ ~ ~ t::t 'C:t: ~n:~~~~ _SF ~eR_raetor E1erBsnnel. Be~ a~ai1ahle fe~ CeB~~ae~e~ use. WSFlEiB€J heuLs \:ill 13e 7.99 .'\.11. te 5.99 P.!!., Ueaaay tRF\:l Friday. P1~ 1. GsatraetElF must Het 13Le"".riae S\JR saRi tar-I \:;lee any City faeilities. faeility Fest.resme. GeRt.raeter ERliSt: J. 1.11 ~eRtraeEer vekie!es Rl\:lSt. Be l?aLlEea at elesig:Ba~es site as desig:BateEi BY C1t.y ~~Eer Be13artmeRt staff. .All CentraetsF 7ehieles ~st. Be elea~ly lalaeleEl \.1tS eem}?aay RaRle. !ie 13r~vate ~lsyee 7ekieles aF'e alls--eel at Q ~i See".ea W e !l! n . . . EI a eF reat-meRE Plant. 1.!1 13erS8BflEd IR\:lSt. se . . uefiiele Q' I . 18 e ell1f:l aft} ~e8i!ffia:~a ur1n: ..:S:.t~R5J hS1:1Fs, E!SRt.Faetar eRll?lsyees masE Rat le~.;'e the . 6SRS rue 1Sft aFea Hsr \~Eler ERFSli5JR any S\:lildiB5Js staeE than far re~.H.reel '.:eFI~ ,ar as Eiireetea BY City Water Bel?artmeRE }3eFsena.el Sl:H'iR5J eRler~eHey c~aeuat1eR. K. Gsatraetar Q\:;lalifieatisRS .~CeYlf:ITIGtl) EC.'\D.". ( CgPEW1IEORY 80!J!l'RG1, ANB BA'l'1\ Afty tJ8ElE tEl tke ee~\:;lt~r easee m8aiteriR5J aRa. seRtre! aysteIR. Rll:ist Be 13erfsFlRea aRly BY .q\:ial1fiee1 Eeehnieal aRa s~en~i8aJ:l..r lIerssnnel, as aeteHRiRea By ~eet1R~ t~e. EfU.J.lifieatiaRs 1 tara 9 sele\[. THis ....sElt iRelue1es, E'l\:lt ~s RSt l~m1tee1 ts, mseiifieatisHB, aElelitisRS ehan~es seleetieRs, f\:;lrRissia5J, iRsEa~~i ij e. .' , - R , es~~ee 1R5J, 13FSijrammaBij, e~stemi2iRij, Ele)a~€Jijia~, eali13l?atiR5J, ar fJl.J.C!iR!,J 1H speraeisB: all ft el ~~~~ --- aF .~Jare ana/SF eeft".:are sfJceified SF re(fUil?eB BY taea8 B}?eeifieatieRs. The CaRt.Faeter SF Ria s\:H3esntraeter 13rsj?saiRlJ ta I?e:ffsrm. the E'8_"\BJ\. usrlE 1ftti.st se aBle te eiemsast.l?ate the fells'.:iRij. 1. lie is re~UlaFlY c~€Ja!Jed iR tRe eeEnIH::1teF easee1 m8RitsFiag ana SSHtFsl B}stem 13US1RC86, ElFefcrasly as .J.fJfJlieei ts the lR\:lRieil3al ".:aEer aRa r..:astei.Jater ia8.Hstry. lIe flas 13erfermea '.:erlt 011 syetsR\S sf eElmj3aFa13le siBe tYf!e, aRa eSlRJ?lmd ty 38 reEJUirea il1 this CeRtraee e 1 e' ft . ~~ SR a eas t. Fee }?r1SE prejeets. lIe R.J.13 BoeR aeti~..~ely cB€JagG6 iR tae t)'Pe €If ".:erlt st3seifieel RereiR fer at least ~ years. lie ?HlEllsys a ReijietsFea Prefessisaal EnijiHeer, 3. CaRErsl S'ystems ~!J1ReeE. . 8r aft Eleetrieal EnijiR88r t8 s~e~~ise BF }3eFfsFlR t.ke .Jsrlt rCHI1::l.1FeEl BY tkie s13eeifieatisRB. lie eHQ;!lsys l?el?BsRflsl sa this P:E'sjeet \IRe ,:,sm13!eted, a m3.nUfaeEurer I s traiRiR5J eS\:lrse 1~!emeRt1R~ Ehe s~seific es~~tera, RT9~is, fSF the CSRtFact. lie maiataiBs a }?SFHlaneFlt, fl::::llly ataffea aBet eEf\:ii1313ea eer.....iee faeility ..it.hiFl 199 miles af ~Re prajeet Sie.8 te maiaEaia FeJ;lai~. ealierate, aRa pre~r~ taG systems 8~eeifi0el aeFeiH. ' lIe saall f~rRisR equil3lf\ent '..iliek is the J;JreEhlet af BRa maRblfaet\::l.i?el? te ~he HlalHII\UIR. I?~aetieal mrtent. WHere this is HSt IiFaetieal, all e~~}?iReftt af 3. €J~YeR t.ype \;ill Be t.ho ]?rssl:iet:. af eRe lftaft\:lfae'EaFe~. ~r1.8r ~e~f8nna~ce ~t the O. II. Ete":eae water Tl:eatment Plant \:ill c Has ~ft 67a ~at1R~ \.~ieh CSRtraetSl? SF auaeeRtraetsF I?rS~Fams the Re..: .:arlt fSF Ehis Prejeet. - Tae ~sRtraeter shall ~F8auee all filleel SHE I?FS~FaJRHlift5J aleelEe reEj\ilFea t8 BRS.. tke 13re~ra:mmiR~ as HeeElea aHa :J:"eEflJ.iFeel, ts aElel these t.,1O systems 1:.e tae mdstiR!J City &ChBJI. syatCll\. Attaelieel is an euaIflf,lle ,af the, reEfl;l.ire~ pr0!jr.:lmEfl.iRlJ bleelEs \:Riea tHe Cit.y retI'iires te Be f11lea 1ft ana €J~~.?eR to t.ke City ER€fineer '.:ita. all ellcLR!Jea 2. 3. L 5. have sHeeeesE\:llly in eeBfilJ\iFiRiJ aRa. 3.flel seft:\.'"are IJF91?Saea 6. 7. 8. 9. Section A - SP (Revised 9/18/00) Page 15 of 20 maae fHiriR€J Eae 1l:E'8€J:E'a&&ing phase. 'l'a8 attaeReei Baeet is an eUaIflJ;Jle .:tftB i8 Ret iateas.ea te sRe'.! all af tke reEfUi~ea skeets. Tfte CeRtraeter '.lill IlF87ieie all fJEsgFamlRiRB l31eelts \:lses.. h. 'l'renehiRB Re~iremeRts All Eyen8hing fer this Ilrejeet at tRe O. Pl. Ete~eBa Wa~er Treatment Plant saall Be ~eEfermea Hsin€J a eael~ec er hane eiiggiag due te tke aHmSeE sf e][iatiB!J unaergrel::m8. eestFUstisRfJ. lie tFenekiB.lJ Bliiehiaee ehall se all9\J'l2H'i en. tke prejeet. A-36 Other SUbaittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: 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 number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor1s stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to. promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers I standard colors, textures, and patterns for City Engineer1s selection. Section A - SP (Revised 9/18/00) Page 16 of 20 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 "--""'''.4 -Arrangement and Charge for Water Fund.bed 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: -The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the 'Plan'). This includes iuplernenting water conservation measures established for changing 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.- A-38 Worker's Coq>ensation Coverage for Building or Construction Projects for Government Bntities The requirements of -Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A 39 G'a~~iCi.ea1ia sf QssQaaey Uld FiBal Ass8l11iasea (Not Use4) Ta8 issHanee ef a ecrtifieate af eee~aRey fer i~re~emeRts aees Bat eaastitute final aeee~taRee ef tHe i~Fe~emeRtB ander Ceaeral Pre.isiea B 8 9. A-40 Amendment to Section B-8-6: Partial Bstimates General Provisions and Requirements for Municipal Construction Contracts Section B-8- 6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-4l 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. 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 Xndemnification ~ BOld Ha~ess 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: Section A - SP (Revised 9/18/00) Page 17 of 20 The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys. and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor. or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys. and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 AaI-Built DimensioDS aDd Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish OWner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) 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 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 all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay fo~ disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory ExcavatioDs (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and Section A - SP (Revised 9/18/00) Page 18 of 20 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 pipeline. For existing pipelines which parallel and are within ten feet (101) of proposed pipelines of the project, Contractor shall excavate and expose said 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. 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. Contractor shall perfo~ DO construction work on tha project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall not be measured for pay but shall be considered subsidiary to the project. Any pavement repair associated with exploratory excavations shall be paid for according to the established unit price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-fo8 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 CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-fog _ed "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.. Section A - SP (Revised 9/18/00) Page 19 of 20 PROJEC'l' : SUBMJ:'l'TAL TRAHSIIJ:'l'TAL FORK 0WIIlBR : BIlGJ:NBBR: COIlTRAC1'OR : SUIIIIl:'l'TAL DA'rB: SUIIIIl:'l'TAL IItlIIBBIl _ UPLJ:CABLB SPBCJ:l"J:CATJ:ON OR DRAWDlG SUIIIIl:'l'TAL Section A - SP (Revised 9/18/00) Page 20 of 20 :zCl ... ~ .... 0-': ~ :I a: a: 0'" III ....J... ~ i ll/: 8~ a: II: ~ ~ ~ ~ a lL. CD ... 0 2'-0. 2&_0. . lD '-0 Z ~ - ~ I- -- -------., ~ I en en --1-~ III - 0:: ~ 0:: <( ~ ::c -I ~ U ." -I 'en ... ." 0 ~::> 2 0 O::Q.. -. 00:: "0 = ... 0 0 ... 3:0 I I .. .... Z U -,... -10 0 ~ m <.!) z 0:: - ~ ::> 0 0:: )- Q.. :?: - lD 6. 2'-0. 1'_6" '4'-0. Atl8Cb_t I Page I oft REV. 7M General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State: TEXAS Construction Type: HEAVY County{ies) : NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number o Publication Date 06/13/2003 COUNTY(ies) : NUECES SAN PATRICIO SUTX2052A 12/01/1987 Rates Fringes CARPENTERS (Excluding Form Setting) $ 9.05 CONCRETE FINISHER 7.56 ELECTRICIAN 13 .37 2.58 LABORERS: Common Utility 5.64 7.68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8.72 WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. -~--------------------~----------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii)). ---------------------------------- ------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination http://I92.239.92.1 08/searchldavisbaconlcurrentltx39 .dvb?ts=O.44154200 1103815653 Page lof2 12123/04 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator u.s. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://192.239.92.1 08/search/davisbacon/current/tx39 .dvb?ts=O.44154200 1103815653 Page 2 of 2 12/23/04 AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 8TH day of FEBRUARY, 2005, 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 Coastal Resources. Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $544.823.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: STORM SEWER EXTENSIONS FAIR OAKS DRIVE DRAINAGE IMPROVEMENTS AND LEONARD DRlVE/ MULHOLLAND DRIVE DRAINAGE IMPROVEMENTS PROJECT NOS. 2207/2172 (TOTAL BASE BID A & B + ADD.ALT.C: $544,823.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, 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. Agreement Page 1 of 2 8 30"1' d ~.~ 0.... Dl'Ive Dral""lM ~.....to (PtojltcI No. ~2lI7) and lAOIlard Ortvl/lllilllollalld D1Ive Dralnago 1mprGv......nIf IPtaJocl No. 2172) T II IIID QUANTITY UlIT De5CRI'TION IIHIT PRICe IN lTIlI PRICE FIGURU fair Ollis ~1NI11O ',:n.....ntI No. 220 -- : ... """ "u~-.rt. '"''''ll''''' 10"'" :31 0 ~ aJ153ftJO. ~ Ai 85& LF ....'"_r_ 14"" ""X ,,'ij]Yirt, "pII~ M.rJ,o <E- M. 1~' LF DOl' ~_Ioot . RCP WI\IOlf. ""'l'1ili III DII"'I .~ o<l q,ZOO ~ A3 2&0 LF _......Ioot .. -- ","on llefott. oon'lpI'" .. pIOCe ~r ,..... I~ ,.q2D~ M 1280 l.F ... yp......M~. '" 1JEiO~ q fJ()n ~l N; 2 ... -....,"""" "'~:, ,,"led ....... _10 011 5fJYJ'!!. II Ort; ~ M 2 Ell loco _ ~",,",Iod . Bend willi lffilo"" I~ fJ)O ~ Al 3 _fA AI... <DmltlAolt1~...ce ""'Nell I Ai 3 EA .... 1 ""'" ,-. ,om,,,,,. ,. PI8<" ""'I J2,oo '!:! g,'I-On. ~ I lAIr!> ... ., ...ot ""1.ll/X)~ ~("oOO, 00 A9 3 EA .""" I uu....-sllliefo,.. F.......... 10 OOJ~ f D,OOf) ~ Al0 1 LS I. ilia", lum I ""', ;'::'~"~ IltIi1age Ilol<. CO"'P""". ~5r# Q. 5no~ A11 1 LS 01_1 .om End 'raiment. '" ry (){)r; ':5!- ",12 2 EA iliaC. DOt.... nn- - J - "".....- JeIlOl1. complete '" ,,~ 1:J5 Io~r, o.!:!-- d5~ 1\13 945 SI' _ ...... ""'d AI. I LS ,."'" """liilf Pl.n. ciOMjiIii. on pa... ""'I'15Olf' 7 .5DO'2- 1001[1 lum "".----- "__...... _.~~- !ru.lulllu V"'Y Gi.IW. "",,,,,* w. ,,,.,,, RD~ I ~,300~ AI' I 1~~ LF oer ...It W)Ot - ~. - ~ .- . --.....--- ~A\ Z- ) ~~~Wlne'lor u.;::;:'"""n... 'Dm;;:J-~-+_.::;;;::;..J t r-:1"..; ..~ I LS !~:~aceoertlJmc$um I 5.000,001 ,,000.001 ......... _.. _'.. ~.~ n,_'_ _ ' .... ....... .-....~ 0*"'01111... or&1sIIng l&"RCP ..dCurb I"..: _" 5TA.1+90 000 5TA3+3Il. ~lelll LS I:a ce lurn wm AU i--.- ~ 00'. co. jfJJO~ J SDl[] 'REVISED" PROPOSAL FORM ~S5:.1 50'6~ NVr I}...---:.." lOt ,1\ : .058066 ~51o AOOENOUt.l NO~ 1 ATTACHMENT NO. :2 PAGE :3 Of 10 ~OS~g ~sr~"S?l dH :AS ~N"3 SENT 51. HP lABER"ET 3150: 3618303501 . JAN 19~05 "::29; PAGE 4/10 F jlR- Oiks 0"". Orlllnag.e ""'rO'Y~nta fProj.c:t No. :::207) alld Uil)riard ;;;nve' ~UC'W~I~ C;h'~ tNaln..~ ll~.provemem;: (\;',~~1: l-lo. %i721 -.__/ I 110 Qu.o.HmY UtCIT DESCRJPTIOlll UHn TOTAl. PRIC~ IN ITEM ~ FlGIlIll!S ..._...c_- .C." . .....wtaiGJ...._iili>ii IQ6D'" q 5-D-~ ... , ~. ,,, nIDI?' f1IM" HAm . .- I ~~_.._._.F.-.-rR;;;;-.;;,7P;~.. Bedion d Ir~ ~~I: 700~~ I "'9 I _ .. _ .., ."'_,_ ..._..+_.........,......,..1. , :;~O , ~ I LS J;;;;;;...0~!C"'I~-~,;;t..__.r.. ~.;..- ----.-... .~- ...... .....- . Ilomollla1 of ExlIlin; _....... Spllway.1 5JJi]ce 5,1/X)'!?- ST A.otOO on Sl>eel S. ~ In pIoco pol" -"20 1 .6 Iv""''''''' , .5 . . ",:;,;:::.:.r:- M..,hole. ~~ tJ- <,/;cD ~ All 1\ tJI sum PllYlln::;opow. """'_ ..pece p.r 29~ 1'111C;~ 1>.21. 68~ 5Y i_u.... A:l3 1 LS . cg,,-Ieln ...... _III.., IUm 'Two'!' 75()()~ 1IllAI, nt. 18~ IO~CO~ .1\24 eo __ lS .....let. i'I ow:. "" Iumn.... .- . TOTAL BASE BID A [I1'EMS 1\,-1124) .-fflftlO'9 V ? .(1) /" 1/)&,( ,'.. I"j a'.J. y..' 2-D I{... ,l , / '-' 'flE\IlSEO' PROPOSAL FOllM Pal104oflO ADDENOUM NO.1 I\TTACHI.IENT NO. 2 PAGE 4 Of' 10 Of, S 30'\1d Fair 0.... DrIv. O..,_Impn>.......,llI Cl'roiOCt No. 22Jl7, end Loonord Dri..I Ilulllolla.d Driv. 0""..,. JIII!'...vemo..... (I'nljed No. 21 rZI J U " ,:::- QUAHllTY IJNlT DESCRlI'TIOII UlIIT TOTAl. PRICE ~ PIlle! FIOUIU!S I.eonardO_U~::::' 0:"'0 ~ ante 110.211" IF .. '11lNI fool 'W1_ J5"! IoI~O.OO R' 175 . ,....:11 SOlely, GOmI>IoI. 11 pl..,.I""...., J <)0 ~H..OO e~ 175 LF reo< I. ,...., roar 2'60D~ 11 IJl1fl.OO 53 4 . IiA oacn . """",_.... per ~OOfJ!.. . 5 ,(,Oo!." S4 EA - t _._~....m, CDII\_ sa.fMI )'/ BS 1 I.S 1ft mice - iul'ft... .\.IM ~ GOO.DO - "- ,~""'.. <<wnt>-" place po' 35,~ ';J:1lf) .m ~ 56 SY 1_'1'" I OlllDVa/ofEctslIng ........,3EM ~ 3 Elf).o6 87 1 lS '5" RCP eo....... ",-;,;~ '" .... """pIOtt"l>Iae8 per 'i2oo'tl fIJoo .00 B8 1 LS I.NnDaum 89 , LS _~.""""'\Ok1 rlumo .\Jl1\ '78JJ~ 7500. on 810 """"'... Pad. oompJela" plllCll por $Quare 200~ WJCO:ro 10 SF .,.,t """,. nt. 2DO .0- f 0; 811 3.; LF ~oIt Io~~ ..,ttnoor foot IJ CO TOTAL BASE BI) B UlEMa Bl-B'11 5 tl/I . .UJ & ,f'> ',j U !9S:.1 5061 N'\1r "FlE\llSEO' l"l.OPCli>i.L J'O~M ! IOS~Oij6 ~S~ AOOENOUM NO. 1 ATTACHMENT NO. 2 ! 051~ J.:l'~3~'\1l -dH-: AS--.LN3S .._" 0,(S ~~\ld FoIr Om DrlV. Dfalna(llll_monl. (P'oJK' No. Z207l ..... Laon..d Drlvll U......101ld DrlYI D'alllIOIl...._nts IJlrojoc:t No. 2172) BID QUANTtTY UNIT DDCIVTION ~ ~..Cll~ ITIII I'lCIUR!S L.......d llmHtIIlU_ Dtlvl Dra_ 1__'_No.21121 Al)DIT1\/KAL.TlRHATI! i.F I_~ 12.'n~'~_."', "pIll<OI .%,(tl wl~D.OO C. 176 1ne..1oGC I'".''' 5.ecy. <O<lllHt. in plate peri,,,, ~- c' /.5D :lhl/-.oo 176 LF foot C) lOA ",-'ed L;lJ"l) ,".... colTil>leto In iliaCI pot' 3:00. OC\ (,000,00 2 ..ell I'::':':..."'pao" .... lit IU" per dE.lZf) 1~~.Cf) co 65 I!N C5 , LS $ndina. -I In ...m ~ .1.,rm. 11) C6 150 LF in IIlOIIttlOI CIIllO.~ 15~ X5D. fX) TOTAL 1.llllITIVE ALTEfl!JlATI1 (ITEMS CH:lll s/q'RqOC 'LS:.> SO~G, N\lr 'REVISED' PROPOSAL FORM : ,Qseose,ee ADOENOUM NO.1 ATTACHMtiNT NO. 2 : os.E: .L3'd~S7l dH ':A6' .LN~S .~ o i,': :iV'Id faIr Oakli Drive Drainage Improvernetlts (Project No. 2207) And Leonard Drive I Mulhollalld DTlve Drainage Improvements (ProjeGt No. 2172) Bid Summary TOTAL BASE BID A (ITEMS AI-A24) TOTAL BASE BID B (ITEMS BI.Bll) TOTAL BASE BID B (ITEMS 8\-B 11) + TOTAL ADDITIVE ALTERNATE C (ITEMS CI-C6) TOTAL BASE BID A (ITEMS A I.A24) + TOTAL BASE BID B (ITEMS 81-Bl1) Tar AL BASE BID A (ITEMS AI.A24) + TOTAL BASE BID B (ITEMS Dl-B1l) + TOTAL ADDITIVE ALTERNATE C (ITEMS CI-C6) ~~5:.f 50 6f~N'II- '/lEVISEO'" PROI'OSAL FORu Pa"" 7 .''lC' ~ foseoee fee s ~'lq} l4fT.fJ(J Y ~~ Y 20..0 ~'I PO .0') S ~__ .' ~-.-~'>S/ 00Y ~ $ frl!J g3, 00 1~' (0:7, cli ./ ' 5 t)tJ J c n.lID.O. S ?~ 0;;' (/" $ ~~'l.J)d'T. _A....l ' - ~ J s ~5f~~,DO 'In??! ,,/7 t~,- L,t>"" 'DOIiNDUMNO.l ^TTACHI.tE~ NO. 2 Pi\GE 7 OF 10 :oSfe ~3r~:iSvl dH :AS !N:iS The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 90 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in -L parts at Corpus Christi, Texas on the date shown above. ATTEST:~ II City Secretary CITY OF CORPUS CHRISTI By:~~<2~i~a;- Ronald F. Massey, Asst. Ci r Mgr. of Public Works and Utilities APPRO AS TO LEGAL FO " f. J::~ 2/. I"~ r . City Escobar, P.E. of Engineering Services CONTRACTOR (Note: If Person signing for co~ration is not President, attach cqp,y of authorization to sign) / AT~ (~PoratiOn) ,).( i.l)lC) ~~~lC ' [ '( C ( { (Seal -Below) P.O. Drawer E (Address) Corpus Christi. TX 78469 (City) (State) (Zip) 361/265-9500 * 361/265-9333 (Phone) (Fax) Agreement Page 2 of 2 iD.L:.@ 6 ~ 0 ;:.unIOllUl:~ t" l'Kl\~1i. _, ---11~ M.. -.., _..H...........: .......?~A . <.~J..I;<f1 M~''f l/-- SENT BY: HP LASER,J n 3150; 23' BM3"r1 . cAN 19 n5 12:27; PAGE 1 PROl?OSAL FOR M 1<.0 CP;$~ ~ ~ ~, FOR Fa1r Oaks Dr1ve Drainage Improvements (Project No. 2207) .,-" and Leonard Drive/Mulholland Drive Drainage Improvements {~roject ~o. 2112) .---"' DE~ARTMKNT OF EN~I~~SRIN~ SERVICES . RetlSEO" I'l\OPOSIW POll" ~..ge 1 of 10 ADD9lllUM NO. 1 ATtACHMENT NO. 2 PAaE' 01' 10 2ENT 8\: ,~~ LASER~ET 3150; 36i 9903501 ; JAN19~05 12:29, ~AJE 2 'C!TY OF CORPUS CHRISTI. TBXA3 PRO P 0 S A L '--' pl""'" Nu.eces c.cwrty Date: 1/,Q/20c5 I 1 . Proposa, of C,oaBia I qesources) LTD organized and existing under the laws a Corporation at the State of OR a Partnership or Individual doing business as . (/;oa,Gtr1U:leso/"tr{esJ LTD _. '--/ TO: The City of Corpus Christi, Texas Gel~tlemen , The undersigned hereby proposes to furnish all l"bc,r and mateI.lalS, tools, and necessary equipment, and to perform the: work c.equlred for: Fai.r Oak. Drive Drain.age llll'rovements project No. 2207) and Leo.nard Dri..cr../Hu.lho.1l.u.d Dr.1ve Dl:a.usage Izqpro\Toaments P;r;Qject No. 2172) at the locatior.8 set out by the plans and specifications and i21 .;trict accorda.nce with the cont.ract documents for the following p::"icesj to-W:lt: " REVISED' PROPOS.I>.L FORM po'le :l of 10 AOOENCUM NO. 1 ^TTACHMeNT NO. 2 PAGE 2 OF 10 E 3E'I'd ~.~ 0.... om. DnllnollO 1nIp........nto (PreJod 110. 22<17) .. l.oonord Ortv./"IIIo~d DtIvw Dralnqo 1mpIav......nta ("'.01 No. 2172) I II 810 QUANTITY UIIT fl1iM -~~- rU;;'i'iilllu V.lioy ""tW. '-""JliieW~, ."" {)J)!!2 I ~, 300 tp ~+_LF :f~~~u~~"""n.., <n",::i~:'+~:--~ t r.:~: T--~-~-~ i t.S 1ft oIace ...11..0'10 sum I 1S.000.oof ',DOG. ...---' ' ---~~~. ... -.-.-- '-'--. -- . . ....... --'- -----'---- .. 0.,,_ a1El<1oIIng If' IlCP...d Curb Ic.oe; I _n 5TA.l +90 .... ST A3+30. axTI'letII A17 : lS In ce lum s:um M &58 A2 1~~ A3 280 M 1280 M 2 tV; 2 A7 3 A8 3 A9 ~-~.- Al0 1 AI1 1 A12 2 1\1' SoI5 Al~ 1 --- ---... .-" AHi I 1t"\~ OESCJlII110N FIl. Oalls DrtY. Dralnollll"""",....nta .,......... No. 220'" IlNIT IlOTAI. P PIllC! FIGURa IF "". ....,Joat lIOX "UM:n, COnll>"'" 1M plteI:5/0 <t ~f05 i3Ir.O. ~ LF __fool""""""""" WI plaCl ;]lJ[J.!!2 JtJ:~.n f!!... IF __"';""~"""'""""""IOtOlr1p11a JI:;~ q.~OO ~ (q:lO ~ tn 1JEttJ'!? q o()n 00 EA loco ... oem ..led tlO/lG. compIet. if 5EiXJ'i3 II. om ~ ..fA ~ied I "'00 _ Ill.... c:cmolHo In ilia.. ""'..... ffiX)~ '''' fJ)() ~ EA .... '- ,...... <<l/IlP"" ,n pIaeo r>II JJ,oo"" Z. rot). ~ EA eldl L1Jrll__, 1M ,u.. poI;{f;O'!2 1.500. 001 LS I~''';'; _"""".urn ..~......-. 10 OCO~ r DOCO ~ 11'mpOSeC1 ~onctllo OrUtagl> Iloo<. LS l...co...lHm..... I~ drnft :2. 5()O~ r (Fm~ '7 On/) ~ J EA :...'; _= Ene '''''1mef1l. $V I:V=~ ''''''''''. eomp_ '" ~oa d5 ~ :J51o!J~o.9- LS ."... <.;00111>1 PI"". """"",It WI pace ""'I''1r:.I\= 7 &::DO&!'.- IulTlllIUfl'l ~ :}I ~A\ ~- ) IfAe\llSEDII PROPOSAL FORM AOllENOlJIo1 NO. 1 AlTACHMENT NO. 2 "AGE 3 OF 10 ~os~e ~3'~3S~1 dH :hS ~N3S U...""... 1 ..F ill ~ss: ,I SO"6~N'I'r : :OSe06S ~ge SENT B': ~p LABERwET 3150: 361 8a03501 . JAN 19~05 12:29; PAGE 4,'10 F.ir Oile. On.. Dnllna~ Im'lr...,....nt. {Pn>j'C1 No. ::07) ."'\ i..fic)f~ard .::rtY. i &:uC'tu~mJ On,,': t'Alft:;JlIll:-.proVen-.nt: (\:'/~~1 NO'. ZiTZ. ....-"' I .- W QUt.HmY UHIT DESCRIPTIO.. UNIT TOTAL 'RIC~ ,. ITEM PIUCf! F1GuRl!S - --.- """,pIeioll%O~ q5-D-~ . I .\4. . .. j"""..,.,. ~ HAM R-..-l--..-.l..-.......... [_~.._J 1'!""?"'_....d~~~...Be~aI.a:.~_" I ~ 76 ~I L/- '700~1 ~1! I I LS J;;;... ~i.,;;;; E!'!~.;~;.... .0,...'.. " (J , -------,- .--- .. --- -.. -- IlomolUM 01 ExI.Iinil_.......llplllway.1 5JOO~ S)U;o~ ST....OOOO on SI>eoI e, -"""In pIoco por A:O , LS IumolOiJ'" t> ElllIitlQ _ MBIlnolO. l1?aJ~ L/- 9J(f) ~ All 1 LS 11-......;.,...'" , vatd Opo,. compltlto 11 pia", '* 2f)~ 111'l5~ >.2;' 11114 8Y ""u.... A:3 1 LS _no, con_lOll 1u.......lUm 750o'!' 7500~ -, nt, 18~ I O~OO ~ 1\24 60 LS <"OPl"ltto ~;;.;;.. ... ...... sum . TOTAL BASE BlO A (ITEMS Al-A241 -501'1/110'9 - / V ? /lJ ;^- I/J~i .'.. ii' 4( " I! /If) 11- IiI- , , ---' 'Rl:VISEO' PROPOSAL FIJl<M Pall< 4 of 10 ADDENDUM NO. 1 ATTACHUENT NO. 2 PAGE" OF .'0 Oi,5 j~Vd I I I:~ QtJANlTTY UNIT DESCRIPTION UNIT TOTAl. rRICE IN PlIICI! FIGUR!S t.eonard O_uIlOlI.nd Ilriv<t IltIlMp _.m.nl;i~No.21721 ""~ """""' 111\_ J6"! lD/~O.oo 81 175 IF '- ~I~I fnnl I "",011 SOlely. o:>ml>lo.. In pi,.,. \>01...., I 5"0 ~H..OO 92 11S LF bx I. .- pol" nOD~ 11 Yj f")(), 00 Il3 ~ ~ oacIl . Uf._t""""....".. pl' dkf:r-. . 5 .(,O{)~ B4 EA oacIl t __ "" uUO'Y AGj.."""........- 5 _.Ill YI 85 1 l..$ 1ft ftlace -.. iymn sum ! 000.00 ~ '--' .... cpo_. """"...."' plaCO \>01 35, '!'. ';J.'Jf)JIJ1:l B6 68 S.,. -."'...... .mov Inlol..I1I'13%'" .3 r.ro.oO 67 1 LS 15" RCP """'..... 11\ ""'CO .... - LS ralllC <;;onttol '""". """pie" In pIaee per ff1.00'{; WOO.oo B8 1 I.om.sum 99 1 L5 50.<lillO. <>>moIote In obc:o I 'Uf1I 'Zt:ff/~. 7600. Of) =.10_. rom BCa per square 2fJO"E. woo.m 810 to S/' fllOl """'... . nt, 2!JOoQ.. I C; j' 811 3<l LI' I.;.;"..,.""'..;.... oor _ tixlt l.W -. $ fI/I 1i.I TOTAL BASE Ill) B IITEI..4IS 61-8'1) I I Fill 0...._. D"'I_ tmprO~",""11 (I'rojett No. 22011 Itld Loonord DrI.I' Mullloll...d DrlYI O"ll\O'"lm!>fovomol'ltS (I'roJod No. 2112) ~9S: i 1 SOGINvr 'AE\IISEO" nOr>()ili,l.l'().~M ~ losco.e lee <~'( / ,\ I".) ./ ( ~) j "'" & ~j>'~" ;i\) AOOENOOM f<<), 1 ATTACHMIINT NO, 2 ~ OS I~ J.:F'mVl .~H: ;ie--.l.N3S ~~ O,iS :J0Vd FIIIr Oall. DrIV. Dr.'..gol.",...........1O <proj.ct No. 22t71 one! L.onord Dflv./II.....IIN1 Drtvo Olall\lOll""r.......nts (Pn>joct No. 2172) 110 QUANTITY UNIT DDCllIl'TION UNIT ~"CII~ ITEII PRJCI! I'IGURES L_ard~~.Dra'- I No. Jll21 ADllITI\IIlALTERNATI! I_~ '" . ..- 36,00 IDI~O,OO c. 176 lJ' line.. .... ...ell SIIIely. cornlHto in pia.. por,ln..' -.- O' 1.5D dhl/-.oo 176 I.F fool C, 2 EA """",'01l ,,1m 1mOl. co_In place p<< 1w.ro (,000.00 ..ell C4 65 sv I"::""'".:.. ....poor, "0"1"". II pIIC:O per '$lZf) l/P~,ro C5 I LS Seedina. -.in sum ~ .1,rm. ff) .,,'" .......~ 16~ XhD. fi) 06 150 LF -"in:"~ ...., IllOl TOTAL /,DDIT\VE ALTERWAfI; (ITI!MS 01-all s/q 'm. rrl , REVISED" ~LS:., SO 6, NVI' PlI.OPOSAL FORM : ,oseoes,ee AOOENOUt.I NO. 1 mACHvltiNT NO. 2 : os ,e: 13'~:JS7l dH ':"6' IN:J3 ,~. ~ 01 ,L 30N FaIr Oaloi Drive Drainage Improvements (Project No. 2207) And Leonard Drive I Mulholland Drive Drainage Improvements (Project No. 2172) Bid Summary roTAL BASE BID A (ITEMS AI-A24) TOTAL BASE BID B (fIEMSBl.Bll) TOTAL BASE BID B (ITEMS BI-B 11) + TOTAL ADDITIVB ALTERNATE C (ITEMS CI-(6) TOTAL BASE BID A (ITEMS A i-A24) + TOTAL BASE BID B (ITEMS BI-Bll) TOTAL BASE BID A(ITEMSAl.iI24) + TOTAL BASE BID B (ITEMS Bl-BI!) + TOTAL ADDITIVE ALTERNATE C (ITEMS CI-(6) ~LS:. SO GIN~I- 'REVlSEO" f'ROf'OSAL FORLt P.... 7.'" 1(' : .oscoaa ~sc s WHl J ijf);f)(J y ~1 i/ 'Jg .. (; .,p. j ./ ,/- I1n t7,1 ft.!) , ,:;0 S _::r-r.JfOl>f:V\.J S'$ (,:;O!' "'--. " / $ fi1ylJg3:00 1~ y()3 cO $ 5 f)Z;-h d!./-. DO >/.)~ O? W' "' $-;:5-~W,DD 0" :lJ5~ t.~;- d-~tj- .ooeNOlJM NO. 1 ATTACHMENT NO. 2 , PAGE 7 OF 10 .OSIC ~3r~3S~l dH 'A6 !N3S 3ENT BV: clP LASER" ET 3150; 3618803501 ; JANi905 12:31; !=lAG~ 8/10 The lmdersigned hereby declares chat he ha.~ Ylsited the site and has car.;i'ully examined the plans, speC'iticat:ioillil and cOI1"ract documents relating to the work covered by hi!! bi.d 01:' bids, rh.ot he agrees to do the work, and that no representations made by the City are in any sense a w~rranty but are mere estimates for the guidance of the Contractor. Upcn notification of 3;"a4.0 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 pa}~ent for all labor and materials. The bid bond attached to this proposal, in the amo.:nt of 5% of the highlH't alOC>unt bid, is to become the property of the City of Corpus Christl in the event the contract and bonds are not ex,ecuted within the ~ilDe above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Bus1n.~. interpria. participation: The apparent low bidder shall, within f~ve days of receipt of bids, submit to the City Ens;ineer, in writing, tile ..;;.me8 and addresses of MBE firms participat;1ng in the contract and a ctesc1:"iption of the work to be performed ana its d:).!le..: \'a.!.1..i(' f(":(' b:: ~ ~'_r~.l~.~~(i.:'!l p:lrpCiSe ~ NulIIber of Signee! Seta ot Docu"'....ntr.' ;L'~e <::cntl."act and all l::onds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work w~thin 90 o...l'ill<:1ar days from t;").e dace dellignated by a Work Order. The 'Jnd!!csi;J'1@d further ;lElcla:.:es t;~at. he will provide all necessary tool.. ~nd a~J;'ar3.tu~, do ,,11 the ..,ark and furnish all materials and de everythi.n3 required to ;;;;].;:~y 01.:0 the above mentioned work covered by this propo!:.!'.l, in strict 'lc,:::;=oja"c~ "ith the contract documents and the requj_~e!'lent!'< ~ert,~i:".!.ng thereto, for the sum or sums above eet forth, ;<eceip~ yf th" followi!'? add",ndll i~ i'l.,:,k"'owlcd2Sd __ __ Uf'ld () r '111!, j" (oldd€r:da m.:mLel'); (SEAL - IF SIDDER IS " corporation) 'l'11U ra tT E - ---..- (I?O. Box~ (SrJ::e~ --76/11 (',orplJsc1hns-tl) leXf1.S Iljft{)q (City . (State) (Zip) Telephone ;canJ.)~ q s ao NOTB: W '.lol ~1I!('t;J~-::n l::-i.;, !:rr.''!\ o!':h.e-:- r;1.r-~r.i. Pl. >1 i.~) ...ito ink and. submit complete wit.h .-ttfLchcd lHlpera, lReviBl!d Jl,ugUlit 20001 .,/ . REVISED" PROPOSAL FORM Page 8 of 10 ~OCENOUM NO. 1 ATTACHMeNT NO. 2 PAGE 6 Of' 10 PERFORMANCE BON D BOND NO, PRFOB174425 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Coastal Resources. Ltd. of NUECES County, Texas, hereinafter called "Principal", and FIDELITY & DEPOSIT COMPANY OF MARYLAND~* a corporation organized under the laws of the State of MARYLAND and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of FIVE HUNDRED FORTY-FOUR THOUSAND. EIGHT HUNDRED TWENTY-THREE AND NO/100 ($544.823.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF principal entered into Christi, dated the 8TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus of FEBRUARY , 20~, a copy of which is hereto hereof, for the construction of: STORM SEWER EXTENSIONS FAIR OAKS DRIVE DRAINAGE IMPROVEMENTS AND LEONARD DRIVE/ MULHOLLAND DRIVE DRAINAGE IMPROVEMENTS PROJECT NOS. 2207/2172 (TOTAL BASE BID A & B + ADD.ALT.C: $544,823.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, 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, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or 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. **COLONIAL AMERICAN CASUALTY & SURETY CO. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident 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 Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed one of which shall be deemed an original, this the FEBRUARY 2 0 ~. in ~ copies, each 15TH day of PRINCIPAL COASTAL LTD. [ 11& I a/ lort/ler (ATlES~, . () ( ~ . '(!1.JL C. (.,LtC '( 'cCet" I" ( \( Secretary [1 ia /Ie" il? u..c (' ('t r c (Prlnt Name) SURETY FIDELITY & DEPOSIT COMPANY OF MARYLA~TI COLONIAL AMERICAN CASTJAT.TY & SURETY CO. By: _~4:..--y /~~-??'~~?-t' ./ AttorneY/~Lfact MARY ELLEN MOORE (Prlnt Name) 2'he Be_dent Agent or the Surety in Nueces Countv. Texas, ror de~ivery or notice and service or process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MaRY !'TT!'N MOOR!' Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 PAYMENT BON D BOND NO. PRF08174425 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Coastal Resources. Ltd. of NUECES County, Texas, hereinafter called "Principal", and FIDELITY & DEPOSIT COMPANY OF MARYLAND,**a corporation organized under the laws of the State of MARYLAND and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of FIVE HUNDRED FORTY-FOUR THOUSAND, EIGHT HUNDRED TWENTY-THREE AND NO/100 ($544.823.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 8TH day FEBRUARY , 20~, a copy of which is hereto attached and made a part hereof, for the construction of: STORM SEWER EXTENSIONS FAIR OAKS DRIVE DRAINAGE IMPROVEMENTS AND LEONARD DRIVE/ MULHOLLAND DRIVE DRAINAGE IMPROVEMENTS PROJECT NOS. 2207/2172 (TOTAL BASE BID A & B + ADD.ALT.C: $544,823.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or 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. "COLONIAL AMERICAN CASUALTY & SURETY CO. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant II 1 "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident 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 Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed one of which shall be deemed an original, this the FEBRUARY 2 0 ~ in ~ 15TH copies, each day of PRINCIPAL COASTAL RESOURCES, LTD. ATTEST'. \ i " . ~. (a ftLA' . 6>CI. ( 'c 'c t..L (. S .(~retarr' 1)Jor.e (7L{(?n~f(' (Prlnt Name) SURETY FIDELITY & DEPSOIT COMPANY OF MARYLAND ("'nTn1\1TlIT ll.MR'RTrZi1\l rA~T1:n.T/rV ~ :::~ rn By: ~~-z..y (~E-:rJ '/:?/e?7z.c.-- Attorney-~~-fact MARY ELLEN MOORE (Prlnt Name) Xhe Re~ct.nt Agent oE the Surety in Nueces Countv. Texas, Eor de~ivery of notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address: P.O. BOX 870 rnRPT1C; rHRTC;'T'T rrF.XAS 78401 Phone Number: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations o~the S aryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u I3l Article VI, Section 2, of the By-Laws of said Companies, which are set forth on the reverse. l:5 er 0 . led to be in full force and effect on the date hereof, does hereby nominate, consti 0 \ en MOORE, R. M. o LEE, Diann EISENHAUER, Michael A. W~I ~ . us Christi, Texas, EACH its true and lawful agent and Attom~y'in'F " 0 , te , r, and on its behalf as surety, and as its act and deed: any and all~on s s ehalf of Independent Executors, Community Survivors and Co eJ 0 a laDS of such bonds or undertakings in pursuance of these presents, shall be as binding ~_. o~~ and amply, to all intents and purposes, as if they had been duly executed and acknowledged b ~~fficers of the Company at its office in Baltimore, Md., in their own proper persons. This power mey revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY, Irene BLUEMEL, dated July 22, 2003. The said Assistant Secretary does hereby certifY that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 13th day of October, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY u:): V~ By: Assistant Secretary Paul C. Rogers ~ T E. Smith Vice President State of Maryland }ss. City of Baltimore . On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. fV~LJ- Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA.F 168.9883 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature ofmortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature ofmortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsintile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsintile or mechanically reproduced seal of the company and facsintile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies. this 15TH day of FEBRUARY 2005 ofd~ Assistant Secretary .._. "-"~--'~-' -~.- .-------.._~--- "'-"--' ,~"",.~.."._.'" ---- -~, -..--.... _...,..~_..__.._-"...-- lD ~ Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203-1227 IMPORTANT NOTICE To obtain infonnation or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for infonnation or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TInS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 58543 t(TX} (08/01) ~ ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk ofIoss resulting from acts of terrorism (as defined in the Act) under this bond is $_ waived _' This amount is reflected in the total premium for this bond. Disclosure of Availability of Coveral!e for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in anyone calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, properly or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defmed in section 40102 oftitIe 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises ofa United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or properly and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 -0050749.doc j;~ ,. gtyof --~ ~....r ~ --u- cITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ..--,~ City of Corpus Christi Ordinance 17112. as amended. requires all persons or firms seeking \I) do bus,n", with tne City to pmvlde the following information. Every question must be answered. If the questiOn is not eppllCeble. answer with "NiA-, FIRM NAA'lE: 8C(l,~VfrI STREET: fJ. (). reA we FIRM Is: 1 . COfllOration 5. Other ~e5C U rce~; ,JTD . CITY: t'orpt6 Cf:J::P-ti 2 partnershlP-.L 3. Sole Owner_ ZIP: 71A.~ 4. Assocwtion_____ DISCLOSURl! QUl!SnONS If addilJonal space 1$ necessary. please use the reverae side of lI1ilI page or allach separate sheet. 1. State the n_1 of each employee of the City of CorpUS Chrlltt having an o-.hlp l"ter..t constituting 3% 01' more of the ownerahip in the above named firm. Nama Job rille end City Department (If knO'Ml) ~ 2. Slate the nam.. of each official of the City of Corpus Christi having an own......lp Interest conllltutlng 3% or more of the own......lp in the above n.med firm. Name Title -JJtA 3. Slats the n..mall of each board member Of the City 0' Corpu. Christl heving an ownership Inter...t conslltullng 3% or I1I()re of the ownership in the above named finn. Name Board. Commission or Committee -rvft1 4. State the nam.. of ..ch employ" or officer of a consullsnt for the City of Corpus Christi who worked on any matter releted 10 th9 sullied 0' this contract snd hilS an ownership tnterut constituting 3'" or more of the ownership In the ebove nlmed firm. Name Consullant -ttfr1 CERTIFICATE : (;ll1tiff tl1!lt ~l i1cfcfffil!!l<:n pro"ide<! !~ true ~nd cOIT-:cIl'lS of the dIIte of this statement. that I have not knowingly withheld disclosure of arry information requested; and tt1at supplem8ntal statements will be promp~y submitted to 111.. City of ::orpus Christi, Texas as a'1sngfls occur. certifylngPerson: DJ(lne~T(7uu'r.('ro Titlu: \ 'r,.- -w. . "~ . L<.Q.I-c.~QA..() (J.eYlfval rnClnager Dtrel___!-!-$o at) o ue 3C'Vc;l :85:,: SOG~ 'Nvr "'lEVlSEC" PROPOSAL FORM Page 9 of 10 : ~oseoe8 :ee .woEHDU1.l NO. 1 ~TTACHlolENT NO. 2 , PAAFIlI'lF In .os.e !3r~3S~1 dH :AS !N3S OtiO ~ 3~),9'd a. DEflNfnONS Soard Member. A mambor of '''y boer<!, cornmi,,,icn err Gorr,;l'o;1t~'~G'jlfdn!-.od ~yt!1e '';;,Y'~{)~.r.~~..Jl'the Cl1yof Curpua C/',;isll, r illias. E~p!~~~ .I)r.;tt l:ilrSori ')(Ii.)lu-~l:l bJ' {.\j:!l '::~'J .:;r (,.,~ll'pl'~ Cl:I~S~j, ;e~as, eimer 4Jn:!l full or ~)art time baS.l&1 bu't "01 8sanlndependllnt contreCtor, F'1lL . '''''Y 'lrItity 0Il'~r6lecJ f:;r ;ooo"..l.K; 9Bih. whitmer pro'es~ion!ll, ir><t\1~tir-: ,:," [,:.;;;m";,,I,; '1d whether Elslolbl,tlt"d to IUDd'JOf> ill d~~1 wl;~, Ii P'<:''C!Jct 1;1 ~llrViC<>. II'Cllldl';g bu! tiolllMlttoQ 10, enblltle ~flltoo In the f<:m1 of _ole proprietorship, as self-emDloyed 1*'80n. pIIrtnel'lhip, ~OI<iliOn. JoInt stock company. jOint venture, receivership or trust and enlftkj. ....,"'" "'r !:It~~rn ct ".Xi;~"'r.. '1'3 'll",(.)G .:1: non-profit \"'fyZ;-:~;i'.rl). I' L' a. Official. Tho Mayor. mernllW! cllM CiN C()L'r.;u C!~, M~"EC"" D~PUti Ci!y Manll{ler, Asalatanl Cily Manogel'3, OepeI'llIIB'1! and Division H!llldlll)/ld '-!unic1pt!. Cnl.lrt .fuca"" .Of ltie CRy of Corpus Christl. Texas. Ow~"~ I~t",....,! l.al;:sl oc I}/l'Ji!I!i!Jlt) inter'=Gt, VllieU1\;; <lCiUa.y or ton~I/U(.'live/v hllld, in a finn, Including when sucn Intaresl is herii thrOUfl!1 en agent, trust, astate or hcIlllnll enlttY. Cons!lWWaly ilald refers 10 holding or control 8stabtished Ihrough voting trUst., proxill$ or spe<:lellenns of venture or partnership agreemenlS. Ccnsullant. Any person or flll11. such as engineers and lIrdlrter.ts, hr~d by 1~,1l Ci!y of Com"5 Cr,isn for the purpll'5iif.' 'Jf prot5S$i~;n~~ CCrl':iiJIti~k::tJ ,~~'ltj .ra-;:.'mrf',enda::ti{jli. e. f ."!1I;~I!-;), PltOl:-O::;AL FORM Page 10 of 10 ~ 5S: "~ 90 - G ~ - N'V'r All''>r::'fL.I\,'M ~~J, t -- -"\.- 'vs~e \7 lN35 : 1.05.060 f~" F.b-II-OS l1'llam From-Swantn.r , Gordon INS 161 844 0101 T-ITl P.OOI/OPT F-T~l . ... - . -.. --.-.. . '1.""''''' '\1"'\....""'- vr-U.l' V.l.1 02/22/0~' COASR-2 PRObuCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Swantner & Gordon Ins. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A!J..ncy HOLDER. THIS CERTIFICATE DOES NOT AMEND.I!XTeND OR P. O. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone: 361-88'-1711 Yax.361-844-0101 INSURERS AFFORDING COVERAGE NAJC # INSURED INSURER A: IUd co.~'Ilo_t: Cahdq- C~lUly INSUReR &: Oklahoma Surety Co. Coa.tal Resources, Ltd./ INSURER C: bnt-cu ..-. AI.urtmCIIl Co. P 0 Drawer E INSvReA 0; National Onion Fire Ins Co 19445 Co~us Christi TX 78469 INSURER Ei: COVERAGES THE POLICIES OF INSURANCE I,ISTEo eELOW MAilE SEEN ISSUED TO THE INSU"EO NAMeo..aove FOR THe POLICY PEAIOD INDICATED. NOTWITHSTANDING NfY ReQUIREMENT, TiRM OR CONDfTlON OF AN'( CONTRACT O~ OTH5Fl OOC'UMi~T WITH RESPECT TO WHICH THIs C~TIFICATE MAY BE' tSSUIiD OR MAY "eRTAIN, THE INSURANce AFFCfllCfC I!IYTHE: ~OLICles O~CRI8ED H"REIN IS SUBJECT TO ALL n-le T!AMS.I<XCLUSfONS AND CONDITIONS Oil! SUCH POLICI'S. A.GQREGATE LIMITS SHOWN MAY HAVE SEEN RiiOlJCEO ey PIoJO ClAIMS. LT. .. TYPE OF INSURAlt.CI POUCT NUMBER DAT~MfOD D"'T~"JO~ UMlTS G..EIW......IUTY V EACH OCCURRENCE 01,000,000 A IX COMMIRCI~ GENERAl.. UABlLfrr 04GLOO0559981 06/05/04 06/05/05 PREMISES Ea OCCUI'cocel 0100,000 J CLAIMS MAcle: [;J OCCl,IA / I / UEO ExP (Any on. p.racn) .0 EXCLllDED PERSONAl .. AOV INJURY 01,000,000 GIiNl!:RAI.."GGREGA~ . 02,000,000 GEN'L AGGREGATE UMIT APPLIES PER: PR.OOueTS . COMP/OP .AGG 12,000,000 =:L POUCy n lr8f n LOC AUTOMOBILE l.LA8IUYT / eOt.lBINEO SINGL& LIMIT (l,OOO,oOO B rx ANY AUTO I' OGTX002907068 06/05/04 06/05/05 (E.t.:Ict;jdonl) r= ALL OWNED AUTOS BOOIl- Y INJURY r- IPerPO~on) 1 SCI-lEOULEO AlITOS I X- I' HIRED -'UTOS BOOIL Y INJURY X (f'l1W8CCIdel'1l) 1 NON-OW~O AUTOS - - PROPERTY DAMAGE 0 tPoracclaenl) GARA.GE LIABILITY AVTO ONLY. iA ACCIDENT 1 ~ ANY AUTO OTt-lEA 'tHAN EA Ace . / AiJTOONLY= AGG 1/ EXCESSlUUBRE1.LA LIABIUTY ~ EACH OCCURRE;N'CE 11,000,000 D ~ OCCUR 0 CLAIMS MAtI, EBU0257831 02/22/05 02/22/06 AGGAEGAT:c; '1,000,000 , I . ~ ~.OUCTl'1.E V . X RETENTION .10000 . WORKERS COMPENS4TIOH ....NO I X-LTOR~J.IMITU t"eR C eMPlOYERS'LlAIIUTY WC9369289 01/28/05 01/276 e.L. fA,CHACCIOENT 1500000 A~ PROPRIETOFtJ,.AAThlERlEXECIJTNE OFFICERlMEMSEA. EXCLUDED? .( E.t.. DISeASE.. EA I!MPlOYEE . 500000 ~~I~'gV"~?~ tie/ow E.I.. 0!5EAS!. POl..1CY LIMIT 1500000 OTHER Dfl5tR1PTKlN OF OPCA;A'nONS 1 LOCATIONS 1 VEI1JCl.ES 1 EXCLUSION$; ACgC;;g BY EHDORli~~NT f SPECIAl PROVJ$IQIiIS Project. Storm Sewer Extensions: Fair Oaks Drive Drainage ImprovementQ and / Leonard Driv_/Mulholland Drive Drainage Improvements - proj ect Nos. V~ 2207/2172 . AclcU.tional %n.sured aa required by wr1tten Insured contract in favor of the Certifi~ate Bolder applicable to General Liability & Auto Liability po1.ieie8 CERTIFICATE HOLDER CANCELLATION .; CICO-Cl s~otJl.g ANY OF' THE AIIOVt: DESCRIBED pouelES IE c.+..NC&LUD BEfORE THE QCPHU,T10N Ciy of Corpus Christi DATi THEftEOF. THE ISSUtNG INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRlnEN Eng~neeriDg ServiceB / NOlla; TO THE C&RTFICA.TE HOLPER NAMm TO THe I.lfT, BUT F....LURE to DO so SHALL .; Contract Adminstrator ''''POSE NO 08L1CAYlON OR UA9ILrTV O~ AMY laND U""O" TME INSURER. I'f'$ AGOfTS OR Po Box 51277 REPRESENTATIVES. Co~us Christi TX 78469 AUrEDREP?; ~ // ACORD :u (2001/08) - . D CORPORATION 1188 f.b-ZZ-OS 11:3~am From-Swantn., , Gordon INS 361 844 0101 T-ZT3 P.002/00T F-T43 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of Such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder. nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. "'CORD 25 (Z001/08) COMMERCIAL GENERAL LIABILITY CG 20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL Y ./ ADDITIONAL INSURED. OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi Department ofEngineenng Services / Attn: Contract Administrator P. O. Box 9277 Corpus Christi. Texas 78469.9277 (lfno entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) A. Section II - \Vho Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service. maintenance or repairs) to be performed by or on behalf of the additional insuTed(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project C02010100] Insured: Effective: Coastal Resources, LId ~/ 6/05/04 ~ Ran~~ V Authorized Representative Pol # 04GL000559981 ./ Managing Partner Title: TE 99 OIB VADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM j This endorsement chan es the olic effective on the incc tion date of the olic unless another date is indicated below: Endorsement Effective Policy Number 6/05/04 ./ 06TX002907068 ,/ Coastal Resources, Ltd I Countersigned by Named lnsured (Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 COIT'US Christi, TX 78469.9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. \Ve will mail the additional insured notice of an}' cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG02050196 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY /TEXAS CHANGES - AMENDMENT OF CANCELLA nON PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: {COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERA nONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P O. Box 9277 V Corpus Christi, TX 78469.9277 Number of days advance notice: THIRTY (30) Named Insured: Coastal Resources, Ltd / Policy Number: 04GL00055998I -/ Effective Date of This Endorsement: 6/05/04 AuthOriZedRepresenc~~ I Name (Printed): R. M. Lee Title (Printed): Managing Partner CG0205 (01/96) ATTACHMENT 3 IOF3 TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM , J Th. d h I f~ h d f h I h d d db 1 IS en orsement c anges t le po ley c ecttvc on t e InceptIOn ate 0 t c po ICy un ess anot er ate IS In lcate e ow: Endorsement Effective Policy Number 6/05104 ./ 06TX002907068 / Named Insured Coastal Resources, Ltd / Countersigned by (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. o. Box 9277 Corpus Christi, TX 78469.9277 Authorized Representative" I Name (Printed): Title (Printed): R. M. Lee Managing Partner FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 20F3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Infonnation Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule I. Number of days advance notice: 30 J 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator POBox 9277 Corpus Christi, TX 78469.9277 / This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 1/28/05 Policy No. WC9369280 / Endorsement No. Insured Coastal Resources, Ltd ..; Insurance Company American Home Assurance Countersigned By: v('~~j WC 42 06 01 Name (Printed): R. M. Lee (Ed. 7.84) Title (Printed): Managing Partner A TT ACHMENT 3 30F3