Loading...
HomeMy WebLinkAboutC2005-522 - 10/18/2005 - Approved 2005-522 10/18/05 M2005-357 r f I r r s p . C I A L P R 0 V I S I Berry Contracting S p E C I F I C A T I 0 N S AND I' C> R M S 0 P C 0 N T RAe T S AND B 0 N D S F 0 R r I l r t r r- AMERICAN BANK PLAZA PARKING LOT EXPANSION ,.. r- PREPARED BY: ,.. Maverick Engineeringl Inc. 2000 S.P.I.D.I Suite 100 Corpus Christi, Texas 78469 Phone: 361/289-1385 Fax: 361/289-0712 ... ... FOR: ... ... DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 --"""'-" ,~,~9f..r.~~.,},., , . .... ...A.... ...... i" I! 'it .: ~ .. * ~) :;....: ..... ........... ........ .-.... ~ ~.@ff~~J!tt.r.~!~t~ z..,.. ~ .'~!; l~'. .'~; ~~.~l"q'm~~.'~ 7!J.i)i~.'lt"r&- ~~ tV" 17/ 9 I") oj' ... I PROJECT NO: 4329 I DRAWING NO: BAF 238 FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-350) To: ALL PLAN HOLDERS Date: October 4, 2005 From: I Angel R. Escobar, P.E. J,If( ~ Director of Engineering ~Ifces Pages: i5 (including cover sheet) Subject: AMERICAN BANK PLAZA PARKING LOT EXPANSION Project No. 4239 Addendum No. 1 Comments: This fax transmission contains the signed, sealed addendum from Bhaskar Patel, P.E, Project Manager for Maverick Engineering, Inc. The addendum modifies the SRecial Provisions, Drawings, Agreement and provides General Clarifications and a lR~VISEQl Proposal Form. Pro$,ective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda sban remain unchanged. -~DDENDUM No~=".:] City of Corpus __ ChrIsti October 4, 2005 -- ....,-..-......~ 10: ALL PROSPECTIVE BIDDERS PROJECT: AMERICAN BANK PLAZA PARKING LOT EXPANSION PRO.JECT NO: 4329 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of tbe contract documents. The provisions of the contract documents not specifically affected by the addendUm shall remain unchanged. I. SECTION A - SPECIAL PROVISIONS A-6 Time of Completion/Liquidated Damages DELETE: The working hme for completion of the Proiect wlll be 45 calendar days. in its entirety. ADD: The workinl! tUne for completion of the Proiect will be 60 calendar days, in lieu thereof. II. DRAWINGS A, SHEET 3 of 31 1. DELETE: Boxed Note: Remove Curb & Gutter (88 S.F.). in its entirety. ADD: Boxed Note: Remove Curb & Gutter (88 L.F.), in lieu thereof. 2. DELETE: Boxed Note: Remove Curb & Gutter (78 S.F.) in its entirety. ADD: Boxed Note: Remove Curb & Gutter (78 L.F.) , in lieu thereof. 3. DELETE: Boxed Note: Remove Curb & Gutter (288 S.F.) in its entirety. ADn: Boxed Note: Remove Curb & Gutter (288 L.F.) , in lieu thereof. 4. DELETE: Demolition Notes Item 7, Second Line A fence shall be provided which completely encloses the work site 24 hours a day), in its entirety. ADD: A safety barricade fellce shall be provided wbich comnletelv encloses the work site 24 hours a day), in lieu thereof. B. SHEET 5 0131 1. DELETE: Reference to proposed li-' sidewalk, in its entirety. ADD: Reference to proposed 9' sidewalk, in lieu thereof. AMERICAN BANK PLAZA PARKING LOT EXPANSION ADDENDUM NO.1 Page 1 of2 PRO P 0 S A L FOR M FOR AMERICAN BANK PLAZA PARKING LOT EXPANSION DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS ~_.1 At:tlM::~l!Ib. 1 p..g. 1 of 12 ~;r8.Q PROPSAL FORM Page 1 of 12 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: 7he City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, cools, and necessary equipment, and to perform the work required for: AMERICAN BANK PLAZA PARKING LOT EXPANSZON at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: ~S.Q PROPSAL FORM Pane 2 of 12 AMERICAN BANK PLAZA PARKING LOT EXPANSION SASE BID PAl\U- A: EAST PARKING LOT PAVING DlPROVEMBNTS IV I I:I: III UD ITD QTY " UNJ:T DESCRIPTION Al 9 622 f CLearing & Grdbbiw;,1, complete SY , per ~uare Yard "/ ~ c~-I~~~~~~~~~~ngc~~~i:f~~= A3 8,658 8" Scarify & Re-compact Sub- I Sy grade, complete .in place, per I Square Yard ---+- A4 8,312 SY Geogrid (BX-llOO), complete in place, per Square Yard AS 8,312 SY 8" Crushed Limestone, complete in place, per Square Yard --+-- ll,6 7 989 SY 2" TY L' Hot Mix, complete .Il place, per Square_JarQ /-\7 1,199 GAL Prime Coat, complete in place per Gallon I 740 16" Concrete Curb & Gutter, , L,F ! complete in place, per Linear I ' Foot ---- ^:~L6:0 I~~~~~ , · ~~"~~e c~i~~:~e c~~~ ' I ! Linear Foot ,----1---", ------+- {\,8 '"\.10 288 Remove & Replace Street Curb & Gutter, Type 2 complete per Linear Foot LJt' :\ 1 j 540 LF' 6" Concrete Header Curb (Type B) complete in place, per Linear Foot A12 514 LF 12" Header Curb (Type D), complete in place, per Linear Foot IlUWXsJCQ PROPSAL FORM paae 1 of 12 ~-'~~.------....~ UNIT PRICE IN P'IGUIU!:S $ $--- $--, $----- $---.- L, $- $---- $-- Sn____ V JU:2) :IT. -'$1_ (Q'l'Y X tm%T '!tIC!: J:N I'ZQtJJUCS) $ $ $ $ $ $ $ $ $ $ $ $ ~ 110. 1 Att.C~t 1fO. 1 ,. I IIl: PAltT Ai US!.' PARKING LOT PAVING IMPROV'EHBNTS (Continued) IJ: BID ITBM QTY &: UNI'I' DESCRIPTl:ON AU 25 SY Pavement Repair (Type 1) complete in place, per ~quar~ Yard ~- ----- IV UNl:T PRICE IN FIGURES --------,------,- ---- , $--- I A14 21 Concrete Wheel Stop, complete EA in place, per Each -'------'- --f--- -=-- :\15 2 I Standard Curb Inlet, complete , EA i in place, per Each -~:t- ~; , ~~~;~:e;~rp~~~~-~~~;' Lin:a-r I Foot ----r-- ---- -.- -.-'------. A17 I ? Type '13' Storm Sewer Manhole, EA complete in place, per Each I--:~- 2-:- ~;~e~~h safe'ty, complete in _____-4-LF place, per Linear Foot A19 : ----- 34 Plowable Fill. complete in place, per Cubic Yard i ('Y ..-1-.- ~ I 1\20 I 5,452 4' Concrete Sidewalk, complete i SF in place, per Square Foot -A~--:- -:ncret:-;;~l veway ,-comPlete i'~ 1 Sy place, per Square _!"oot f --+-. :\22, 446 ! PedestLLan Ramp, complete in I SF I place, per Square Foot ~- -+,_' __ - 1___- , ~ A23 i ~- i Ozone DdYs, complete per Day , DAY A24 21 EA Handicap Parking Sign Assembly, complete in place, per Each IQ:V;tsq PROPSAL FORM Paae 4 of 12 $- -- $ $ $ $ $---- C: " $-- ---- $--.--- $ $ ..._"-----._.~_...-- V B:ED :E'l'IBK ~S!()N (O'I'y X t'IHl'l' ~~CE :EN Fit"') $ $ $ $ $ $ $ $ $ $ $ $ ADJ)~ IIQ. 1 Attaola\ent Iro. 1 pag. 4 of 12 PART r- i, I ~ , BID ~ ITEM i i ,\25 ~ ii II Ii- Ii ~ A26 f, A: EAST PARKING LOT PAVING IMPROVEMENTS (Continued) "'27 II III QTY & UNIT DESCRIPTION 5 908 fy;e~:ect'::e PaveMen t .Mar~lng SF Type Il (4') SLD) , complete ln place, per Squar~___foot --- ~_._. .~- ----~_. ----~._- --- -------_.,- 21 Handicap Symbol on Pavement, SA complet,e in place, per Each ',S Lighting System incLuding concrete piers, complete in place, per Lum~um I A2~1- I I ---t-- ----~ , A29 A30 A31 1'.32 Landscaping, complete in place, per ~urr~_Sum LS LS Irrigation System, complete in place, per Lump Sum LS Storm Water Pollution Prevention Plan (SW3P), complete in place, per Lump Sum LS Traffic Control, complete ~n place, per Lump Sum LS ----I" --------- ------------- --- ------ Removal and placement of , stockpiled HMAC/Base Material i on adjacent lot in a 2" to 3" J +/- layer as top cover on Lot 6B and 6A, and shall be bladed, rolled and compacted, complete in place, per Lump Sum -~-~- -- - - - --- ~ -~-~- - --- TOTAL BASE BID PART A- EAST P1t.RXING LOT PAVING IMPROVEMENTS: (Items Al through A32) ~EVlSEDj PROPSAt FORM Page 5 of 12 IV UNIT PRICE IN FIGURES $ $ $ $ s I $ 1- $ V BID l:TEH IK'l'ltJSION (Q'l'Y X trNt'1' PRICE IN F:tGtml!S' $ $ $ $ $ $ $ $ $ ADDJ!lN'DTm NO. ~ Attachment No. 1 Pa.ct!!!, 5 of 12 AMERICAN BANK PLAZA PARKING LOT EXPANSION BABE BID P.A.lW IS: WBS'l' PAl\Kl:RG LOT PAV:ING IKPROVEMEN'TS I II IJ:I J:V BID IT_ QTY'&: UNJ:T DBSCRIPTION UNJ:T PRICE IN F:IGtJlUI:S 81 I I . ---t- 5,944 SY $---- Clearing & Grubbing, complete per Square Yard -- ---..--1-..---.--. .-.- ..-.---.-.- -_________. B2 987 Excavation (Handling & Disposal of Dirt/Concrete), complete per Cubic Yard c- -1____- i i i I ~.-~3 1,'_ -~'S9y50 3" ~CarifY & Re-compact SUb_n--- grade, complete in place, per Square Yard C; -------..-.-.-. . 84 I 4,668 Geogrid (BX-lIOO), complete in i SY place, per Square Yard c; --~~;;'-~~-~rUShed-~j mestone, comPlete+ i SY in place, per Square Yard $ -_.~ :~4' 5.22 2" TY D Hot Mix, complete lD SY place, per Square Yard $ --- ... --.-.-------..---. -1--...------..---. 87 I 679 Prime Coat, complete in place I GAL per Gallon -.-f-----.- -.-_.._.. ----.--- B8 I i -~-~ 89 i 336 I LF ---+-- I BI0 i CY 416 6" Concrete Curb & Gutter, complete in place, per Linear Foot $ Remove & Replace Street Curb & Gutter, Type 1, complete per Linear Foot $ ..__._-~. Remove ~ Replace Street Gutter, Type 2 complete Linear Foot .-.--!-- ..---- Curb Ix per t---- t=-- 274 LF 811 40B :"F 6" Concrete Header Curb (Type 8), complete in place, per Linear Foot _. 812 342 LF 12" Header Curb (Type A) , complete in place, per Linear Foot ~SSDl PROI?SAL FORM Paae 6 of 12 v BID I'J1B1i1 JIXt1'IRSXOR (Q'l'Y X mull' :PRICE IN J'XGtJRBS) $ $ $ $ $ $ $ $ $ $ $ $ AD~ e. 1 Att;a'C__t NQ. 1 ~Q .6o~ .~.~ 1, Il: PABI' Bs NlIS'1' PARKING LOT PAVING IMPROV!llof.ENTS (Continued.) --- ~-+--- B18 I i2 I Trench SafeLy, complete in uF ,place per Linear Foot c---~-+- r' i ' _ B19 I 3,3721 I' 4" Concrete Sidewalk, complet<2 ~SF , in place, per Square Foot -:20 3:-i~:n~ret: Drl~:~:;'-:-comPlete in i Sy I place, per !3quare Foot - -+- 821 I I 353 Pedestrlan Ramp, complete in SF place, per Square Foot -----f- ----- ---------- 32211; EA -- - -- BID IT_ O'I'Y " UNJ:T 813 8 SY I B14 II 25 i EA ~-+------ , 815 ] EA , ~--~j- I 12 I -:~- 1 ; EA LF 1323 Day ~-- B24 1054 SF '---- IJ:I IV DESCRIPTION UNIT PRICE IN J.l'IGU1U!:S Pavement Repair (Type 2) complete in place, per Squar,,:: Yard $-- u__ _ Concrete Wheel Stop, complete in place, per Each $_ ------------------------- St.andard Curb Inlet, complete lD place, per Each $- _._._._.,_..~-_._---.-...._._-_..- 15" Diameter R.C. Pipe, complete in place, per Linear Foot $ Tie-In co Existing 48" Storm Sewer, complete in place, per Each $ '-'---- ---.------.--- ---- $ $ --------- <: "'- $ Handicap Parking Sign Assembly, complete in place, per Each $ Ozone Days, complete per Day I Reflecti ve pave:~:_:arki~~--~-: Type II (4") (SLD) , complete I in placp, per Square Foot.._ _~_ MV..~ PROP At FORM Paae 7 0 f 1;> V BD IT_"$lQU (QTY X UIII'l' Pltla IN Pt~.) $ $ $ $ $ $ $ $ $ $ $ $ PART I: WEST PARKING LOT PAVING IMPROVEMENTS (Continued) I 1 II I BID I QTY &: ITEM I UNIT i ~7""''''' I B'JC; Sf>. j B26 ----...-. B27 :~S ..-. '- - B28 LS _. . ..-.. -.. 329 ] liS B30 1,8 I B311 +/-700 CY III DESCRIPTION I 1-=--~-~-" Handicap Symbol on Pavement, complete in place, per Eac~ Lighting System concrete piers, place, per Lump Landscaping, complete in place, per L_ump_S':!1Tl I $ i -r--- Irrigatlon System, complete in place, per LUmR~~m Storm Water Pollution Prevention Plan (SW3P), complete in place, per Lump Sum Traffic Control, complete 1D place, per Lum~~~ Salvaged HMAC/Base material to be excavated from West Parking lot (+/- 700 CY) hauled and placed in approximately 2" to 3" +/- layer on Lot 7, complete in place, per ~ Yard TOTAL BASE BID PART B- WEST PARKING LOT PAVING IMPROVEMENTS: (Items Bl through B31) ~rSEoj PROPSAL FORM Page 8 of 12 IV UNIT PRICE IN FIGURES e- y $ --- .- -----.---- $ -'- s t~__ v BID I'l'E)! U'l'INSION ( QTY X WIT pRICE IN PIGmtE$) $ $ $ $ $ $ $ $ AJ)I)~_8'O. 1 Attaehmsnt No. 1 P.g8 8 of 12 AMERICAN BANK PLAZA PARKING LOT EXPANSION BID StDIMARy TOTAL. : TO'l'AL BASE BID PART A- EAS'1' PAl'tKING LOT PAVING IMPRO'VJi:MEN'l'S I (Items A1 through A32) 'l."O'l'aL BABE BID PART B- WES'!' I'UKDIG LOT PAVJ:HG IMP~S: (Items B1 through !!!) TO'l'AL BABE BID PART A AND PART B: (Item. A1 through A32 Plus Items B1 through ~) 1QlVx..~ PR0l?SAL FORM Paae 9 of P $ $ $ ADDIIIDUK RO. 1 Atta~t Ho. 1 p~ 9 of la The lllldersigned hereby declares that he has visited the site and 'ias carefully examined the plans, specifications and contract documents -:elating to the work covered by his bid or bids, that he agrees to do the '.'lork, and that no representations made by the City are in any sense a ~arranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) 2alendar 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 :1ighest amount bid, is to become the property of the City of Corpus -:'hristl 1n the evem the contract and bonds are not executed within the ~ime above set forth as liquidated damages for the delay and additional Nork caused thereby. Minority/Minority Business Enterprise Participation: The appar-ent low bidder shall, within five days of receipt of bids, submit to the Ci ty Engineer, in wri ting, 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 wlll be prepared in not less than four counterpart (original signed) sets. Time of Comp1etion: The undersigned agrees to complete the work within iQ ca1endar dew-s 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. number} : Receipt ot the following addenda lS acknowledged (addenda ~---'-""'-'-' "-.-.--------- ..__.~-. ._--_._-_...__..~-_.- Respectfully submitted: Name: SEAL - IF BIDDER IS By: ( SJ:GNA'l'URE ) a Corporation) Address: (P.O. Box) (Street) (State) (Zip) (City) Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. {Revised August 2000) (UNXSaQ PROPSAL FORM paae 10 of 11. ~...1 Att;.~t 1tO. 1 Pd .. ~O Q.,t.a. a CITY OF CORPUS Cl1III!lTI DISCLOSURE OF IN'fIRlSTS City of Oorpus Ohristi Ordinance 17112, as amended, requires all persons or firms seeking to do busine$s withthaCityto proVide the following information. Every question must be answered. If the question is not appllcabJe,answerwith''NA''. FIRM NAME STREET: CITY: ZIP: FIRM Is: 1. Corporation ___ 2. Partnership 5. Other 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 Christl having an "ownership Interest" cOlUltlt\.lting 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 n,mes 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. Stat. the names of each emptoyee or officer of a "consultant" for the City of Corpus Christl Whoworked on any matter related to the sUbJect of this contract and has an "ownership interest" constltutlng3%.ormoteof the ownership In the above named "firm". Name Consultant CERTIFICATE I certity that all information provided is true and correct as of the date of this statement, that I have not kn()winglY withheld disclosure of any information requested; and that supplemental statements will 00 promptlysubmitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: "'D:D~ JIO. 1 At.t.acbment Ro. 1 tag. 11 oi 3;a ~X_ PROPS"'L FORM Pacre 11 of 12 ;Ill . DEFINITIONS a, ''Board Member", A member of any board, commission or committee appointed by the City Oouncll of the Otty of COrpus Christi, Texas, D, "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c "Firm", Any entity operated for economic gain, whether professional, industrial or commeroialandWh~ther~tabli$l1~ to pl'()duce or deal with a product or service, including but not limited to, entitles operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint st()Ck 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 Man~ger, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e "Ownership Interest", Legal or equitable interest, whether actually or constructively held, In a firm. inaludingwhen such Interest Is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. d "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, ~J;~ PROPSAL FORl~ Page 12 of 12 ADnUh'Wtl HO. 1 Abt~t No. 1 Eta". 12 of 12 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 AMERICAN BANK PLAZA PARKING LOT EXPANSION PREPARED BY: Maverick Engineering, Inc. )000 S.P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289-1385 Fax: 36J/289-0712 FOR. : DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax 361/880-3501 <~""'" ~~~ OF Tl."l ,#'~~,,""".-.r..4.s' tl '....0 * '0 iliA i' ..... . " j!....:" '..*~} :;....: .... ......... ... ... ..............~ ? BHASKAR H. PA TEL ~ ~~~:"''''~58!;'' .... ::~J l~', "~11I :A ~"""~'sn~f)..":b...~~ .4 ~ ....~f t' .- ~- VSi~~ !IJ~/16/'/ I PROJECT NO: 4329 I DRi\W I NC NO: BAl.<' 23 f, Revised '/5/00) AMERICAN BANK PLAZA PARKING LOT EXPANSION Table of Contents NOTICE TO BIDDERS (pevised 7/5/00) NOTICE TO CONTRACTORS-A (RevIsed Sept 2000) Insurance RequIrements NOTICE TO CONTRACTORS-B (RevIsed 7/5/00) Worker's Compensation Coverage For Building or Const.ruction Projects Fo! Government Entitles PART A A. 1 A. 2 A 3 A 4 A 5 4 6 A 7 A-8 49 A 10 l'-; 11 l-\. 12 A 13 l'. 14 A 15 A 16 A 17 A 18 4 19 A20 A 21 A 22 f~ 23 A 24 ~ A 26 A 27 A. 28 A--29 A 30 A 3] A-32 A 33 A-34 A 35 A-36 A 37 A-38 SPECIAL PROVISIONS Time and Place of Receiving Proposals/Pre-Bid Meeting Definitions anci 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) Malntenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Field Office (NOT USED) Schedule and Sequence of Construction Construction Staking Testing and Certification Project 8ign3 (NOT USED) Minority/Minority Business Enterprise Participation Policy Inopcction Required (Revioed 7/5/00) (NOT USED) Surety Bonds Salcn TalC Exemption (NO LONGER APPLICABLE) (6/11/98) Supplemental Insurance Requirements Reoponnibilityfor Damage Claimn (NOT 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 Conditions of Work Precedence of Contract Documents City Watcr Facilitieo. Special Requircmcnto (NOT USED) Other Submitt.als (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 TABLE OF CONTENTS PAGE 1 OF 3 .., -+~ -tef:-ll f i C,H_€HE-'~Up_::lI1CY tiH6--F-iFta+ Z\cccpt.:lncc (NOT USED) f\ 40 Amendment to Se,-tion 8-8-6 "Partial Estimates" ;\ 41 Ozone Advi sory Ii 42 OSHP. Rules & Regulatlons L, 43 Amended "Indemnification and Hold Harmless" (9/98) 44 Change Ordeu; (1/26/99) ."'. 45 As-Built Dimenslons and Drawings (7/5/00) A-46- ~~ Highly th-1::-eFin.:ltcd "".:lter (7/5/00) (NOT USED) 47 Pre Construction Exploratory Excavations (7/5/00) . 48 Overhead ElectrIcal Wlres 17/5/00) -. 49 Amend "Maintenance Guaranty" (8/24/00) A -5-B-. -\4-d+'H---Be-t~t-a-t+ert-- (NOT USED) PART B - GENERAL PROVISIONS PART C .. FEDERAL WAGE RATES AND REQUIREMENTS PART S .. STANDARD SPECIFICATIONS 021020 021040 021080 022020 022022 022040 022420 025205 o 5404 025412 025414 025418 025424 025610 025612 025802 025807 o 6204 J.:: 7402 030020 032020 038000 ori5420 PART T 0::5223 028100 028061 HilOOO SIte Clearing and Stripping 35 ~)lte Grading S6 kemoving Old Structures S55 Excavation and Backflll for Utilities and Sewers S9 Trench Safety for Excavations Street Excavation S10 "llt Fence -397 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 Asphalts, Oils and Emulsions S29 Prime Coat (.~sphaltic Material Only) S30 Aggregate for Surface Treatment and Seal Coats S35 Surface Treatment S32 Hot Mix Asphaltic Concrete Pavement (Class A) S34 Concrete Curb and Gutter S52 Concrete Sidewalks and Driveways S53 Temporary Traffic C:ontrols During Construction Pavement Markings (Paint and Thermoplastic) S45 PolyVinyl ChLoride Pipe (ASTM D2241 Pressure Pipe for Sanitary Sewer Force Mains, Irrigation Systems and Water Transmission Lines) S91 Reinforced Cuncrete Pipe Culvert S60 Portland Cement Concrete S40 Reinforcing Steel S42 Concrete Structures S4] Frames, Grates, Rings and Covers 857 TECHNICAL SPECIFICATIONS Crushed Limestone Flexible Base Irrigation System Landscaping Electrical Specifications Electrical Scope of Work TABLE OF CONTENTS PAGE 2 OF J LIST OF DRAWINGS GEOTECHNICAL REPORT NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 3 OF 1 NOTICE TO BIDDERS l[Y) 'i c) NOTICE TO BIDDERS .1 Jeit 'S:;\,! I i I' I pllc; 'hLl:;'1, Texas for: . 1 tv AMERICAN BANK PLAZA PARKING LOT EXPANSION Ill'] lld,'s: Base Bl.d Part A, East Parking Lot Paving Improvements ::onsisting of construction ')IJPf")Xlm,J!"'y 8, '00 ';Y of n"\.J pavement wlth 7" Hf'lAC paving with 8" crushed 1,:1]t'.it It" fJ(.~:d, 1S" J' "'Jlte! I Jfll') lnd d" SCdr Ifled and re-compacted sub- In I Ii .., Inc') I,' :11',.:'.-;]/s; l[l:d Jighting, landscaping l'lip' filell! ~ 1'1',1'\ 'll 'Vi 'UIJ "I 'JuttE'r, lonc:rete pedestrian ramps; lh'.'.cl"" IE' WI .,1Ih Il 1Pf'1I1I,E,ndl!c:es including site work, Il,jf!1C ,j .il'! !nd hdl;ll '.1 f :;POl dS shown on the plans and I,. ( I ,t II .Hid I: ),.( k"'lJ1I,, ill s, Base B1d Part B, '-) ipf' )Xlmdt~-~~y l:m,' t Ie tl\'Xlh ekS' ')nsl 1[1IP'.l\' r'lent, w II n. r-t- \-.-1 :J, [ft. i 1 () [] . () I t I, rovements consisting of construction pavement ",nth 2" HHAC paving with 8" crushed J"UjI id 11tH'l Hid .j" scarified and re-compacted sub- (Ii 'on,'!'I,' il,\'('\'l/; iu'a lighting, landscaping ,!\ ,,.'~i "Ulh l'hi qutter, conc['ete pedestrian ramps; 'Ii" >J] tt: ;j I IfT'U: ten,lI ':ps including site work, Ii I ,lid h 11i] i i) t pUJ' ciS shown on the plans and t J3nd I I r~1.t f()l_:urr 'nts. ,~:> : ::ISf-' .t1 ) t II t I (1 j t l' .,1 .1 ld ~ c' :--'.' I!l. ...)(' '.rjJ -1 i .;(, L eCL'l v':' i October 5, 2005,11'(! ! irTlt--> v/l [)(' rc't\J: It'. ! i E [,rel Floor, ')[VhH [ I t r()rJO a 0h J Ih W l!onls Ii t tl' : t t t e t I '....i (.:~ f~ k to' 1 a rl~; , t IW ( . t qualai tf 'an [" t .~ f 'Jni.al lhe b; ct. ! reva, 1 et t b [!\i'et i 1',oJ d D,ee ling WI Ci ty Hall, .t. j by che Ii lei i [ t h. Fa 1'1 1 l11JT lv' cun tJ 't die; L 1:1'11 t () h.. tt'('('lPl op')S'll EnC] nC"'1 or I hc" I .lJL11I,pd l I ! 0' po 31,'-l' r IS [,"ti'l)y '1 tht,], Ili ; nth,' -)[, I'd 'Ie h"t II I [, : 1 pt,lJ I tHI '1 t i open, 'cj :-;C\'I. LdI'y i lid ) ('dd unt- i 1 2: 00 p.m. on Wednesday, i\ny bid received after closing rH-'l.! >, I.'; ,,'h, .d'l I,'d I . I Tuesday, September 27, 2005 at 10: 00 A.M. ]:011 .,'Il.' at : he Engineering Services Main Conference Room, 1201 Leopard Street, Co~us Christi, TX. The meeting will t\ and IllI']I)ci" a dl.'3CIIS')lOn '1f the proJect elements. The 3rd be n()Il[' " t 5% of t h~' I 1 ghe:o aH1uunt bid must accompany each pI Id,-'! h, Lid bUild ,'iiJ] ('onsli lute a non-responsive proposal 'Of lei, "('.j i"'ilu!E ti) !'!ovide required performance and payment (iPI ',O(J(,iiO will I\slllt In forFeiture of the 5% bid bond to 1a! ,'d iamie]' II, 81(i<1"I' pLan dep.ls it is subject to mandatory 'it II t .,td I doeutll"tll 'H'I fi('l :.'tu['ned to the City within two I,d: 'L t I Ii: ions dnd:ont ract documents may be procured from dqJ':i' of Fifty and no/100 Dollars ($50.00) as a re U11' Ii '.Ji o<i ,:ondlt1on Wlth1l1 two weeks of bid date. Documents [['Ill Uf')f1 t( pipt ,f 111 Jdditic)fldl ($10,00) which IS a non- h, ldl i il(1 'ft j 'I", rmr Uj )[1 :Iot I ti,'d ! lut thp ()W[:~lr has a.scert.ained the wage rates which y ill Wll),ll this work s to be done and that such wage scale is t d ,CUtllf',ut obt.ai flah, e at the ot fice of the City Engineer and pay fl'.( ,.-'s t.han t h., wage ['at"s so shown for each craft: or ,rkrr If) "mechan i, ," emp loyed on this project. 1 YIY' t tIe 1 )[11 r act or 'it'dl] Ttw' C Ie PI nri ]: "lar)orec,H flV rE'r;e~v" Ihi lJqitl the bId dtll 'h, in '1':? l)p:;t Lilt r:'t -st )f \ (, I (')(;C1 dllY ,t311 bieb, to waive irregula.rities and I ty' s OplI lon, ...;eems most advantageous to the City 'ilb1 i c t h,. , h,. (1 ry W ,:ORPUS ':l!R I STI, TEXAS I:~!' Arlgel R. Es(~obar, P.E. /), re(:to[ of Enqineering Services :i / Armando Chapa j ty SeeTct.ary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised September 2000 A CertIficate of Insurance indicating proof of coverage In che following amounts 1S required: -"-',"-- -.,. MINIMUM INSURANCE COVERAGE --- ired on Bodily Injury and Property Damage ---- .--- ding: $ ,000,000 COMBINED SINGLE LIMIT Hazard -"- - NED $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 "-'.- $1,000,000 COMBINED SINGLE LIMIT $=~, 000,000 COMBINED SINGLE LIMIT ---- REQUIRED X NOT REQUIRED --- sal of See Section B-6-11 and Supplemental Insurance Requirements -- REQUIRED X NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements X REQUIRED NOT REQUIRED TYPE OF INSURANCE 3D-Day Notice of Cancellation requ all certificates C)mmerclal General Liab lie,; inclu Comme cial F()Im Premises OperatiJns Explosion and Collapse Hazard ~ Underqround Hazard products/Completed Operations I Contractual Insurance Broad Form Propert Damage 8 Independent Cont ra'ton, y Personal InJul~ AUTOMOBILE LIABILITY-DWNED, NON-OW OR RENTED WORKERS COMPENSATJON EMPLOYERS' LIABJLITY EXCESS LIABILITY PROFESSIONAL POLLUTION "lAB I LITY / ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental cilscharge; to include lung-term environmental impact fa! the dispo contaminants BUILDERS' RISK INSTALLATION FLOATER NOTICE TO CONTRACTORS- A Page 1 of 2 · The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. · The name of the project must be listed under "description of ope r at ions" '")n earh cert i f icate of insurance. . For each Insur-ance coverage, the Contractor shall obtain an endorsement to the appl icable insurance pol icy, signed by the insurer, providing the City with thirty (30) days prior written notlce of cancellatIon of or material change on any coverage. The Contractor shall provide to the City the other endorsements to lrlsurance policies or coverages which are specified in section B 6 Ll of the General Provisions or in the Special provisions seer Lon of the cont r act A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. NOTICE TO CONTRACTORS- A Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES [', Xd:; law n'clt Lre,c, that most contractors, subcontractors, and 'jer S plvidinq 'NOl k l;en..ices tenet City building or construction j eet riust be CUVE t~ed bv worker I s compensation insurance, authorized If iliS, rance', )1 d ipP)"i)ved worker I s compensation coverage :J ; t eement E->ier if rexa;; IJW lOt'S Il(,t requi re a contractor, subcontractor nets pictornullq P10]I'ct senrlces (Including deliveries to the job C' e to r)rovidf~ 1 ,f th(:;. '3 fClt-mS of wor-ke~-'s compensation coverage, ti C'Lty will requi1'=- such covprage for all individuals providing work seyv J'es on t h s Pr,)j '..>C t at any time, including during the n.,intenal c:e gUdcant . pt~l~d. Motor 'arriers which are required to r':JlstJ'l with the TEx-as Dc'p.ut rnent of rransportation under Texas Civil C:'atutes Article (,67,)c, dnd which provide accidental insuranc'! veraCje under Texa; CIvil Statutes Artlcle 6675c, Section 4(j) need f!. ': pn)v de 1 of th. 3 [crmf; f worker I s compensation coverage. fhe 'ont cact or 19r.'c; t r:ornpl y wi th all appl icable provisions of xaE; AdmlnistratLv. Code Tit le 28, Section 110.110, a copy of which a.t Ladled and deemed j ncorporated into the project contract. Please l e fLat unde1 ,,:;iOC lOr, l10.]] 0: Certalu languaye Con t rac t \^: i t 1 j the subcontral tors and Proj f'ct ; must be included in the Contractor I s iLy and the Contractor's contracts with others providing services for the ,2 The Contractor IS required to submit to the City cert i fica! es ot coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor 1:3 required to obtain and submit updated certifiea! es show1ng extension of coverage during the Project "nel 3 The Contr.lctor is required to post the required notice at the job Site By :,igning thi,: Contract, the Contractor certifies that it will tImely comply with this Notice to Contractors liB" requirements. NOTICE TO CONTRACTORS- B (Revised 1/13/98) Page 1 ot 7 8/7/98 r;igc 1 ,-'i 0 Title 28. NSl~.\.~'CE Part II. TEXAS \VORKERS' CO!'r'1PENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COv"ERAGE Subchapter B. El\1PLO"r'ER NOTICES S 110.110 Reponin~ Requiremeol5 for Building or ConstrucIion ProjecIS for Governmental Entities (a) TIle following words and terms, v;hen used in this rule, shall bve the following meanings, uoless the context deuly indicates otherwise Terms not defined in this rule shall have the meaning deiined in the Texas Labor Code, if so defined. ~ (1) Certiii~te oicove:-age (ce:-riii~reJ-.~_ copy ofa certificate cfirrsurance, :!. certificate oiautboriry to self-insure lssued by the commissioc., or a workers' compensation coverage agreement (lWCe-g1 . 1WCC-82, nVCC-S3, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or eotity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction-Has the meaning defined in the Texas Labor Code, ~ 406.096(e)(I). (3) Contractor-A person bidding for or awarded a building or construction project by a governmental entity (4) Coverage-Workersl compensation insurance meeting the statutory requirements of the Texas Labor Code, ~ 401.011(44). (5) Coverage agreement-A written ~greer:lent on form TWCC-S 1, form TWCC-8Z, form TWCC-83, or fonn lWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Worke..'"S' Compensation Act. pUl"SUaD.t 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-Indudes the time from the beginning of work on the project until the work on the project has bce..'1 completed ':"'.0 accepted by the governmental entity. (7) Persons froviding services on the project ("subcontractor" i..~ 9 406.096 of the Act)-With the exception oipersons excluded under subsections (h) and (i) of this section., includes all persons 0: entities performing all or part of the services the contractor has undertaken to perform on the proJect, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. TIlls indudes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner-operators, employees of any such entity, or en:pJoye~ ~f . any entity furnishing persons to perfo~ semces on the project. "Services" inc1udes but IS not limitea - http://W\VW5cs.state.tx.usltaclZSffIlI101B1l10.11O.htm1 ~lOTtCE TO CONTRACTORS Revi5ed 1/1J/9til Paqe 2 of 7 8/7/98 Page2 cfS ~o pr::\-:c.:::~, ~::::..:ling, 0, dei.:','ering equipment or ::-:z:eri:us. or ;roviding tabor, transpc!::!.!:on, or othe:- service :ei2~e:::: to a projec:. "ServicesH does noc i::ci~de acti\;t:es ur.:-etated to the projeC""..., S'..lch as food/~e':er2~e 'Iendors, office supply deliveries, a..:~ delivery of :oruble toilets. (8) Prc.le~-I.ncIudes the pro',ision of all services reb!ed to a building or construction CO::~act fora goverT'~<:1e~::!J entity (b) Pro'<loa:g or causing to be provided a cenifica:e or' coverage pursuant to this rule is a represe::L'!tlor: by the insured :.hat all employees of me insured who are providing services on the project ~e c8,,'ered by workers' compensation covef2ge, that the coverage is based on proper reponing of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurmce carrier or, in the case of a self-insured, with the commission's Division of Self-Insura.'1ce Regulation. Providing false or m1s1uding certificates of coverage, or failing to provide or camtain required wverage, or failing to report any chznge that materially aifcC""..s the provision of coverage may s'Juject the wntractor or other person providing services on the project to administ.iC.t:ve penalties, criminal penalties, civil pe:laities, or other civil actions. (c) A govef:'~~e~tal eatitv that enters into a buildir:g or construc-...:on contract on a project shall: (I) induae in {be bid specuications, all the provisions of paragr2pn (7) of this subsection, I1sing the language re~uired by paragraph (7) of this subsection: (2) as part of t..;e contract, using the language required by paragraph (7) of this subsection., require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain ITem the wntr-actor a new certificate of coverage showing extension of coverage: (A) before tl:e end of the C1117ent coverage period, if the contractors current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later tr.an seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project:; . (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the cer:ificates of coverage to the wmmission upon request and to any person entitled to them by law; and (7) use the lti;guage contained in the foHowing Figure I for bid specifications and contrac<s, wi~out any additionai words or changes, except those required to accommodate the specific document m which they are contained or to impose stricter standards of documentation: T28SI 10.1 IO(c)(7) tbl http://www_sos.state.tx.usltac..~1IIJ110fBll]0.11 O.htll'J NOTICE TO CONTRACTORS - 9 Revised 1/13/981 l'aqe 3 ot 7 sn/98 1\\ 1 U.110 Page 3 of6 :) A contractor shall: ;.1) provide coverage r~r its empio;:ees 'providing services on a project, fc.:':-ce duration of the project :;ased on proper reportmg of classl::c:.:.:on codes and pajToll amounts ar.c !:li;:g or any coverage ~greements; 12) provide a certificzte of coverage showing workers' compensation coverage to the governmental ~ntity prior to beginnbg work on the project; (3) provide the governmental entir::, prior to the end of the coverage period, a new certificate of coverage showing extension of ccvef2.ge, if the coverage period shown on the contractor's current :enificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project, and provide to dle governmental entity: (A) a certificate of coverage., prior to that person beginning work on the project. so the governmental e.,rity will have on file cenificates of coverage showing coverage for all pe~ons providing services on :::e project; and rB) no latc; than seven days a..~c;- receipt by u~e contractor, a new cenificare of coverage showing e>::tension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notifY th.e 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 cover~ 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 sha.lI be in both Enefish and Spanish and any other language common to the worker population. The text for the notices sha.lI be the following text provided by the commission on the sample notice, without any additional woeds or changes: REQUIRED WORKERS' COMPENSA nON COVERAGE -The law requires that each person working on this .site or providing services related to this construction project must be covered by wodcers' compensation insurance. T:-ds'includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project. regardless of the identity of their employer or statUs as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage. or to repon an employers failure to provide coverage. " http://www.sos.state.tx.usltacl28lIY1tOIB/ltO.1 IO.html NOTICE :'0 <:OtlTMCTORS - 8 aeYi.ed 1/13/'" l&.9.e4_oL_ ., sn/98 20 lAC, 0.110 t'age 4 or 6 (8) ccm:-acmaily require e:!ch person \'lith wher:: :: contra~:i :: ;-ro'<ide services 0:: J. ~roject to: (A) provide coverage based on proper reporu..'1g of classification codes and payroH 2r.1ounts and filing of any coverage agreemen:s for all of i:s ernpicyees providing services cn the projec:, for the duration of the project; (B) provide a cenifiC,!te or" coverage to the cam..""actor prior to that person beginni..~g work on the project; (C) induce in all comfaGS w pro\ide services or. the project t..1e language in subsection (e)(3) of this section; (D) provide the contrac::c.-, prior to the end of me coverage pe:iod, a new cenifica:e or coverage showing extension of coverage, if the coverage period shown on the current certifiwte of coverage ends during the duration or the project; (E) obtain from each other person with whom i~ contracts, and provide to the contractor: (I) a ceruilcate of coverage, prior to the other pc:-son beginning work on the projeC!; ::...,d (ti) prior to the end of the coverage period, a new certificate of coverage showing extc..'1Sion of the coverage period, uthe coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required cer.ificates of coverage on file for the duration of the project a..;.d for one year thereafter; (G) notify the governmental entity in writing by certified mzil or personal delivery, v,.ithin ten days after the person mew or should have known, of any change that materially affectS the pcovision of coverage of any person providing services on the project; and (II) conrracwally require each other person with whom it CDutrac-..s. to penorm as required by subparagraphs (A)~ of this paragraph., 'with the certificate of coverage to be provided to the person for whom they are providing sefvices. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project. for the duration of the project based on proper reporting of classification codes and payroU amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project. prior to beginning work on the proje~ (3) have (he fonowing language in its contract to provide services on the project: "Sy signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contraC1 is representing to the governmental entity that all employees of the person signing this contI1!~ who will provide services on the project will be covered by workers' compensation coverage -http;//\\"WW .sos.Sta1c.tx..usltacl281U!11 O~fl 10.110 .html BOTta: TO COKTMCTOaS - B Il.enud 1/13/9" --hq.e-5-~L7 sn198 ok \..".. .... 11 V ~age ) or 0 for ti:~ dt:ration of the proJect, that the cc...erage will be based on proper reporting of classification codes and payroll ar.:ounts. and that all coverage agreemems will be filed with the appropriate insur2.:'lce cmier or, ~ the case of a self-insured, with the commission's Division or SeIf.Insurance Reguiation. Providing false or misleading i..'.ibrmation may subject the contractor to administrative penalties, criminal penalties, ci'\i1 penalties, or other civil adons. " (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on me ceni.ficate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) Co certificate of coverage, prior to the oL'1er person beg::inning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing eXtension of the coverage period. if the coverage period shown on the current certificate of coverage ends during the duration of the projea; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~..nents for all of its e.'nployees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person begjnnme work: on the project; (C) include in aU contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a ce~cate of coverage. prior to the other person beginning work: on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the covef2.ge period, if the coverage period shown on the current certificate of coverage ends during the http://www.sos.state.tx.usltacl28/II/1101B11IO.llO.htmI NOTICE 1'0 COHt'lW:'tOI\S - 8 Rennc:l 1113/98 t - "1'qe~~- 8n198 S A\~ ,V.ll') Page 60f6 duration oi ~:Je contract (F) retain ail required ce:-tiica:es or coverage on file for the duration or the project and for one year thereafter; (G) notifY the governmental e~tit)' in writing by certified mail or personai delivery. within ten days after the person knew or should have known, of any change that materiilly affectS the provision of coverage of any person providing services on the project: and (H) contraCtually require ~ch per-son 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 circurnstance 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) TIlls ruie is applicable for building or construction contracts advertised for bid by a governmental entity 00 or after September 1, 1994. This rule is also applicable for those building or construction contracts enrered Lflto on or after September t, t 994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, ~ 4(j). (I) The coverage requirement in"this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, ~ 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, ~ 406.097(a) (as added by Rouse Bill 1089, 74th Legislature, 1995, 9 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or cerri.ficate of authority to s~-insure that is delivered., issued for delivery, or renewed on or after January I, 1996. Source: The provisions of this ~ 110.110 adopted to be effective September 1. 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://www.S9s.state.tx.usltad281U1110IBllI0.110.htmJ NOTtCE 1'0 CONTRACTORS - B Reytae<t lIU/SIe' '&ge 7 of 1 811198 PART A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A-~ Time and Place of Receiving Proposals/Pre-Bid Meeting ;ealed proposals will be received in conformity with the official advertisement ;nviting bids for the f)roject. Proposals will be received in the office of the City ;ecretac: located.m he first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, October ..~ 2005 Proposals mailed should be addressed in the ,colI ow I nq manner 'it 1 of Corpus enrlstl ( . i r y S e c r e t. a 1 y 'F 0 f f i Ct: 1201 Leopard Stlcet Corpus Christl, rexas 18401 ATTN: BID PROPOSAL AMERICAN BANK PLAZA PARKING LOT EXPANSION i'>, pre-bid meeting wil be held on Tuesday, September 27, 2005, beginning at 10:00 a.m. The pre bid meetIng will convene at the Engineering Services Main Conference Room, 3m Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. The meeting will ')e conducted bl the City and Include a discussion of the project elements. No ~ddltlOnal or s.~~}a~e visitation~',oIill be conducted by the City. A-2 Definitions and Abbreviations Sectlon R 1 of the General Provisions will govern. A-3 Description of Project Base Bid Part A, East Parking Lot Paving Improvements consisting of construction of approximately 8,300 SY of new pavement with 2" HMAC paving with 8" crushed limestone flexible base, a geogrid 1 inel and 8" scarified and re-compacted sub-base; construction of two (2) concrete driveways; area lighting, landscaping improvements with irrigation; new curb and gutter, concrete pedestrian ramps; concrete sidewalks; together with all appurtenances including site work, demolition and removal of dirt and hauling of spoil as shown on the plans and called for in the specifications and ~ontract jocuments. Base Bid Part B, West Parking Lot Paving Improvements consisting of construction of approximately 4,500 SY of new pavement with 2" HMAC paving with 8" crushed limestone flexible base, a geogrid ] iner and 8" scarified and re-compacted sub-base; c'onstruct ion of one (1) concrete driveway; area lighting, landscaping improvements with irrigation; new curb and gutter, concrete pedestrian ramps; concrete sidewalks; together with all appurtenances including site work, demolition and removal of dirt dnd hauling of spoil as shown on the plans and called for in the specifications and rontract documents A-4 Method of Award rhe bids will be evalUdted based on the following order of priority, subject to the availability of funds: 1. Total Base Bid Part A OR 2. Total Base Bid Part B OR 3. Total Base Bid Part A plus Part B 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-S Items to be Submitted with Proposal ~'he fol1O'.'.'1ng items ~~E:'~~q~ir:ec:i to be submitted with the proposal: 5% Bid Bond (Must reference AMERICAN BANK PLAZA PARKING LOT EXPANSION as identified in the Proposal.) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages rhe working time for ,'omplet ion of the Project Contractor shall commence work wi thin ten (10) written not ice to proceed from the Director of "City Engineer") will be 45 calendar days. The calendar days after receipt of Engineering Services or designee Fur eactJ calendar day Ulat any work remains incomplete after the time specified in he Coni rdct fur compJ etion of the work 01 after such time period as extended pursuant to other prov 1 sions of I his Contract, $500.00 per calendar day will be dssessed against: the Contractor as liquidated damages. Said liquidated damages are nut imposed as a penal ty but as dn estimate of the damages that the City will ustain frum delay in completion of the work, which damages by their nature are not <apable of preCIse proof. The Director of Engineering Services (City Engineer) may w 1 thhold dnd deduct f I-om monies otherwi se due the Contractor the amount of lquidated damage.s due the City. A-7 Workers Compensation Insurance Coverage the Cont_ractor' s workers I compensat ion 1 nsurance 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 1S not in effect on the effective date of cancellation of the workers' compensation nsurance::overage 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 incJ uding and after the effective date of terminat ion or cancellation of the Contractor's workers I 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 t his Contract. Such liquidated damages wi 1] accumulate without notice from the City Engineer to the Contractor dnd will be assessed and paid even if the permitted time t complete the Project has not expired III 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 Faxed Proposals Proposals taxed 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 nr,., 'eceipt Since addenda can have significant impact on the proposal, failure icknowledge receipt. and a subsequent interpretation of non-receipt, could have " Idverse effect when de'ermlnJng the lowest responsible bidder. A-IO Wage Rates (Revised 7/~/OO) Labor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. In case of conflict, Contractor shall use higher wage rate. MInirnumJ)rev~i. ~~nSLW_~e SCii}es The Corpus Christi City Council has determined the general prevailing minimum hourI wage rates for Nueces County, Texas as set out in Part C. The Contractor and an iOubcontractor must nol pa'I' less than the specified wage rates to all laborers, workmen, and mechanic,; employed by them in the execution of the Contract. Th." 'ontracto! or subcontractol shall forfeit sixty dollars ($60.00) per calendar day 1 portion thereof, for each laborer, workman, or mechanic employed, if such person s paid less than the :;pecified rates for the classification of work performed. Tlk -:ontractor and each subcontractor must keep an accurate record showing the names an- lassifications of al I laborers, workmen, and mechanics employed by them i.n onnect ion with the Prlject and showing t.he actual wages paid to each worker. l'he Contldctol will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls fron- all subcontractors and others working on the Project. These documents will also be submItted to the City Engineer bi -weekly. (See section for Minority/Minori.ty 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 01 holidays. (See SectiDn B 1 1, Definition of Terms, and Section B-7-6, Working Hours, A-11 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 Dig Tess System 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1 -800 828-512'1. Por the Contractor's convenience, the following telephone numbers ale listed: City Engineer Project Engineer A/E Project Engineer, Bhaskar Maverick Engineering, Inc. Street Services Department Traffic Engineer Police Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department Solld Waste Services AEP SBC Signal/Fiber OptiC Locate Cablevision 880-3500 880-3500 Patel, P.E. 289 -1385 857-1940 880-3540 882-1911 857-1880 857-1818 BB5-6900 857-1881 880-3461 857-1970 299-4833 881-2511 857-1946 857-5000 fax: 289-0712 (880-3140 after (880-3140 after (8B5-6900 after (880-3140 after hours) hours) hours) hours} (693-9444 after (1-800-824-4424 857-1960 (857-5060 after hours) after hours) hours) Section A - SP (Revised 9/18/00) Page 3 of 20 A;'S (Flber)ptil KMC Fiber OptIC) CholceCom (Fiber OptIC) CAPROCK (Fiber Optici Brooks Fiber Opti': (MANi 887 9200 (Pager 800-724-3624) 813 1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972/7S3 4355 A-12 Maintenance of Services rtle Contr.ictor shall t-ike all precautions lil protecting existing utilities, both "bove and below ground The Drawings show as much information as can be reasonably ubtainea trom existing is-built drawings, base maps, utility records, etc. and from ,-ic' much fie ld work as normally deemed necessary for the construction of this type of p r OJ eet w l t h regard tl the 1 ocat ion and nature of underground utilities, etc. H')wever, the accuracy and completeness of such information is not guaranteed. It is ne Contractor's sole and complete respons ibi I i ty to locate such underground eatUres sufficlently i advance of his operations to preclude damaging the existing dcilltle, If the Contractor encounters utility services along the line of thu~ \o>,urk, it is his responslbiJ ity to maintain the services in continuous operation at h,s own expense n the event of damage La underground utilitles, whether shown or not shown in the orawings, the Contract()l~ shall make the necessary repairs to place the utilities bdck tn service to con~truct the work as intended at no increase in the Contracl I ice A] such repairs must conform to the requirements of the company or agenc r nat owns he uti 1 it les Where existing sewers dre encountered and are interfered with (i.e. broken, cut, erc ), 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. ~ewage or other ,quid must not be pumped, bailed or flumed over the streets or ground surface, and ('cmtractor must pay for all fines and remediation that may result if sewage or other .quid contacts the STreets or ground surface. It is also the Contractor's Jesponsibi 1 it I' to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials tor repairs, adjustments or relocations of sewer service lines must be provided by t he Cant ractor . A-I) Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of Inconvenience to motorists. 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 t he demands of Inclement weather, The Contractor will be cequired to schedule his operations so as to cause minimum adverse impact on the a,.:cessibili ty of adjoining propert ies. This may include, but JS not irnlted to workinq driveways in half widths, construction of temporary ramps, ete The Contractor shall comply WIth the City of Corpus Christi I s Uniform Barricading Standards and PractIces as adopted by the City. Copies of this document are available Lhrough the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All cost s for tratt ic control are considered subsidiary; therefore, no direct payment will be made to Contractor, 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. Section A - SP (Revised 9/18/00) Page 4 of 20 Streets dnd curb lines must be cleaned at the end of the work day or more frequent ly, if necessary, to prevent material from washing into the storm sewer system No visible material that could be washed into the storm sewers is allowed '0 remain on the Project slte or adjoining streets. A-1S 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 growt.h of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that jetracts from Lts appe,irance or hampers the growth of grass. .;11 eXIsting concrete dnd asphalt within the limits at the Project must be removed unless otherwise noted All necessary etc., are to 'herefore no removaL; including but not 1 imited to pipe, be considered subsidiary to the bid item for d i lect p"yment wi 11 be made to the Contractor. driveways, sidewalks, "Street Excavation"; A-16 Disposal/Salvage of Materials Excess excavated mater ial, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from t he site by the Contrdctor. The cost of all hauling is considered subsidiary; therefore no di t'ect payment wi l] be made to the Contractor. A-17 Field Office (NOT USED) Thc Contr..lctor ~--f..Hrnioh thc City Engineer or hio repreoentative ~dth a field office at the conotruct-ieftfri-t.e-,-The field offiee----fRttSt;- contain at leaot 120 oquare ~~- uoeable opace. Thc ficld office rnuot be air conditioned and heated and muot be- furniohed with .:m inclined--Eab-Ie that meaoureG .:It leaot 30" J( 60" and t',IO (2) ch.:liro.-The Contractor ohall move the field office on the oite ao required by the ('1-ty--~neer or- hiD repreoentative. The field office Rluot be furniahed ',dth .J. lelephone+w-i-t=-h----;J-4--ll6tH-pe-F---e.ay.-aflO'.Jering oervi~nd F.'\X Rla.chine paid for by the i-'Dntr.:lctoF There -r-s-~ep.:lr.:lte-pay iteRl-FBr---Efle-+ie-ld office. A-IS Schedule and Sequence of Construction rhe Contractor shall submit to the City Engineer a work plan based only on calendar days ThJS plan must detail the schedule of work and must be submitted to the City Engineer at: least three (3) working days prlor to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1 nit ial Schedule Submit to the City Engineer three (3) days prior to the preConstru-ction Meeting an initial Construction Progress Schedule for review. ~tern.s_to _Jnclude: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Ident iry the t inlt workday of each week. SUbl111 ttal Dates: Indicate submittal dates required for all submittals. Re-Submission Pevise and resubmit as required by the City Engineer. Eerlodic:....Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Staking The drawings depict llnes, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Section A - SP (Revised 9/18/00) Page 5 of 20 rhe major controls and oenchmarks required for setting up a project, if not shown on the drawings, will be provided by the AlE Consultant. The Contractor wil thf-' ',-./01 fur!Jish I ines, slopes and measurements on the ground for control dur 1 n~i canst ruct lor j t 13 neces::;~r.J to disturb or destroy a control point or bench marl< the Contractor shall provide the AlE Consultant 48 hours notice so that ." ternate contr 01 points can be establ ished by the AlE Consultant as he deems ,ecessary, at no cost to the Contractor. Control points or benchmarks damaged as a ,esult of the Contractor's negligence will be restored by the AlE Consultant at the l".>C[Jense at the '::ontLlct lr. for whatever- reason. it is necessary to deviate from proposed line and grade to Froperl y execute t:he work, the Conl lactor shall obtain approval of the City Engineer p ior to deviatlon If in the opinion of the City Engineer, the required deviation "auld necessitate a J evision to the drawings, the Contractor shall provide 'iupporting measurements as required for the ':'ity Engineer to revise the drawings. ~'he Contractor shall ti in or ceference all./aIves and manholes, both existing and oposed, ..:n trle purpo,;e of adjusting valves and manholes at the completion of the paVIng process. Also, the City Engineer may requice that the Contractor furnish a ffdXImum 01 two (2 per sonne} for t he purpose of assi sting the measuring of the ('ompleted 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 --~ aideD ofstroet on a 200 I interval; - Street crOWllB on a JOO 'interval and at all intcrsoctions. Wastewaterl - All rim/invert elcvationa at manholesl --A1d-in-tersocting linos in manhole&-t- -Casing elevations (top of pipe and flow line). ~.~ ~. All top of valve boxes, - .'Jalvc vault riJDS. Stormwater: · All rim/invert elevations at manholes; · All intersecting lines in manholes. A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 9/18/00) Page 6 of 20 A-21 Project Signs (NOT USED) 'Ffle-~r.J.ctor ffiUOt furnioh .J.nd inot.J.ll one (1) Project oign .J.O indic.J.ted in Attachment~--!Fhe- oign ffiUOt--ae- inot.J.lled before eonotruction begino .J.nd will be ffi.J.int.J.ined throughout--€-he-Projec-tperiod by the. Contr.J.ctor. The loc.:ltion of the ~--w4+:lbe deteFffii-He4--i-fl-E-h~ field by -tcfle ~ Bngineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Pol lCY ; t is the pol ic;- of the City of Corpus Christi that maximum opportunity is afforded minoritles, 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 w th such pol icy, the City has established goals, as stated herein, both for minorlty and female participation by trade and for Minority Business Enterprise. Det lnitions d, Prime Contractor: -~--_ ___ _0__- _~__ association or joint City contLlct. Any person, firm, partnership, corporation, venture as herein provided which has been awarded a b - Subcontractor: Any named person, firm, partnership, corporation, ass-ocTat ion-;- or Joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregOing under contract with a prime contractor on a City contract. ~~~~~~~~usi~~~~ EnteFprise: 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 sect. ion, 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 __ Owneej (al 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) . (el For an enterprise doing business as a corporation, at least 51,0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s}. 3 -- E>l1are..i...r:l l?~Y!1!~t_s 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, commlssions. consulting fees, rents, procurement, and subcontract Section A - SP (Revised 9/18/00) Page 7 of 20 pay'lllerlts, and dny other mow~tary distr ibution paid by the business entelprisp d Mil!orlty :3ee del InitJon under Minority Business Enterprise. e fe~~!E:" O"'!!E:"~_Busin~~~_ ~~ter:pr~_s~ A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets 01 partner:;hip interests are .:)wned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are )wned by one or more women. Joint Vent\.. ce; A ]()lnt venture means an association of two or more persons, pa rtnerships, corporations, or any combination thereof, founded tc :aITY 01 a "ingle business activity which is limited in scope and direction. The degree to which d joint venture may satisfy the stated MBE goal ca:mot exceed the proportionate interest of the MBE as a member of t:he joim 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 III which a minority joint venture partner has a 50.0% inter'est sClall be deemed equivalent to having minority participation in 2'0 in :;,t the 'w,)rk. Minority members of the joint venture must have eithel fInancial, managerial, OJ technical skills in the work to be pertonned 1. the Joint venture Goal '3 a The goalS Enterprises work force follows' for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on all construction work for the Contract award are as Minolit,/ Participation (Percent) 4S % Minority Business Enterprise Participation (Percent) 1S % b These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from pro] ect co proJ eCl: for the sole purpose of meeting the Contractor's percentage s prohibited 4 COlllfll i anCE a Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor 0 the City Engineer. b The Contractor shall make bi-weekly payroll submittals to the City Engineer The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indjcate, in writing, the overall participation in these areas which have heen achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payroll s ill a timely fashion or to submit overall participation informatIon as required. A-23 Inspection Required (Revised 7/5/00) (NOT USED) The Contractor Dhall--aBffi:l-Fe- the appropriate building inopectiono by the Building Inopection Dh-iDion --at:---the varioUD intervalo of work for which a permit io required and to-as-sure a final inopection after the building io completed and ready for eccupancy. Contr.:rctor Rluotobt.:rin ,the Certific.:rte of Occup.:rncy, when applic.:rble. Section A - SP (Revised 9/18/00) Page 8 of 20 "->f'-€t: Hm~---b~*,-2- e4t-he--(~1''al--P+evloiono~:i-sfle'FeBy .:lmcnded in th.:lt the Contr.:lctor 'lffifrt ~ay ail -Ee€-B~a-oo eflan~es--levcie4 by the -(2--i-t:~~lding Inopection Department, .HtG a-1 t '~-t~ n~f-ees-,-including I,'.:ltcrj\l.:lotew.:lter meter feeo .:lnd tap feeo ao leqliHeEi ~-t-itY c ~~~rety Bonds Paragraph two (2) of Section B. 3 4 of the Genera] Provisions is changed to read as ()] ] OWE: "N( surecy will tle accepted by the City from any Surety Company who is now in 0etault or delinquent on any bonds or who has an interest in any litigation ~'jga 1 nst the C i t AI] bonds must be issued by an approved Surety Company ~uthorized to de business in the State of Texas If performance and payment bonds are in 3.n oJ.mount in excess of ten percent 110%) of the Surety Company's a~ltal and surplus, the Surety Company shall provide certification 3at 1 sfactory to the Ci ty Attorney that the Surety Company has reinsured the pOL ion of the bond amount that exceeds ten percent (10%) of the Surety .:ompany's capital and surplus with reinsurer(s) authorized to do business in hE- State of Texas. The amount of the bond reinsured by any reinsurer may not exc,~ed ten percent (10%) of the reinsucer's capital and surplus. For purposes uf i his section, the amount of allowed capital and surplus will be verified I hI.:Jugh the State Board of Insurance as of the date of the last annual sta utory financial statement of the Surety Company or reinsurer authorized dnd admitted to do business in the Stace of Texas. The Surety shall designate dn agent who is a res ident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. Por contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by t~he United State:; Secretary of the Treasury or must obtain reinsurance for any laLdity in excess of $100,000 from a reinsurer that is certified by the Uni Led States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register dS holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) b-eet-i-6fi--B-~6 22, T.:lx E)(empt--i-Bfl-~Provioion,- +-s-~ deleted in ito entirety and the f 0 11 ow i ng ~ i t u t ed i-H--+i-ett-+fleTeeh CQntracto fuF- improvefftefit-& tB- --Fea-l-. property ~ the City of Corpuo Chrioti do not qualify for e)(emptiono of C.:lleo, Excioe, .:lnd Uoe TaKeo unleoo the Contractor electo to-~perate under .:l oep.:lrated contract .:l0 defined by Section 3.291 of Chapter 'h~l\dminiotration of Title 34, Public Finance of the Te}(ao l\.dminiotrati....e Code, .Jt-. ouch other ruleo~r reguIationo ao m.:lY -be----promulg.:lted by the Comptroller of l'ublic .l'.ccounto -ETf. Te)(.J.o. It---t-fle-- Contractor eIecto to oper.:lte under .:l. oeparated contract, he ahall: Obt.J.in~ neceooa-pt-fraleo t.:U( permito from the Ctate Comptroller. c . Identify in the .J.ppropriate opace --6fi--{:-fle.- "Ctatement of Materialo and Other 8hai'~-Hr the propooal form the coot of materi.:llo phyoica11y incorporated ci-fi83 ~ proj ect < '--P--rev-ide rco.:lk-€{~ic.:lteD to oupplie~~ '* . Prov lde the Ci-l:if- ',lith copieo of lfl.:lteri.Jl invoiceo~ to oubotanti.:lte the propooal v.:lluc of m.:lterial-s. If the Contractor doco ~elect to operate under a oep.:lr.:lted contract, he muot pay for .:l11 Baleo, Excioe,-aH€l- Uoe Taxeo applicable to thio Project. Cubcontr.:lctoro .:lre. eligible for o.:lleo tax cxemptionD if the Dubcontractor aIoo complieD -w-ith--~- .:lbove requiremento. The Contr.:lctor Ifluot ionue a renale certificate to the oubcontractor .:lnd the oubcontractor, in turn, inDueD a reoale f~fic.:ltc to hio oUpp.l-i€-F. Section A - SP (Revised 9/IB/aO) Page 9 of 20 A-26 Supplemental Insurance Requirements For each 1 nsurance coverage prov ided in accordance with Section B-6 -11 of the ;eneral Provisions, tht' Cont ract or shall obtain an endorsement to the applicable 'lsurance POllCt', slgnE'd by the Insurer, stating: IIi t tle event at cancellation or material change that reduces or restricts the inslirance afforded by this coverage part, each insurer covenants to mail prior wr it ten n')tice of cancel latlon or material cl1Cl,!13e to: 1 Name, City of Corpus Christi Engineering Services Department Attn: Contracts Administrator 2 Address: P.t), Box 9277 Corpus Christi, Texas 78469 9277 3 Number of day~ adva~c:~ not]c~: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date he City Engineer requests that the Contractor sign the Contract documents. WIthin thJrty (lO) 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 tor all employees of the Contractor employed en the proj ect descnbed in the Contract, For each l,nsurance coverage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable ! nsurance policy, signed by the insurer, stating that the City is an additional ::lsured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liabIlity insurance 11 tal of the General Provisions, rnis covelage stating: coverage obtained in accordance with Section B- the Contractor shall obtain an endorsement to "Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to anj property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person i.ndemnified hereunder." A-27 Responsibility for Damage Claims Paragraph (a) General LiabdJty of Section B-6-11 of the General provisions is dmended tc) include: Contractor must provide Installation floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Installation floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such installation floater insurance coverage, including "illY deduct ible. The CitY' must be named additional insured on any policies providing such insurance coverage Section A - SP (Revised 9/18/00) Page 10 of 20 A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its ()bligations under the proposed contract, then prior to award, the City Engineer may ;equ i rf" d bidder to prc)vide documentation concerning: Whether dny llem; have been filed against bidder for either failure to pay for services or mater'ials supplIed against any of its projects begun within the pre,=eding two (2 I years, The bidder shall specify the name and address of the pal ty holding th,- lien, the amount of the lien, the basis for the lien claim, lnci the dat e of the release of the lien. If any such lien has not been tel",ased the bidder shall state why the claim has not been paid; and Whether t:here ar,- any outstanding unpald claims against bidder for services or mat erials suppl; ed which relate to dny of its projects begun within the prer;eding two (2 years. The bidder shall specify the name and address of the la imant the am,mnt of the '~laim, the basis for the claim, and an explanation wh) the r;] a i.m has not been paid. Ii, bidder may also be l'equI red to suppl y construct ion references and a financial statement prepared no later than ninety (90) days prior to the City Engineer'S 1 equest, 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 fOI 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 The superintendent must have at least five (5) years recent experience in the day to-day field management and oversight of projects of a similar size and complexity to thiS Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures The superintendent shall be present, on the job site, at all t~es that work is being performed. Foremen, if utillzed, 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 Cit Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section 8-7-13 of the General Provisions. Section A - SP (Revised 9/18/00) Page 11 of 20 ;:",30 Amended "Consideration of Contract" Requirements [Inder "General provisions and Requirements for Municipal Construction Contracts", Section B-3-1 .Consideration of Contract-, add the following text: WIthIn t 'Ie ('i) work ng days following the public opening and reading of the ~Jloposa 1 s. the Lhree (3 apparent ] owest bidders (based on the Base Bid only or Base bld plus dIlY combInation of P,dditive Alternates, subject to the availability of funds) ITlW;t submit tu the ('it". Engineer the following information: A 1 st of the fnaJur components of the work. A lIst of the products to be Incorporated into the Project. A schedule of values which specifies estimates of the cost for each major component of the worl<, A s( tledule of dnt l..cipated monthly payments for the Project duration. 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 o! ,;Jgned affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein Similar substantiation will be required if the Cont ractor 1 s ar MBE. If the responses do not clearly show that MBE part 1 cipat ion wi 1 meet t he requirements above, the bidder must clear} y demonstraLe, to he sat isfaction of the City Engineer, that a good faith effort has, In fact, been made to meet said requirements but that meeting such requirements i.'1 n.,t Ieasonably possible. 6. A 11', L of subcont ractors that wi 11 be working on the proj ect. This 1 ist may contain more than one subcontractor for major components of the work if the Cont r'actor has not .;ompleted his eva luation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on tne Project. The Contractor shall obtain written approval by the City Englneer of all of its subcontractors prior to beginning work on the Project. If the,:ity Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted fOt or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provlsion constitutes a basis upon which to annul the Contract pursuant to Section B 7 13 of the General Provisions. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference. b DocumentatIon required pursuant to Special provision A-28 concerning "Considerations for Contract Award and Execution" and Special provision A-29 concerning "Contractor's Field Administration Staff". 9,. Doculf\cntat-iBn-tt&-I'~ircd by--Cpccial provioion A 3S K, if applicable. 10 WithIn five (5) days following bid openIng, submit in letter form, information identifying type of entity and state (i.e., Texas or other state), Corporation or Partnership, dnd name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity." Section A - SP (Revised 9/18/00) Page 12 of 20 A-3I Amended ~Policy on Extra Work and Change Orders" ;.Jnder "General Provisions and Requirements for Municipal Construction Contracts", Section B-8-5 .policy on Extra Work and Change Orders", the present text is deleted ~nd replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra wor k fOl whi ch a change order has not been signed by the Director of En~J 1 neer ing Serv Lces or hi s des ignee. The Contractor also acknowledges that th~ City Engineel may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $2S,OOO.OO must also be approved by the City Council." A-32 Amended "Execution of Contract" Requirements lndel "General ProvisJons and Requirements for Municlpal Construction Contracts", Sect lon !l..- 3 - 5 "Execution of Contract", add the fo 110wing: "The award of the Contract may be rescinded at any time prior to the date the it I EngIneer delivers a contract to the Contractor which bears the signatures olf the City Manager, Clty Secretary, and City Attorney, or their authorized des 19nees. Cont ractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform unaer the Contract, unti 1 the date the City Engineer delivers the signed Call racts t,) the Contractor A-33 Conditions of Work Each bidder must fami liar ize himself fully with the conditions relating to the ompletion of the Project. Failure to do so will not excuse a bidder of his . ,bligat ion to carry out the provisions of this Contract. Contractor is reminded to ~ttend the Pre-Bid Meeting referred to in Special provision A-I. 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 '-;ener'al Provisions will be given last precedence. In the event of a conflict ()etween any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for ~'onstruct Lon of Highways, Streets and Bridges", ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications. and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A,--V-i-frltorIGontractor Oricntatiefl f'rior .-t;.e. pcrforming werk-~~'any City watcr facility, the Contractor, hio oubcontractoro ;---aM each of their employeco muot have on their peroon a valid card certify~~r prior attcndance at a Vioitor/Contractor Cafety Orientation Program conducted -~ thc City- Water Department Pcroonncl. l\. Vioitor/Contractor Safety Orientation Program will be offered by authorized City Water Department peroonncl for thooe peroono ....he do not have ouch a card, and who deoire to perform any ~.'orh: w-i-thin any City '.Jater faci-l-H:y. For addition.J.l information refer to Attachment 1. g..,'---Oper.J.tiBfrof Cit'.,' O'h'ned Equipment The Contr.J.ctor ohall not otart, .operate, or atop ;:lny pump, motor, Y;:llve, equipment, m.'itch, breaker, control, or .J.ny other item related to City '.Iater facility at .J.ny ti-me~--Al-l-f.H:teh-.4-t:-€fftfr muot be operated by an oper.J.tor or other authorized maintenance employee Hf thctity Water-~tment. Section A - SP (Revised 9/18/00) Page 13 of 20 .pre{eet~ --Bf-Wa-t~-it:y The City muot deliver '.o'J.ter--e.t drinking quJ.lity to ita cuatomera J.t all timea. The ContrJ.ctor ohJ.] 1 protcff--Efle--qu-a-li-t-y-~~ wJ.ter in the job aite and ohJ.ll ;:oordinaB> ~W&f* w-i+ft---tc~-t-ity \-l.:lter Dep.:lrtmcnt--t:-B protcct the quality of the wat-e-F ~~- - -----tefrtermity wit:h }\NCr/N&F--St.:lnd.:lrd~-l 111 1 mJ.ter la-ls--d-R&---e~uipment--tl-B€-Ei---i-fl.---to-fle- rcpJ.ir, re.:loocmbly, tr.:lnoportJ.tion, leinot.:ll-htt=-ieft,---aTld--inopection of pumpo, or .:lny other itcmo, \Jhich could Come into eont.:lct--wci-tofl--- potJ.ble --1'iat-e+,-- muot coA:f-e-rm----83- Americ.:ln National Ctandardo J noli tute/HJ.tion.:il---&afHt~Em FeundJ.t ion (.'\NC r/NCF) 8t.:indJ.rd 61 ,10 deocribed in the ";t.:ind.:lrd f:peci-fieatc-iBflE Su-efl:.- ~Fi-a~ --ffi.el-uee---a H- . 001 ve n to, -el-ea-fte-FS-,-- 1 ub r i cJ.n t a , g ,10 ](e to, f'offipoundo, ee-a-t-~&, --B-i hydr.:iu-l-ie- equipment~ TheDe ilema ffiuat not be uoed lChey conform '.o'it:-b J\NSr/N&f--Bt:-ttH€laf~- 61 .:lnd unleao Duch iteffia J.re inapected Ht te by.:iU thor i zed~-pe--H~efHlel---iffiffieili.:l te 1 'l---I*'ior to.~ thre.:ld unleoD on the The Contr.:lctor ohJ.ll-j*evide t-be----E-ngineer with copiea of written proof of }\NCI/NCF 8tJ.nd.:lrd 61---appFBV-a-l ~+-mat-e-Fi-alo 'oJhie-b--eeu--l-6-----eeme into cont.:lct with pot.:lble wat:-er- - h --~ 1 ~--d--flB --9 i-spo-s-ti-l-B-t - 4' f-tifrh A++ tr.:loh gener.:lted by Efle-Betlt:-foaet.-EH"--BF~ employeeo, .:lgento, or oubcontr.:lctoro, muot be contJ.ined .:It--a-11 timeD -.:it the W.:lter f.:lcility oite. Blowing tr.:loh_\Jill not Be-- -.:lllo'...ed-. The CGHtr.:lctor- oh.:lll keep ....ork --are.:lO cle.:ln .:It ,111 timeo .:lnd remove .:lll t r-a-a-h--da-i--l y . CONTR}\CTOfi '-&----BN--B-f-'I'E -PREPARATION }- -~r.:lctor'o pcraonne~t \..C.:lr colorcd uniform-ovcr.:lllo other thJ.n or.:lngc, eluc, or whitc. ----Eaeli--cmploycc uniform muot- provide comp.:lny n.:lme J.nd individu.:ll employee identificJ.tion G-, ContrJ.ctor oh.:lll proyide telephoneo for Contr.:ictOF peroonnel. Plant telephoneo are not---available for Contraet~~ H,--~lng houro---w-Hcl--be'--HOO A.rc to 5.00 P.M., Honday thru Friday. -j -- --- Contractor muot not use--aftY-tity f.:lcility reotroomo. Contr.:lctor muot provide own oanit.:lry facilities d, ---Al:+-Contractorvehicleg- munt be parked at deDignated oite, aD deoignated by Clty Water.. Department---et:-a#--,---All--Eontr.:lctor vchicleo munt be clearly labeled ~Jith €ompanyn.:lme. ~private cmployec vehicleD.:irc .:lllm'l'ed at O. N. StevenD Water Treatment Plant ,-----A-l-l- ~roonnel muot be in company vehicleo. During .o'Orking hourD, contractor. employeeo-muDt not -- leave-tofle--4e-signated conotruction area nor ~:ander tfirough--afPy'- buildings--otfieF th.:ln for requircd ~iOrlc or ao dirccted by City Water Department peroonne-l---EHi~ eme rgency ev.:lCU.:l t ion~~ K-.--- Contractor Qualif icationo 8CADA (SUPERVICORY CONTROL .~ DATA ACQUICITION) Any work to~computer baoed monitoring and control nyatam munt be performed only by- qualified technical----an4 Duper-rioor}' peroonnel, ao determined by meeting the qualificationa -l- thru 9 below. ThiD '...ork- includea, but io not limited to, modificationo, additiono, changeo,oelectiono, furniohing, inotalling, connecting, progralllming, cuotomizing, debugging, cal ibrating, or placing in operation all fl.:J.rdware and/or -ooft\l.:ire----s-pee--if.ie4~-or require4--by-4:--bese opecificationo. The Contractor or hiD Dubcontr.:lctor propooingnto perform the ECl\Dl\. work mUDt be able ttT- damonotrate--t:-fte-.~)wing. Section A - SP (Revised 9/18/00) Page 14 of 20 . . . He-iO regulrt~lyeng;lged-ci.&. .the computer b;loed monitoring ;lnd control oyotem OO&ifieflfr, prefel'ca&ly--afr---rtptH-i.ffl.te-thc municip;l1-~ ;lnd '.,';lotcw;lter induotry. ,! -.He- .firt&. performed ~~o}'otcmo of comp;lr;lblc oize, type, and complexity aG Fequired in thio ContrrteE-Bft--a.tleaot three prior projecto. ...- -He- hao been~ve+y -~. in the type of "orlc opccified herein for at leaot "'-yearD. 4.. -He- employoa~lotcred--PT,,*eDoion.:ll Engineer ,---a. Control Gyotemo Engineer, or ctlt BlectFi€a+B~iHe+'r---t-e. ffiXfle-FV-f,-se--&F- perform---+fie- '.lOrle required by thcf.h:., .lpee 1 f lerttciefla., ,,>,--- --He- employ:] perconnel efi..+flffi-project '.Jho h.:lve oucceoofully completed .:l :l1anufac{:-lH'eF-Ls - -t~-HH~--eBtH'-ge in configuring------ane- implementing the opecific '~omputerD ,---R'fY&.L.gT'-~--9Bf-E-wa-r-e-propooed for the Contr.:lct. 0'-. ---He-m.:lint.:lift9--a~Hefl-t-i fully ot.:lffed .:lnd equipped oerviee facility '.dthi-ft +{}.G- ilHles -&f-tfie--PrBjee.t-s-l4c-e to-ma-int:-a-i-fl-,--r-ep.:lir ,- calibrate, and progr.:lm the t+y&t: e RID 0 P e c i f ie4 -fle-Ee t-ft . "-'-- --He- sfla-l-l. furnioh ~~t-wfl-i-efl----icfr the product of one manufacturer to -t,lw maximum pr.:lctiC.:ll-€*-t-et~-wfteFe' t:-filo io not -practic.:ll, .:lll equipment of .:l given t-YfK' .....iH-be--t.he product --e{ --oRe. m.:J.nuf.:lcturer. )oj.~------PF-:iBr perform.:lnce .:It.+fie.--G-,-N. Gteveno W.:J.ter Treatment Plant ....ill be uoed in eV.:llu.:lt~ ~- Contr.:J.ctor Gfoubcontr.:J.ctor progr.:J.mo the ne.. '.lOrl'.: for thio Project 'h -Cf.fieContr.:lctor ofl:a-1-!----produce -a-l-l--+ilied out prograRllRing blocleD required t<:: ,,1-fiew-{:-fle . progr.:lRlffiiW;J- as---needed .:J.nd required, to add theDe t'.m oYDtemo to +fie cJciotingt'--i+j'-- 8CJ\Dl\. Gys-teflh -AEt.:J.ched io .:J.n~ample of the required programming &~wfiich thc-ti.t-y-- f'~-iTeB--+e--fle----f-.i+:l-edin and given to the City Engineer .wci+h d.ll ch.:J.ngeo m.:lde.~4Bg. the progr.:lmming pfia-se. The .:ltt.:J.ched oheet io .:In e)c.:lmple and ls.net,.-in.tended to oho',I al1--of--t-fie F-eEftHi"ea-oheeto. The Contractor will provide a-l.l progr.:lmml ng bl(~*sUS€d. h, --'l'Fenching RequireffleRt-s All trenching fOF-~ project .:J.t the O. N. Bte'Jeno W.:J.ter Tre.:ltment Pl.:lnt oh.:lll-.~ performed uoing a backhoe or h.:md digging due to the number of cxioting underground obotructjDno. No trenching m,:}chineo oh,:}ll be ,:}llowed on the project. A-36 Other Submittals (Revised 9/18/00) Shop Drawing Submittal; The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantlty: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b ~!5~~uc:ibles : also submit one In addition to the required copies, the Contractor shall (1) reproducible transparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the Submittal --- --,,~--- -~ Transmittal Form attached at the end of this Section; and sequentially number each transmj ttal 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 <:ontractor'~__S.!:.~J!lE: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requicements of the Project and Contract documents. e Schedul_~ Contractor must schedule the submittals to expedite the Project, and deljver to the City Engineer for approval, and coordinate the submission of related items. Section A - SP (Revised 9/18/00) Page 15 of 20 f 1'\~~i:!!9: Cont ractor 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 "\.'.Ci~!Ci_t~~<:ms Contr-actor must identify any proposed variations from the Contract documenL; and any Product OJ system limitations which may be det r imenta: to SUl:ces~, fu I performance of the completed work. h ~~C::lO' Regu L:r.:~E1ents; Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. ResubmittaJs: Contractor must revise and resubmit submittals as requIred by -City Engineer and clearly identify all changes made since previous submittal j Distribution: Contractor --- ----- - to subcontractors dnd suppliers 0 promptly comply WLt~ provisions must di stribute copies of reviewed submittaL; suppliers and instruct subcontractors and r-eport, through Contractor, any inability to Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer'S sel(',-:tion~ Test and Repair Report: When specIfIed in the Standard or 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 Amended -Arrangement and Charge for Water Furnished by the City" Under "General Provisions clnd Requirements for Municipal Construction Contracts", Section B-6-1.5 "Arrangement and Charge for Water Furnished by the City", add the llowing; "The Contractor must comply with the City of Corpus Christi's Water ConservatIon and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing 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 I s Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors '8'" are incorporated by reference in the Special provisions A-39 Certificate of Occupancy and Final Acceptance (NOT USED) TIle---ioouance of a ~ificatc -B-f--occupancy---t-er improvemento doeo not conotitute f~-acccptance of thcimprovemcnto under General provioion B 8 9. A-40 Amendment to Section B-8-6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B - 8 -6 "Partial Estimates" is amended to provide that approximate 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 suppl ier has been paid for the materials delivered ro the proJec' worksite Section A - SP (Revised 9/IB/00} Page 16 of 20 A-41 Ozone Advisory Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify :~ontractor about ozone alert If a delay such as this is experienced, the day will not be counted as a workday and the Contractor will be compensated at the unit price ndica~ed in the proposal A-42 OSHA Rules & Regulations a is the responsibllity of the Contractor(s) to adhere to all applicable OSHA rules lnd regulations while performing any and all City-related projects and or jobs. A-43 Amended "Indemnification and Hold Harmless" (9/98) Jnder "'General Provislons and Requirements for Municipal Construction Contracts", Section B-6-21 "Indemnification and Hold Harmless", text is deleted in its entirety ~nd the following is substituted in lieu thereof: "The Cont.ractor 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 dOl' subcont ract'jr, suppl ier, materialman, or their officials, employees, agents, ')1 conS\1 i tants The Contractor stlall hold the City, its officials, employees, attorneys, and agents harmless and shal I 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 (4 26/99) Should a change order(s) be required by the Engineer, the 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 the Contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 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: a HOlizontal and vertical dimensions due to SUbstitutions/field changes. b. Changes in equipment and dimensions due to substitutions. ('. "Nameplate"' data on all installed equipment. d Deletions, additions, and changes to the scope of work. e Any other changes made. Section A - SP (Revised 9/18/00) Page 17 of 20 A-46 Disposal of Highly Chlorinated Water (}/5/00) (NOT USED) F~ontr.)ctor oh;:Ill---be reOpOft&HH"€-Eer--+fle diopoo;:Il of ~';:Itcr uoed for tenting, Eiioinfec-t-+on ;:Ind line f luohing ---in.J.n .J.pproved m.J.nner. Cont.J.min.J.ntn in the w.J.ter, ~€-\:!-lu+l't high levels----ef -chlorine, wil~~ for dioinfectioD, .J.nd m.J.Y clcceed t-Re- permio-s-i-b-l-e- limit:J -fe-t----4i-B--eh.:lrge into --weB.J.ndo or environment.J.lly oenoitive H-€-a-S 'Fheae- -dF€----FegtH a-E€-€iby -fftffileTBtH3--a~l{-,-i-e-s -9tt€fl----ao TNRCC, 81\"., ete. It '.Jill lh^ -t-fie--C€HHt--a€-8:TF l-e--r-e-&peR-9-i-B-i I t--t y -to----eB!RfH-y-w-i~-h-__t:-fle rcquiremento of .J.ll regul.J.tory -t'jenc lC':';---i H 4.--fie-4i-Bf*79-a j --B-t all-wateF~-ciH~roj eet. The methodo of diopoo.J.1 .,ha-l--l -be--"+~E-etlntB--Ifte--C-i-ty-f--EH .:lpprov.:l1- There oh.:lll be no oep;:lT.J.te p.J.y for q !~i - -.,{ highlY-t'-fl--lo-fl-HaEe4- Wdte~----+fl-e-Contr.:letor --s-ftall not uoe the City '0 -, a-~d-F '-jHewe-r---s-y-&t-em--f O-F--e i-spo-sal- {) t---eefit-aflH_-R-a-t-e4-w-a-t-ef--;- A 47 Pre-Construction Exploratory Excavations (7/5/00) rIaL tG any constructIon whatsoever on the project. the Contractor shall excavate dnd expose all existlng pipelines of the project that cross within twenty feet (20') < I proposed pipe1 ines )f the project. and the Contractor shall survey the exact ~"rtical ind horizontal location ()f each rossing dnd potentially conflicting fLpelinc_ For exist.lng pipelines which parallel and are within ten feet (10') of proposed pLpelines of the project. the Contractor shall excavate and expose said exiting plpelines oit a maximum spacIng of 300 feet O.C., and the Contractor shall survey the d curate horizontal and vertical locations of said parallel pipelines at 300 feet maximum intervals. he Contractor shall then prepare d report and submit it to the City for approval ndicatlng 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 The Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported t the Engi neer and Cant ractor has rece ived Engineer's approval of the ".port Explorator y excavatlon~, and associated pavement repair shall not be paid for separately Exploratory excavations shall be considered subsidiary to items that require excavations. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequat~e 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, The 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 may be 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 'lVerhead lines whether shown in the plans or not. Section A - SP (Revised 9/18/00) Page 18 of 20 A-49 Amended "Maintenance Guaranty" (S!24!OO) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-8-11 -Maintenance Guaranty", add the following: "The Contractor's guarant.ee 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 cemedles available to the City of Corpus Christi for any claims or causes f lction agaInst the Contractor or any other individual or entity." A-50 Video Documentation (NOT USED) !\.o parte- e-f-.-+fte--~'e€-- ~rcmenta , u +he~~ractor ahall perform televiaed i napcct-i-e-n9--e-t---a-t-l-.u-fl-eW aanitary oe'.Jer--+Hles- inatalled on thia proj cct. -AH HlDpect-ffina ahall be madei-ft accordance ..it-h---&Eandard8pecification Section 027610 "Telcvi aed. Inapection B-E---Gondui8:J.1l Section A - SP (Revised 9/18/00) Page 19 of 20 SUBMITTAL TRANSMITTAL FORM PROJECT: lWNER: American Bank Plaza Parking Lot Expansion City of Corpus Christ~ ENGINEER Maverick Engineering, Inc. "ONTRACTOR; IJBMITTAI DATE SUBMITTAL NUMBER: .l\.PPLICABLE SPECIFICATION --..-- ~-- - OR DRAWING SUBMITTAL --_.-- '--'-'-'--'-~'--- ------... ~--,-- -------....,.- --.-.---.---...- ----.--...- -----_...,--- -'----_._._-,.__.~._...- --'-'---- ------------. --- -....--.----- --.--. -'-.--.--- - -_..---- ,- Section A - SP (Revised 9/18/00) Page 20 of 20 PART C FEDERAL WAGE RATES AND REQUIREMENTS neT -3.1 ,-:i~~i 1fl Nurnb( T:<:O 01 , .j t T( <as riS' I HI T H ,. IVY I n ( fj 1,.-, I Y Jr, I] s: [J IF' -.' .'. j n a t- t '~H'~Jl\.r ( iNSTRlj'T rUN r,<a,lE"T.' .- u t ~j re ire pr jeet ,pdl,Jr\.1 br i :lgE--c3 l II > '~--" ---::; . j C) j L.:--" lspen :; 1 {)f! & )mm~-;, L ( 1 c~ na_v '_-T-it 1 In, th-? r 'na -J U ] dge ). ',1 J11' ]. 3. t )n N1JmLl! r I'U!'] ]('dl ] 8 ) I 8 I , , I '1 ) L, i,il) . 11':< I)(J~) 10 11'-; 0 4 :\,sphd1t l\sphc, 1 t Asphalt 13u! ldoz 'a r ppnt '01, ] et lonel,-,>t --'Ofi 1\:,: t" ilisL: ,huLIJI peLiL J. pavirllJ rna(--.hi ie ,~)per 3t()r$ Eake] r- UpE" r(_1 t c, r "j 4 . . . 'C Pivin'J. ..$ S rucr urf?s. . ",--' Finisher, FinJI;her, Rubioe r _ . I amshe I J , DIdO] I fie, Ba khoi', Stiove l rane, De r I j ,~k , i)perci':O . . . . . ." ~'Lagger ...... !"orm BUl Ider.!:;('t tE r, Str-uctures$ r'orm :Jet leI, f'dving , Curb. ., !,'oufldat! un Dr]] lOpe ator, Truck M,.untecl . y Front End Loader Operator Labor I'r _ common.. Laborpr. Utl]ll.,.. Mechani, ..... _ . . . . . tJI.otor Grddel Operata:, FinE' :;rade. . . . . . . . . . . . Motor Grader' Operator, f-(uuqh...$ PlpelaY0r. . . . . . . . , . . holler ljperat r, l'nelimat '._, ::el r-f'r'T,el1ed. .., .. HaUer (iperatcr, Lel1 WIlee I, f'lar Whpel/Tarnplng.. Poller (iperat r, Ste'] WlIfOe!, Plant MiX Pavement . . , . .) .. . . . :~ Scraper Operator. ~;er\llCe) ...... trilctUI,] Steel Worh,r. Truck dr Iver, lowboy '''lod! Truck d.r J ver-, InqLe [,-xlc, Hea"'y Tr-u,:k d.rlver, 1.nqle Axle, Page I of 3 ?/?:,/20i)', TX122 I[:! /1 t rJ I 'Ullnl Les n Texas. (, x Udlrlq tunnels, building railr-oad "onst r\letIon; 'j ;., dr:'h bridqe leslqned tor nv IVlnq mdrine ,:onstruetian; II Da t (II) . :~ f' ,.1 tes 2. 4) I 1 5) C) . 3b 10. 90 ] O. 71 12 1 fJ L I 16 1 O. 50 12. 5 ~) 7. 17 11 47 9.6:) 1 5. 3') L- 10.05 8. 35 9.09 I 3. 17 1 '3. 78 15.00 9.00 fJ . 57 0.00 Frinqes 1).00 0.00 0.00 0.00 0.00 0.00 D.OO 0.00 0.00 0.00 0.00 0.00 c- .'" 0.00 0.00 0.00 0.00 0.00 c- . y . ? 0.00 0.00 D.OO 8.51 0.00 9.49 9.67 10.75 ]4.00 I 4 . l~) D.DO 0.00 0.00 0.00 0.00 I 1 . '39 0.00 http://www.wdoLgov/wdollscafiles/davisbacon/TX 122.dvb 9/18/2005 Page 201'3 1, in g.oo 0.00 'k r" ',f,'!, i fl j':.:.m .'\x. l_" I 'f:~J1< il 1"r 9. J 'J 18. 1.1 ~'\; "-): v, il' ':' r "1 ',J o u _ o 00 D,DO D.DO W", it ,D I, t~~ ~ f::::'i 1 t ~l P r t ~ ~ 1- 1 b (, d 1 r <~ r d t t f H_~ r tor m i [l q anq l;; l!lCr,Jenta] ;.-- I"Cl'II o '..i~ r f~' j '(',t)(:' (} :-; J 1 t he d,; f.l {d I j J 'Jt lU: S ll.'ted."l fur work not lncluded wi.thin 'os f 1 t I JIir; i r sted may be ddded after .1 kd Ln ,](. lahu: sta[rdard; cuntract lallses j r (~ ,~ j 1 '<::1,1' ( 1 1 U II \( 1 'J 1 c; \! \, I tiP ",; (J" dE':; r q n at 1 () 11 1m' d n:; t hat rat e s Ie m!.r rlF' ,d,'nttric:! d, [lut reflect llectively Hgalfl,'d ~;aq(,H;d i rilJe !i"nt'fit rates. Other designations '"li( elt,. iOllS 1.1l]:", \ lte:. hdve h('t'~n cietennl ned to be '\/d i"1' w/l.cr DF.TE8MLNATION APPEALS PROCESS iLiS It IT b,',,:, HI litr"ll decre.ion in th,. matter? This can J.n (,Y.1: 'inq iJLlt>11;hc j lIJ VE / und.or] Ii Ilg 'J Waqe jnd Hour D V] 1 waqe Jetenn1!llt;0r; 'C)[' f{ r ma nee (.ldd i t i waqe decPlmination I wage determination ;ion lc') tel :;ett inq forth d pOSl tion on mattet onal (1 a.os j fleat ion dnd rat.e) ruling survey platted matters, lnJtlal contact, including requests ( sllmmar iPS 0 ilrvey;, should bc' with the Wage and Hour I. '!'cllona 1 C fice t;or 'hE' area in which the survey was conducted hocause tbuse Rieqiondl ,]ffices have responsibility for the I d'ljS Baccr( surv'~y program. 11 the response from this initial nta,'t it not ';,jtLsrac1ory, then the proCeSti described in 2.) rid 3.) sh ,uld bee fo I lOded. W th Ieqar j to dnl other matter not yet ripe for the for-mal I :ocess dei;:rib(;d hele, initial contact should be with the Franch f "mstllwtj,;n tJage Determinations. Wri.te to: Fral:h 01 ,'on tr :ct1,;n Waqe Determinations W'l.g" and fji)Ur Di i31')[1 II.:: Dc'p" I imp!!t f Lelbur ')0 !:onst j I ilt on l'V'~IIU,J, N.W. W'lst nqt(,r, D( ;.> 2JIJ I t 1 11e inSWE 1 t 0 t:h, qu,'s t: lOII 1 11 1 ) 1 S yes , then an hup://www wdoLgov/wdol/scafiles/davlsbaconfrX 122.dvb 9/1812005 Page \ d' 3 fit r> stc i par! y (rhe' v '::::-w drj,j re'\'L)::);-;ldet ;e. '1 "'R P j r! fl e affect,'cl hy the act ion) can request ti ! rnril 1 he Waq(~ and Hour AdmLnistrator ,nei 9 FF f'ilt 7) Iflrlte to: W ! JP ,-,1 HOl i r Jml' 1 t r I [)t tJ'i r t [:rei, () t L,j or , t ]) t i [1 A '(~n U(_::. , '~ W W ;hi!":! ()[, DC 20,) ,() ;lle If<jU' t sl!(,uld be ,1c':'JmrHfllpd rltcrf:~t"j party's po, it11[1 ~Ild by ymer:1, Lltel, pr'J(ct de',,'riptloll, h ' Ul( IE'quPS'Gr 'Oniielel by a fuLl statement of the any inf rmation (wage area practice material, n? levant to the issue. [j Ii" d,'( ] ,;io!! 0 ntf're;t"'l par t y may 1'?j"W B drel (j()une'r] tlw I\dm111L;1 raLor ],5 not favorable, ,ppell Ii rf' t Iy to the Administrative the WFjP Appeals Board), Write Lo: an AtlminJst t,-3.tl'JeR.e\Tlt~).W HOdrd lJ, Depal tmen oj L,d)"r 2, ('onst till' i, 11 ALenlJ(', N, W, W"r;h1nqtoll, DC )021) . ) 1\11 <1oc]sion;; Ly t ne [\dmini 31 cHive RevJew Board ar'e final. ---------------------- ----------, ---------- END )F ;ENEFAL [)EC:I~;J(JN http://www.wdoLgov/wdol/scafiles/davisbaconffX 122.dvb 9/18/2005 Page lof2 ;t.rIFI d ::1 'i1 ')[1 tJUll1b, 'Dd31.[J) , 06/] 312()1)) TX39 uper's,d. : Cen_' "I )ei sii Il t1<1, '1'X;)20039 tal TI '.1\: Ile,1 r :'. ,)/! T ~- T'\ \/ ilLl'1'I' 'jIlECt::' :Af. P!,TRl ( [C, ,.:./\,V, .Ot,TI~UCT I ON "FI lEeT.; in i lid Lng Sewe: and Wate I Line .; d "I ;-) j r i j C ~ ; 0 Ii a q .,--i ;) r 1. 1 rig C' P I ( i E-" '1 ::;) dl I j 'a' : on NlInth~l h j h 1 , . a I 1') II Da t e I) ( I J ,() () J {INT It" Fi:!::. : ,;(,N 'ATl. j C !i'['X U 2, 1 :' / ) 1 L" 7 Rates Fringes ',PPENTU-<.: (F.xcLucJUlf t'TIn 'et, j r,g $ 9.0') :tiCPF-:T!-. ! ] NI SH[':H 7.5G !-C"lf)j T I) 1 J. 31 .58 ."HOPER. . ulTimo: t 1 i i! j/ 'j.64 7,68 ,WER E0UIPMENT OPERATORS: Hackh :e :-'1,') t ' ) r C; I j de I 9.21 8.72 W LDEkS ReceIve at prescribed for craft performing I"rali n '0 which weldIng is incidental. 11. S ,e'l ( i dSS i. leal lon f th,' c La:;si as provlded (a) (l) ( ] i ). needed lor work not included within ications listed may be added after In the labor standards contract clauses s::01''e \-iard only :'1 CFR 5, thE-: 1 i, ling above, tI:e "SU" df'siqnation means that [Oates . sted 'Jnd':'r that ,dent I fie! do not ['eflect collectively L1rqaln,-~d ''''age dnd trin Je b'~nefi1 Idtes. Other designations ;idicat,- Ii ions whos.> r tes have been determined t.o be 1 >:va j 1 i nq wr,GI- DETERHINATIOtj APl'E,uJ.S PROCESS HdS U,,'re been dr, i iti,,} deci:iion in the matter? This can t ,; ~ HI XiSt I1g publlshed waq.c cJetf-,rlTllnation J slJrvej underlYlnq a wacV' deteLmlnation http://www . wdol.gov/wdol/scafi lcs/davisbaconlTX39 .dvb 9/18/2005 Page 2 01'2 W" I" <.:.;: - . n r' H u r !], j ,'r n -1 """Ji' ie r n, i "iJ II i ll1 ,'I ,1} "I r i I1q t n r . 11 1 t t f?) Lnli ;ld I (j I J cd Lr'11 dl1,l 1.1 t c) j 3 ./f=' lcit :1 mil el s f It "y lj i'-l I 'iltd"!, l 1('] udlnCJ y.,'quests .-!] th t he' WdCJP lnd Huuy unun,; 1 . 'I; I : ;.: 1 [[-1 1 (I: t i (~t' t I ) u ~-~-~ I Iii e Pe J I );1.1- , I ) - t5d OJ -; U I V'C 'y D ] )CJ ] t dei !.) t s 1 r J -; ! iC 1 h, Ld b Uh !m. r y, 'd. l,^J i I i t-, tl~--' .'_) \1 t /~__: 1 W.:"3.S [1 du c Led '}., '." r "SIKJII.'; 11> 11 j t Y \ or r he t fl' I espoflsc' rom thi s I III tial 1 ',"ll . h. pre),"':';.'; 'Jer;cribed in 2.) '1(' 1 r [ 1 ~~J r. gl r (i S j,:;:~" all' )) -r1hel h"t It?: ~ m.-j I r f' n] t " I j t I pe ; ')r the formal Sh')ill j be '.-Jlth rhe Branch -:n t t 1l( lon V.Jl'-J'~ 'let rnil rl,:-:l~ W!'} t,-' t ): b;.' )t Jr1 ] I' ,," ' , I ' r Irll r: ,.1 1 ) I W JCJ' ,j HOd! I.' () Ii U "Pc! r '\)1;-' ill Leil 2:;0 '-.:c i:;t 1 tijt i ()t'j Av' ;nu~ r f" _ ~~~. W '1 S I 1 J ,p-- 0 n , i) . '0 tne ilswe J r {j hE. qUe t ; , I[j , ) L " ;/.-'s then an , , 1 1 " ce trd lrt y ( tho,;e , f f E-' t (d i t he dct i ()!'I ) ~ --. an request ( I Lt:'W and ,'con ; l '.1,' r '1 tj 'n f ton, t I" Weige Hid Hour Admin ] :it (-ator , .' ) 'F'F Par t h Incl 2 lJ F'f I' I ] r ) Wr 1 t , tl W i'le aLij fie)!]r \drni; i, t r I' I: >. [)(.pclltmen' of L"hor 2 ':' COllect 1 tllli tl I\:e!!llf', h W. W. hinqtor:, j), lei ]11 Ti. requE'st ,;houId be dC ornpdnied iJ'y d tull steitcrnent 0\ If ce.'-ited flarty's po:;itlon dnd bY-Jny inturmation (wage ddl'l. pre:je t descriptIo;" ale6 prd"tice rndtelial, etc.) ;IFI'stor c ,nsiders u Ie dll! the Issue, the payment that the 3. it th, jpclsiotl 01 tj'e Adrnini,'itldtor 15 nul favorable, 11 cec;LEcd I.arly may dpP,'al ,ii l'?ct ly to the Administrative BJ\!d (toem,'rly the Wage Appl'al~ Bi)ard). WritE to: an Review Adminlst rdtlve ReVl€hl BOdrci U S. Cepartmer,t of Labo] 2i (I Constitutic,n A':en11f', N. W. W,,; hington, D. 0'](' 4 1111 d,'c ions by the Adminlstratlve ReVIew Board dre final. foND Of GENERI,I, LlECI;rON http://www ,wdo1.gov/wdol/sca Ii les/davisbacon/TX39 .dvb 9/18/2005 AGREEMENT THE STATE OF TEXAS 5 COUNTY OF NUECES 5 THIS .i'\GREEMENT s entered into this 18TH day of OCTOBER, 2005, by anCi betweer thE~ CITY OF CORPUS CHRISTI )f the County of Nueces, State of Texas, ae' Lng th roug its du]')' author zed City Manager, termed in the CeI' t rac "ocumen;,s ao "'~ ,y," and Berrv Contracting, LP dba Bav Ltd. termed n the Contr,ct Du::::uments as "Contractor," upon these terms, pe formab e in Nue e~ Ccun-y, Texas: In considerat or, of t'1e payment of $1,088,240.60 by City and other obl igatloLs of ," it Y 3.S set 'Jt herein, Contractor will construct and oomplete l.ertain improvements described as follows: AMERICAN BANK PLAZA PARKING LOT EXPANSION PROJECT NO. 4329 (TOTAL BASE BID A & B: $1,088,240.60) according to the a1tached Plans and Specifications in a good and workmanlike manner or the prices and conditions set out in their attached oid proposal SupplYlng at their expense such materials, services, labor and insurance as required by the attached Contract Documents. including ~verseelnq the entire job. The Contract Documents include this Agreement, tne bid proposal and instructions, plans and specifications, inCluding all maps, plats, blueprints, and other drawings, the Performance 3na Payment bonds, addenda, and related documents a11)f whiCh constItute the contract for this project and are made a part hereof Agreement Page 1 of 2 AMERICAN BANK PLAZA PARKING LOT EXPANSION BASil BID PART AI EAST PARRnro LOT PAV:tNG IKPROV'EMENTS I II III XV V 8:ID Q'1'Y &: UNIT PRI:Cm BI:D ZTBK U'l'USION :I'l'BM , ONI:'l' DBSCRI:PTION (Q'l'Y % UNIT PRICE i i IJll' l"t<it1ltBS :EN FIGURBS) l\.l I 9,622 i Clearing & Grubbing, complete \.1 S" (~ <()<?~C) i SY ! per Square Yard $ $ '-- ;:,-~ 61~cavallon {HauEng } & Disposal \'Y , of Dirt /Concrete) , complete -f~ 2.l ' per Cubic Yard $ OLI.Oo j I -'",- - " A3 8,658 8" Scarify & Re-compact Sub- Sy grade, complete in place, per \. ~5'Z.3.'7 0 Square Yard $ 10 $ 1--_,_ A4 8,312 Geogrid (BX-llOQ) , complete In $.).00 SY place, per Square Yard $ 2.,+ '1:>(.,.00 ) -... -._---,,_. A!J 8,312 8" Cl"ushed Limestone, complete \3.::3 0 Sy in place, per Square Yard $ $ 1\ 0) S'f'1,(go - - ~ -~~--- ~ A6 7,989 2" TY D Hot Mix, complete in ~ '1. Q, OV>, 5" C) Sy place, per Square Yard $ '( .~o $ ~ '- A"i 1,199 Prime Coat, complete in place, j'5Q $ 1 ~S~."1o GAL per Gal10n $ f--- -- - A8 740 6" Conc:r:ete Curb & Gutter, \ (".50 (2)2.( 0.00 , complete in place, per Linear $ $ I LF Foot -., ..-" A9 56Q Remove I>< Replace Street Curb & So. ~ f) LF Gutter, l'yp e 1, complete per $ $ 2 ~ 0 00 . 0 0 . Linear Foot -' A10 288 Remove & Replace Street Curb & $ ~o. 00 23 LF Gutter, Type 2, complete per $ 0*0.00 - , Linear Foot --+. ~_.- -- AJ 1 540 6" Concrete Header Curb (Type 1. 0.00 10J K'oo.OO LF :6) , complete in place, per $ $ Linear Foot -'< A12 i 514 12" Header Curb ('l'ype D) I $ .2. *. 0 0 LF complete in place. per Linear $ 12.1) 3 ~ ,00 !.2El g 1/'313 3!)'i;1d ~sa PROPS L FORM Paae 3 of 12 '0NI~33NI9N3 T0SE:9Z:S19E ADDBIiDJOK NO. 1 Attachment 1f0. 1 Pa Z:13:Et S00Z:/P0/01 PM!" AI !lAST E-AJUUNG LOT I'AVI:,NG :IMPROV'BIlIBH'l'S (Continued.) J: :u: II:r xv v BID Q'n & ONI~ PRICE BJ%) XTIlII JlXTBNSION ITEII UNIT DESCRIPTION IN prGUIU!:S (QTY x 'ONI'!' PRICS 1:. J'XGtrIUI:S) M.13 i i ..J,r; l?avement Repair (Type 1) , I \I 0, 42.~o. 00 i sy comple:e in place, per Squar~ $ 00 $ i Yard ,- '- j - ---- -..'".-..---.--'" ----.-..- i :'14 "'-.4. Concrece Wheel Stop, complete , , E.A in place, per ~ $~~_{)O _ $ 2.\ 00. Oa i I _..v -.-- -, -- 1\15 " S tancku:d Curb Inlet. complete '?'~o o. I EF. in place, per Each $ 4'2. 0 D. 00 $ 00 - --4- , --.-.- ---'~ , - 1\16 26 18" Diameter R.C. Pipe, LF complete in place, per Linear $ <=1Q.Oo $2~'4-o.oo Foot - ~:==--------,,-- A"'" . Type 'B' Storm Sewer Manhole. ~ I .. EA I complete in place, per ~ $\..(.-CoIoo.oo ~~OO. 00 $ I ---.----- -.--- I -~.- A18 26 : Trench Safety, complete in LF i place, per Linear Foot $ /.00 $ \ ~ ~. 00 ,-- -_.. '- A19 34 Flowable Fill, complete in CY place. per ,cubic Yard $ I OQ. 00 $ ') '* 0 o. 0 () ~- A20 ~;, 452 4 " Concrete Sidewalk, complete SF in place, per Square Foot $ S-.2..S $2~r<02.3.o0 , -, _.~-'"-_. --"~.-" A21 711 Concrete Driveway. complete in "-tq,l. ()O sy place. per Square Foot $ 7. 00 $ -~ - A22 446 Pedestr~an Ramp, complete in SF place, per Square Foot 17.00 7 S' 82.. $ $ 00 _.-..,"-- --.----...- A23 1 Ozone Oaya, complete per Da.y DAY $200.00 $ 2oo.C>Q --'- - - --.- ---...--------... -~...~.~. A24 21 Handicap Parking Sign ~\.SO,O() BA Assembly, complete in place. S LtS'Cl.OO $ per Each - 109E'3(;81'3E AJ)1)DD)DH HO. 1 A.ttacbM~t 1fO. 1 Paoe 4 of 12 (;0:El S00(;/P0/01 S 1/ L 0 39t1d ~dA PR P I. FOlU{ ?AOIP. 4 ,,1' 1? 9NI~33NI9N3 I PAaT A; ~ST PARKING LOT PAVING IMPROVEMENTS {Continued} SID I ITEM' I I A25 i ~- lQ'"' , I },5 ~~2~i' ~ LS 1---. A29 -- 1-\30 A31 A32 I LS _1 II In DBSCRIPTION Lighting System including concrete piers, complete in ---i place, per Lump SUm I Landscaping, complete in _ -fl_~~~per Lump Sum ___ 1 Irrigation System, complete in LS place, per Lump Sum -~- ----"" Storm Water Pollution Prevention Plan (SW3P), complete in place, per Lump Sum LS - -'-~""-_.-._-_._-,_.._." 1 LoS Traffic Control, complete in place, per Lump Sum Removal and pl~eement of Btockpil~d ENACtS.Be Katarial on adjacent lot in a 2" to 3" +1- layer a8 top cover on Lot 6S and GA, and shall be bladed, rolled and compaQted, complete in place, per ~ ~ TOTAL BASE am PART A- EAST PAlUCING LOl' PA~ IMPROVEMENTS: (Items Al through ~) S!/80 39\;;1d iUVts~ E'ROPSAL 10M Paq. 5 of l:l 'JNI~33NI9N3 IV UNI'l' PRJ:CB IN :rrG17RES 00 1$ \jS")ooo.OQ t:::" 0. $2..\1000. 00 $ l?" Q 0 O. ().. $ "S 0 0 (J. 00 $ IOClO.oC V BID ZTmK BXTENS~ON (OTY X UNIT PRICE IN J'IGtTRES) $ I 0 .~ '1 <1 . () 0 J $ \ '" 5"3.00 $1~S".()oo. 00 $ q.S)O 00. 00 $ 2( Ie\) o. 0 0 $ ~O()o. OQ $ j cOo. 00 $ I 0" p. 0 Q $ ~ <; 1) L I {.. \ 0 ADD2.bil:mK lItO. ~ Attachment. Ne. 1 Pacre 5 of :1.2 10SS9G8!9S G0:S1 S00G/P0/0! AMERICAN BANK PLAZA PARKING LOT EXPANSION BABB B:r:D PAR!' ., WEST PARK:IHG LOT PAVIBO DlPR.OVma:NTS I II I:IJ: rv V BID QTY &: 'tJ'Nn' l'kICB B::rD %ft:K EX'1'BIISION ITBII tTNr'l' DSSaIP'l'ION IN I'IQ'tl'RES (Q'l'Y % TJNt'l' PUCE I:H F:rGURBS) 81 5,944 Clearing & Grubbing, complet<:i 17 ~ Sy per Square Yard '$3,1)0 $ ~3,2...oQ J . "--.---... -_.. .-.----- ,.... -.- j B2 987 Excavation (Handling & i Cy DisPosal of Dirt/Concrete) , I "f'. 0 0 '8'IK,oQ complete per Cubic Yard $ $ ~ 3, J 83 . 4,950 8" Scarify &: Re-compact Sub- Sy grade, complete in place. per '1~lrQ Square Yard $ O. qo $ . I;) Q "---...- B4 4,668 1 Geogrid (BX-l100J, complete in $ ~. I 4- Q 0 4.-,00 S~lace, per Square Yard o 0 $ I - -~- 85 4,668 8" Crushed Limestone, complete p. 00 CoO<"~4-,OO SY i in place I per ~are Yard $ $ I f-- B6 4,~J22 2" TY D Hot Mix, complete in ~.oo $Y place. per Square Yard $ $ 4-0, (.. ~ @.o Q . -- -- B7 679 Prime Coat, complete in place, GAL per ~!on Sj.4o $ 23o~, (.,0 - -- 13B 416 6" Concrete Curb & Gutter. LF complete in place, per Linear $ (7,00 $ 70"72..00 Foot -"-- ----- B9 336 Remove & Replace Street Curb & LF Gutter, Type 1 complete per $ S- ~. <:> D $ (I, 'i<>'t',o()t;) Linear Foot .._.~ BI0 27~ Remove & Replace Street Curb & $ 7'O,oD LF Gutter, Type 2 complete per $ 2.1, Q2o. 00 Linear Foot _m__.. -~ Bll 408 6N Concrete Header Curb (Type $2 o. 00 '? I 10 (), 00 LF 8) , complete in place, per $ Linear Foot 812 342 12 N Header Curb (Type Ai, $ 2.~. 00 ~'loe.QO LF' complete in place, per Linear $ ~ .--.....,.... 91/513 39\;;1d 1U\'1:~ PROPSAL PORl!! P&Q8 6 of 12 9N 1 cL33N I 9N3 IOSE9Z:S19E ADl)BmXJK 1lO. 1 Attaabment No" 1 Pave 6 of 1~ Z:13:E1 S00Z:/P0/01 PART B: W!:ST PAIlKING LOT PAVING IMPROVEIIBH'l'S (Continued) :r :n: BZD QTY & .IT. t7NtT 813 fl -::t SY ":5 EA III OBSCR:IP'l'J:ON Pavement Repalr (Type 2), complece in place. per Square Yard B15 I ~'~~2-- ~ I ~F' 1 EA , ConcreLe Wheel Stop, complete in place, per Each Standard Curb Inlet. complete in place, per ~ 15" Diameter R.C. Pipe, complete in place. per Linear !.2.2!: B17 1 t:A 1318 J2 LF Bl9 3,372 SF B20 390 SY B21 353 SF 822 EA B23 .i Day B24 1054 SF g 1/0 T 39\;j'd Tie-In to Existing 48" Storm Sewer, complete in place, per ~ Trench Safety, complete in place, per Linear Foot 4" Concrete Sidewalk, complete in place. per Sguare Foot Concrete Driveway, complete in place, per Square Foot Pedestrian Ramp, complete in place, per Square Foot Handicap Parking Sign Assembly, complete in place, per Ead! Ozone Days, complete per ~ Reflective ~avement Marking Type II (4") (SLD), complete in place. per Square Foot ~8~ E'ROPSAL FORM pacre 7 of 12 9NICJ33NI9N3 :tV UNI'1' PRJ:CE tm lIGURES $_~1~. O? 1- sJ I o. 00 Slf2oo.00 $ 120.0(> $2 \) 0 P. 00 $~.~O $ ~.-:;o $ (. 2. 0 $ 1'7. $0 $ 4-s0. o~_ $200.00 $ (.70_ 10gE'3Z:81'3E V B:ID XTBIII BXTQSZ:ON (2'l'Y X tmJ:'1' I'RiCE I:N' F:IOt1lUl:S) $ I o'i'o. 00 $ 7-7So. 0<;) $ '-Qz.oo. ~o $ ('t* 0 . 00 $ 2. Q 00. .00 $ ~+,OQ $ 17 I l1 L (Q 0 - $ ~8Q1.Q<;) $ <0\ 1'1. So $ 1\ So. 00 $ 2.00.00 $ 119\.Yo ADDIIIm'OIII 110. 1 Attaom..nt Ho. 1 .&8'- 1 of 12 Z:0:ET g00Z:/v0/01 PART B: WEST PARKING LOT PAVING IMPROVEMENTS (Continued) I II III IV V BID I'l'HM QTY &. UNI't' DESCRIPTION UNIT PRICE IN lIGURES BID ITEM EXTENSION (QTY X UNIT PRICB IN FIGURES) B25 EA Handicap S}~ol on Pavement, complete in place, per Each --------.-.-..- -----~..---._----_._.-. I I t~OQ- $ '1.\f,~oo.oo $ (.,S(. 00 1326 J 1,S Lighting System including concrete piers, complete in place, per Lump Sum $ 9~, ~oo, 09 1327 Landscaping, complete in place, per Lump Su~ I I , $ j \ 000, co $ J"". '00(:). 00 1 ~~'-- B28 I 1 I LS I B29T r I $t'\,ooo.oo $ \'" 1;)0(,),00 , I Storm Water Pollution 1 i Prevention Plan (SW3P}, LS i complete in place, per Lump __~-l-=um i Traffic Control, complete in place, per Lump Sum $ 9.000..00 $ ~ooo.OQ B30 IB $1000- 00 $ "30 0 p. 00 531 +/-100 Cy Salvaged HMAC/BaB8 material to be eXCAvated from West P~rking lot (+/-. '100 CY) hauled and placed in approximately 2" to 3" +/ - lllyer on .Lot 7, $ \ "3 . s \) complete in place, per ~ Yard $ 94:so.Qo TOTAL BASE BID PART B~ WEST PARIaNG LOT PAVING IMPROVEMENTs: (Xtems Bl through !!!) $ ~ ~ '* J S 1. '" . 5'0 9T IT 38\;;id ~s.l'lj P!tO~SAL VORM Page e of 12 9Nld33NI9N3 ADDBlmt1M 110. 1 Al:t.cJ:lment Be. 1 Page 8 of 12 109E90BT9E 00:E1 9000/v0/01 AMERICAN BANR PLAZA PARKING LOT EXPANSION BID 8tJJdHA:Ry TO'l'ALSl TC1.l'AL BABE BID PART A.. EAS!' PA:RKDlG LOT PAVDlG ntPROV'J!:MENTS; (Items Al through A32) $ ~~\l\~.\O TOTAL BASE BIn PART B- ~ PARKING LOT PAVIJlG l:MPR.OVEMElf1'S; (Items B1 through B31) TO'rJU, BASE Bm PART A AND PART Sf (Items Al through ~ Plus Items 81 through !!!) $ Y 1 l{) S' 21,. S 0 $,-\ } 0 ~ ~ 1"2. 4- O. lD 0 .ADDmiDOK 50. 1 Attaclment Il1o. 1 Page 9 of 12 t0SE96819E 60:E1 S006/P0/01 S 1/(, 1 39\;;1d 1UnU9 PRQPSAl. fORM P,*QE! 9 of 12 9NICl33NI9N3 2hE:mtr3 tee \-ill c'ununen:::e work tllthin te:l DO) calendar days from date they receive W1 itten w rk order ind will complete same within 60 CALENDAR DAYS after:on tlll '-'em lS begun. Should Contractor default, tract 0 ma\ I:'e 1 ab f=;fr r iqui da 1 ed damages as set forth in the tract 'lcurren' c:: it y ,'" 1 L ~ pa ()nt :-a 'tell in curr'c'nt funds for performance of the c trac1 n cccord.,ncE \'Iitn the Intract Documents as the work f:,)gresse Sion'cl H __4_ Dar S at ,)rpus I-nisti, Texas on the date shown at 'Jve. ATTEST:;~ QnCJ1~ City se~~'- CITY OF CORPUS CHRISTI BY~"=\~(I/~oS"" Ronald,F. Massey, Asst. Clt gr. f fublie Works and Utilities APPRO~ AS TO LEGAL FO By: / >"'11\ (. G{..l-~ Asst. 'tv AttDrne-y ( ./ ,) / I 'I{)II()_'-:-_~ Services CONTRACTOR ATTEST: (H Corporatj)ni Bet~v Contractina, LP dba Bav Ltd. By: ---r ''"'-\ T i tJ e \. G. s +',.,..ro Q.~'. ~ ~ ".,&t', (Seal Below) (Note: If Person signing for corporation is not President. attach cqpy of authorization to sign) P.O. BOX 9908 (Address) CORPUS CHRISTI, TX 78469 (City) (State) (Zip) 361/299-3721 * 361/289-2304 (Phone) (Fax) Agreement Page 2 f 2 r)J~~ ~=m. AOTHOl(~lt} " lULl'? '0 ') ?l'! fiOij~Cll ._..____._ __../..oc, ....._....'....-.-"'... .,.. ....tt-s --'- ;:'(.'1"11.1" 'I" (,r? ,l:._'.... ~ ''-- (3Atj ( LrD PRO P 0 S A L FOR M FOR AMERICAN BANK PLAZA PARKING LOT EXPANSION DEPARTMENT OF ENGINEER!NG SERVICES CITY OF CORPUS CHRISTI, TEXAS awnllEl PMPSAt, P'ORN Paqe 1 of 1;1 A.DDIl!mOM 50. 1 Attac:J:u:lent :SO. 1 pasre 1 of 12 S I/t>0 ],:)\;;Id ~)Nld33NmN3 10SE9Z:819E Z:0:E1 900Z:/P0/01 PROPOSAL Place: Co.... ?\,AS c.\..f"~S+'\j I~' Date: \ 0 - s- os: Proposal of \.j .Q.r r I Co ('I -\- (' l), ~ .l;',.... ~ L P t> ~ A i\ 0.1 L~& a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as '1'0 I 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: AHERl:CA.N BANK PLAZA PARKl:NG LO'!' EXPANS:tOIq' at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: 91/gra 39'Vd ~eg PRQPSAL FORM Paere :2 of 12 9NI~33NI9N3 AImBJallaK ~. :I. Attaclulent NO. 1 Pae2112 T09E9G819E G0:E1 9ra0G/P0/01 AMERICAN BANK PLAZA PARKING LOT EXPANSION BASE BID :r xx PART AI EAST PAlUtDlG LOT PAVING IKPROVEIIIBNTS Bm Q'rY &: I'I'BII' ONI'!' III DESCRIPTXON ,".1 , 9,~32 ! Clearing & Grubbing, complete ! :;,~ Square Yard - A~ ~'7 I ExO~v.;ion ;H~U;ing & Dispo..l i ~v of Dirt/Concrete), complete I-~ ~er Cubic Yard m_ .;.3 I 8, 658 8" Scar i fy &: Re-compact Sub- I $Y grade, complete in place, per Square Yard 8,312 ! Geogrid (BX-ll00I, complete 10 "y I 1 S d ) 00 ,;; I p ace, per quare Yar $ . - --1 --- 8,H2 I 8" Crushed Limestone, complete SY in place, per Square Yard $ \:3..:3 0 A4 I-- . A5 I-- A6 ,989 sy h7 1,199 GAL I---- ;,.8 740 LP A9 56Q LF AlO 288 LF AJl 540 LF A12 514 LF 9 1 /90 3::)\;1d 2" TY D Hot Mix, complete in place, per Square Yard Pr1me Coat, complete in place per Gallon 6" Concrete Curb &: Gutter, complet~ in place, per Linear Foot :IV UNIT PRZCE IN Vl'<1ORBS $ \,/5 $_ I ~, 00 $ I. 10 $ 'l'.~o $ j.) Q $ 1(".$0 Remove & Replace Street Curb & Gutter, Type 1, complete per $ So. P!I Linear Foot Remove & Replace Street Curb & Gutter, Type 2 I cOlT\Illete per $ "8"'0. 00 Linear Foot 6" Concrete Header Curb (Type BI, complete in place, per Linear Foot 12" Header CUrb (TYP6 D), complete in place, per Linear ~ liinsa PROPSAL FORM Page 3 of l:i ')N I CJ33N I 8N3 $'l.o.oo $ .2. ~. 0 0 v BII) IT_ Ja"1'QS1'ON (Q'l'Y % UWlW PRICE IN' PIGtJUS) $ (~. ?J~.~() , $ 2.tl 02.l,00 $ "1'S2.3.? 0 $ 2.,+ <1')(.,.00 } $ I \01Slf9.(g0 $ ~ '''''0, O<P. S () ~ $ 6 ~s ~ .70 $ 12)210.00 $ 2~ 0 OQ. 0 0 , $ 23,0*0.\>0 . S IOJ K'oo,OO $ 12,)3 "',00 ADD~ RO. 1 Attachment: tlo. 1 II. t09E90819E 00:E1 9000/P0/01 :r :n PART Az BAST I?AJUUNG LOT PAVDlG IMPROV'BlldZliI'tS (Continued) v B:rD XTEII Q'1'Y " UNIT xxx xv DESCRIP'l'XQlq UNIT PRXCB IR I'rGURBS AI3 Ii ~5 Pavement Repa~r (Type il. Sy I complete in place, per Square ____+--fard Al4 I ;; , Concrete Wheel Stop, complete I [0 I E:A in place, per ~ $__~~_ --,,- ~.- -~.. A15 Standard Curb Inlet. complete EP. in place. per Each i $ 4- 2 0 (). 00 ------ A16 26 LF -- AI7 EA I---- - AlS 26 LF A19 34 Cy ~-- A20 5,452 SF ---~- A21 711 sy ~ A22 446 SF --- A23 1 DAY ---- A24 21 aA I I ------ 91/L13 J9\7d 1$110.0. IB' Diameter R.C. Pi~e, complete in place. per Linear Foot $ <1Q.Oo Type 'B Storm Sewer Manhole. complete in place. per Each $~"OO.oo Trench Safety, complete in place, per Linear Foot $ ,.00 Flowable Pill, complete in place, per Cubic Yard $ [00. 0 0 4" Concrete Sidew<'Ilk. complete in place, per Square Foot $ ~.?S Concrete Driveway, complete in place, per Square Foot $ 7.00 Pedestrian Ramp. complete in place, per Square Foot $ 17.00 Ozone Daya, complete per Day $200. 00 Handicap Parking Sign Assembly, complete in place, per Each $ Lf5'"o.oo E~ PROP L FORM PAC''"' 4 nf' l? 9N I cf3:3N I 9N:3 10SE'3C:81'3E BIP ITIIII UTBNSION (QTT X unZT PRICS 1:. rXGtJJtBB) $ 42.$'0.00 $ 2.\00.00 $ '?'\{.o 0.00 $2~~o.oo $ ~~OO. 00 $ \ ~2..00 $ ") * 0 Q. 0 0 $ 2'8,<0 2.3.00 ~ $ ~<=\Il. {)O $ 7582.. 00 $ 2co.oQ $ cq~S'O.Oo ~ Iro. 1 At:tachmerit HO, 1 Pa.gfl 4 of 12 C:0:E1 9013C:/P0/131 I PART A: ~ST PARKING LOT PAVING IMPROVEMENTS (Continued) ~ Lighting System including l.,S i concrete piers, complete in ~~~~ per !!.ump Sum ; Landscaping, complete in LS I place, per Lump Sum i ~._~ I --~ ~-"___ __~_"_ _"__ ~ BID lTEJ( A2S i ~ ~.-t- -- P..26 : i I -+ - 1\2'7 .1\28 A29 1-'.30 A31 1.32 I I ~lLS II III IV QTY Ec UNIT DSSCRIP'1'ION WIT PRIeS IN FIGtrRES 5 908 ""F I Reflective Pavement Marking Type XI (4") (SLD) , cOITIplet.e in place, per ~e Foot $ \./5" ---.....-----. _._~--_..~ . .!. .l EA Handicap Symbol on Pavement, complete in place, per ~ $ 9:,. 00 ------- -"~--"~"---"-".'-~'-'--- $ \"'.3 S- . 000. 0 Q J $ 4s, 000,00 1 LS Irrigation System, complete in place, per Lump Sum $2.-\,000. 00 LS Storm Water POllution Prevention Plan (SW3P), complete in place, per Lump $ 1(" Q 0 O. 00 Sum 1 LS Traffic Control, complete in place. per Lump SUm $"1.00"'00 Removal and pl~e8ment of stookpiled HNAc/Base Kater!al on adjaeent lot 1~ a 2W to 3" +/- layer ~8 top cover on Lot 6B and GA, and shall be bladed, rolled and compaoted, complete in plaee, per ~ ~ $ loeo.oo TOTAL BASE Bm PART A- EAST Ji'ARICING I:J:Jr PAV'mG lXPROVEHENTs: (Items Al through ~) 9t/80 39~d v BID ITBK ~XTENSIO~ (OTY X UNIT PRICE IN FIGURES) $ IO~"3q.oo .J $ I "\ S 3.00 $1':)5'.000.00 $ <fS,o 00. 00 $ 2(, C\)o. OQ $ ~Ol)o. OQ $ j I;) 00. 00 $ I 0" p. 0 Q $ ~ ~ '3; [I {,. \ 0 ju'vtS~ PROPSAL 10M Paq. 5 of; l:l I)NI;:j33NI9N3 ADDBNDtIM NO. l. Attachment. No. 1 Paqe 5 of J.2 109E9G819E G0:El 900G/v0/01 AMERICAN BANK PLAZA PARKING LOT EXPANSION BABE Bxn I PAR~ 8. WJ:S~ PAlUaNG LOT PAVDlG DlPR.OVBIO:N'rs :ru xv BID :r~ 81 -~ B2 B3 Q'n' &: t7N:rT II DBSCRIPTION OHn'PJU:~ IN :r:I<Jt1RES 5 944 Clearing & Grubbing, complete Sy per Square_~ I ---1-- ~- ----- -- 987 Cy 4.950 SY B~t:;; . SY , B5 86 B7 38 139 610 811 408 LF B12 342 LF 91/50 ::J!)17d 4,668 SY 4,522 $Y 679 GAL 416 LF 336 LF' 2H LF s"3.()O EXCavation (Handling & Disposal of Dirt/Concrete) . complete per Cubic Yard $ I '-t. 0 0 8" Scarify & Re-compact Sub- grade, complete in place. per Square Yard $ O. qo _ Geogrid (BX-I100), complete ~n place, per Square Yant $_~' 0 (J 8.j Crushed Limestone, complete \) in place, per ~are Yard $_' 0 0 2" TY D Hot Mix, complete in place. per Square Yard $ '1.00 Prime Coat, complete in place. per Gallon $ 3.40 6" Concrete Curb & Gutter, complete in place. per Linear $ (7. 00 Foot Remove & Replace Street Curb & Gutter, Type 1. complete per $ S-~. 00 Linear Foot Remove & Replace Street Curb & Gu t ter, Type 2 campI ete per $ '?' 0 . 00 Linear Foot 6# Concrete Header Curb (Type B), complete in place, per Linear Foot $2 o. 00 12" Header Curb (Type A), complete in place. per Linear ~ $ .2.\.4.. 00 &u\'):L~ PROPSAL FORb! PMl9 6 of 1~ 9NI~33NI9N3 10gE9Z:819E v HIl) It'BK zr.t'DSION (Ofl' X tmIT PRICE III p:r:GlJRBS) $ 1/, ~~2..'0Q - $t3,~I~.oo J $ '1~(.o oOQ $ \ C+,Qo \.(-.00 - $ G, 0/.. ~~. 00 $ 4-0.(..<::I~'OQ , $ 23o~. (.,0 $ 707'2..,00 $ (/,'1o'l.",,,", $ 2.1, ~'2.0. 00 $ '? I ~ <> . 00 $ ~20e.Oo AJ)I)JIII.DUK mo. 1. AttaablAent No. 1 Page 6 of 12 Z:0:E1 g00Z:/P0/01 PART BI WJ:ST PARKINQ LOT PAV:I.NG IHPROV'BIIB!f'lB (Continued) I r:I III zv v aX:D QTY << UNI'1' PR:ICE 1t:I!) I'l'BK mrras:r:OR U'. lmt'l' OZSCRJ:P'1'J:ON iN 1l'ZGt7R.Bs (QTY X t7Nr'l' !'RICI: IN FrCU1UllS) 813 8 Pavement Repal:t: (Type 2) , Sy complece in place. per Square $ 11S. o? $ 10\"0. 00 - ,-- Yard '- -- 814 ";5 Concrete Wheel Stop, complete EA T in plo Ce, per ~ S \ \ 0.00 $ '2-15'0.0<;) I ~. .-.---.0-......_.--...- -.---.-- - 1 Standard Curb Inlet, complete '-()2.o0. ~o ! EA , in place, per Each SY'2.oo.00 $ '-~~~, --~.- -- is" Diameter ! R.C. Pipe, 12.0.0(> ('+-+0.00 LF complete in place, per~.r: $- $ Foot B17 1 Tie-In to EXisting 4.8" Storm $200 p. 0 0 EA Sewer, complete in place, pel' $ 2. 0 0 o. Co ~ --~- - --""--.-, .__.._-~ .--.- _. Bl;E Trench Safety. complete in ~ +.oQ LF place. per Linear Foot $ I. 00 $ I-- .- . -- '-.-. 819 I 3,372 4" Concrete Sl.dewalk, complete S;.~o 17 I l1l. <0 0 SF in place, per ~a.r-e Foot $ $ ~ B20 390 Concrete Driveway, complete in $ f. 2..0 1.8Q'i'.Q<;) Sy place, per Square Foot $ -- ..--,..-. B21 353 Pedestrian Ramp, complete in SF place, per ~quare Foot l7. So <.o111.so $ $ - - --_._.- B22 liandicap Parking Sign $ 4-s 0 . 00 ~ \ So. 00 E,b. Assembly, complete in place. $ per Each - -~._- __._.__u_ ~- ~_.- B23 - Ozone Days, complete per ~~ ~ $ 2 00. 2.00.00 Day 00 $ --_.~,~- -"-"'- - 624 1054 Reflectlve Pa.vement Marking SF Type II (4" ) (SLD) , complete l .7 () \1~\.?o in place, per Square Foot $ $ ~- S T/0 T 3Sl'\1d SlNICJ33NISlN3 TraSE9Z:ST9E ADDDDmK 1l'O. 1 Att.~t Ho, 1 ..g. 1 of 12 Z:0:ET S00Z:/P0/0T jRnJ: 8m PROPSAL FORM Plloe 7 of 17 PART B: WEST PARKING LOT PAVING IMPROVEMENTS (Continued) .I r:r III 'IV SID 1'1'_ QTY &; UNI~ DESCRIPTION tlNIT PRICE IN PIGtJRES B2S Handicap Symbol on Pavement, EA ! complete in place, per Each I ----1------ ---- $ "'i~. 00 B26 ! Lighting System including concrete piers, complete in place, per Lump Sum 1 '-,S $ 9. '-t,1...lc: 00.00 827 1 LS Landscaping, complete in place, per Lump Sum I $ j '\ 000. co --~ rrri.9at, ion SYB.tem, complete4in~ q place, per Lump Sum $ \ I 00 p. 0 0 --- -- ._-- . . .....--------. Storm Water Pollution , Prevention Plan (SW3P), , I complete in place, per Lump $ ~ <J 0 O. .00 I~ --1----- ! Traffic Control, complete in place, per Lump Sum l:l28 I 1 tl ~--- B29 1 I 1.S B30 1,8 $ '100 o. 00 Bn Salvaged HKAC/SaS8 material to be excavated fram West Parking lot <+/.- 700 CY) hauled and placed in approximately 2" to 3" +/- lllyer on ,Lot " $ \"3. s () complete in p~ace, per ~ ~ +/-700 Cy TOTJ\L BASE BID PART B~ WEST PAJUa:NG LOT PAVING IMPROVEMEN"l'S: (Items Bl through !!!) V BID ITBK BXTBNSrON (QTY x UNIT PRICE IN J'IGlJRES} $ c..Sl. 00 $ 9 \.f. ~ 0 Q. O(} $ J-=,. QOP. 00 . $ 1"\ C 0(.).00 , $ <==t Q 00.00 $ :,OOP.OO $ 9'tSo.<;)o $ ~ ~ ~ J S 2 ~ . $"0 9 t/ Tt 38\;;id ~IeBXll P~Oi'SAL li'OIU4 PagEl e of 12 9N I cH3N I 9N3 ADDBHDt7H NO. J. A~t.chment No. 1 Page 8 of 12 109E9G819E GO:El 900G/pO/01 AMERICAN BANK PLAZA PARKING LOT EXPANSION BID StJ1QQRy TO'l'ALS I 'l'O'1'AL BABE 8m PAJtT A- EAST PARKDlG LOT PAVJ:HG ZMP!WVEHEIlrrS I (Items Al through ~) T01'AL ~ BD:> PART B- Wl!:ST PARK~ LOT PAVDlG DlPROVEMl!:NTS; (Items Bl through B31) 'l'OT'AL BASE Bm PART A AND PART B J (Items A1 through ~ Plus It~ 81 through !!!) $ ~~\l\~.IO $ L{3~)S2~. So $,-\ ) 0 l3 ~ 11- 4- O. lD 0 ADOBItDtJII 1fO. .1 Attac=llllent Ro. 1 lJage 9 of 12 109E9Z819E G0:Et 900G/p0/01 91/,7,1 39t'd IOn.. PROPSAL 5'0RJ( p;.oe " (.If 12 9NICJ33NI9N3 The unden3igned hereby declares that he has visited the site and has carefully exam~ned the plans, specifications and contract documents relating to the wOl'k 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 80nd (as required) to insure payment for all labor and materials. The bid bond attached to this proposal r 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 Enterpriue Participation; The apparent low bidder shall, within five days of receipt of bids, submit to the Ci ty Engineer, in wri ting I 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 p"t"epared in not less than four counterpart (original signed) sets. Time of CampletionJ The undersigned agrees to complete the work within ~ 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, LU strict accordance with the contract documents and the requirements pertaining thereto, for the Sum or sums above set forth. number) Receipt of the following addenda is acknowledged (addenda +:fL__ (SEAL - IF BIDDER IS a Corporation) Respectfully submitted; Name: ~ Co i L+<l BY'~ ~ - E:-.+\,"",\-',,,~ , (SIGNATURE) Addre6~: o,~o~ ClO/r'-*-~ (P.O. Box) Co I' ~ V S c..~ f' \.*~.J T)(. (Ci ty) (State) Telephone; ) ~ \. 1.9 ~ - ")1~~ M {\~ f. C-'vv \1i~', , "TX . . (Street) '1~ '\~9 (Zip) .wo'l'B; Do not deta.ch bid f1:om other pal;le1:s. Fill in with ink and submit complete with attaohed papers (Ravi$eo August 20001 91/E1 39'i1d ~v;r;~ PROP$AL FORti Paoe 10 of 12 9NICJ33NI9N3 W9C'3C:81'3E ..aDDJI!KtIOK )to. 1 AttaCllulent &0. 1 . ~O of 12 G0:El 900G/p0/01 ]?ERFORMANCE BON D STATE OF TEXAS ~ BOND NO. 929310350 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Berry Contractinq, LP dba Bav Ltd. of NUECES County, Texas, hereinafter called "?rincipal", and CONTINENTAL CASUALTY COMPANY a corporation orjanizeci under: the laws or the State of ILLINOIS ane; du l~ uthor i ze::i oJo bLS j ness in the State of Texas, hereinafter ca led "s urety ", drE he Ie anD f i rml y bound unto the City of Corpus Cr r i st i, mun lClpal corpora t i)n of N.Jeces County, Texas, hereinafter called "CJ.ty", in thE pena sum of ONE MILLION, EIGHTY-EIGHT THOUSAND, TWO HUNDRED FORTY AND 60/100 ($1,088,240.60) DOLLARS, lawful money of the Un ted Sta t es, to be pald i r Nueces Count y, Texas, for the payment of wh 1 ch sum wel. dnd ~.ru 1 y t be made we bind ourselves, our heirs, executors, admInistrators ana successors, jointly and severally, firmly by these ~resents: THE CONDITION OF prIncipal entered irto Ch isti, dated the 18TH at~ached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the City of Corpus of OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: I AMERICAN BANK PLAZA PARKING LOT EXPANSION PROJECT NO. 4329 (TOTAL BASE BID A & B: $1,088,240.60) NOW, THEREFORE, ... f the principal shall fai thfully perform said work in accordance wi th the plans, speci fica tions 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 obI igation shall be vl)id; ctherwise to remain in full force and effect. PROVIDED FURTHER, that J.f any legal action be filed on this bond, venue shal lie in Nupces 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 timet alteration or addition to the terms of the contract, or tc the work to be performed thereunder. Performance Bond Fage 1 of ~.. Th s bon J 1:: Lvi] ,:~tatu i VE':-l t( meet es C' Texas, thE .::equlrements of Article 5160, and other applicable statutes of the 1'10:1 51'ate c' ~xa~ rrh tnders_Lgned agE_~nt luS t e Agent Resijent il Nueces dp-ivered dnd on whom service c 1 ~ 0 f s" : h SJ 1: e t y ~!li P , CJ S "I ",uran 'e :ode. hereby desi;)nated by the Surety herein as Jnty to whom any requisite notices may be f process may be had in matters arising p r'ov ided by Art. 7. 19-1, Vernon's Texas IN WITNESS WHEREOF, tili:i nstrument is executed in ~ copies, each c'r:e of \rJhj/~h sha2_J bt dE-~emed ar~ orlgln 1, this the 25TH day of OCTOBER_______ ~'_)5_ I PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. ~, By: ""~ '"'-! " :) 0 t'\ L.Ii "1' 2.. ti s~,.......()4-'. ~ I-^..... ~('. Prlnt Name & Tltle) ATTEST Secretary ,Prlnt Name) SURETY CONTINENTAL CASUALTY COMPANY BV: /~;z->y (~~ ~~~< Attorney~iR~fact ( ./ MARY ELLEN MOORE (Prlnt Name) Tbe Resident Agent of the Surety in Nueces County, Texas, for de~ivery of notice and .ervice of process is: Agency: Contact Person: Address: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must no~ be prior tu date of contract) (Revlsed 9/02) Performance Bond Page 2 of PAY MEN T BON D STATE OF TEXAS ~ BOND NO. 929310350 COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Berrv ContractinQ, LP dba Bav Ltd. of NUECES County, Texas, hereinafter ccllled "P.rincipal", and CONTINENTAL CASUALTY COMPANY aorporation organized under the laws of the State of ILLINOIS , ar,j dul :1uthorl:~ed;-o :io bUSIness in the State of Texas, hereinafter ca. led "s ]ret}", an r:elo anD firm1.Y bound unto the City of Corpus Ch! ist 1, mun 1 a: lpal corpora t ion of Nueces County, Texas, hereinafter ca lIed "c t y", and u to a 1 pe rsons, i rrns and corporations supplying lal)or and mater i a s 1n prose:::ution c.f the work referred to in the attached ontract, ,n the penal sum of ONE MILLION, EIGHTY-EIGHT THOUSAND, TWO HUNDRED FORTY AND 60/100 ($1,088,240.60) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the pajment )f whic:h sum we] 1. and truly to be made we bind ourselves, our he rs, exe-utors, adminlstlators and successors, jointly and severally, L ImIy b + hese !=,resents I THE CONDITION OF prIncipal entered into ChrIsti, dated the 18TH atraohed and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus day OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: AMERICAN BANK PLAZA PARKING LOT EXPANSION PROJECT NO. 4329 (TOTAL BASE BID A & B: $1,088,240.60) 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 whicr modification to the surety is hereby expressly waived, then thlS obligation shall be void; otherwise to remain in full forc~e and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said sUlety for value received hereby stipulates that no change, extension of ime, alteration or addition to the terms of the con tract, or to the wor k performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on thls bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of ~he contract, or to the work to be performed thereunder. Payment Bona Pdge 1 of ::' ThLS bon] l::c i VE'n t meet thE requirements of Article 5160, "ivil Statutes of Texas, and other applicable statutes of the I'exas. ThE terms "Claimant" I "Labor" and "Material", as used in acccrd~ncp ~ith and as defined in said Article. \lernon' :..::; S>H.e of rl~:;rein ar' Th,,: t "? Agent nderslgned agent is hereby designated by the Surety herein as Resident il Nueces County to whom any requisite notices may be dnd on whom sen'ice f process may be had in matters arising ch surelys'lip, as pr-ovided by ,Z1rt. 7.19-1, Vernon's Texas :ode. Cf' ,1 vered ( 1 of s J r suran'e IN WITNESS WHEREOF, tnis -.nstrumeLt is executed in -L copies, each or,e of wh c-:h sha 1] bE' deemed a n or ig i na 1, this the 25TH day of C1CTCJBER____.._, ::'.0 05 PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. '" B 'y' :'~ \-S '-.. .'J" oV'"\ L4.^~2. - E'"+",...,...."'~~ \Y)nCl.1" Print Name & Title) ~ I ATTEST Secretary (Print Name) SURETY CONTINENTAL CASUALTY COMPANY By: /~/:71/ //&:77 /!:?;' /7"~< At torneY-lB:: fact ..~~/" MARY ELLEN MOORE (Print Name' - Xhe Resident Agent of the Surety in Nueces County, Texas, for delivery or notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 . Phone Number: 361-883-1711 (NOTE: Date at Payment Bond must no' be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of ;; POWER (H A'I TOR~EY APPOINTING INDIVIDVAL ATTORNEY-IN-FACT Kno\\ ~1I Men By These Presents, That I ontmental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a ConnectIcut corporatIOn, and American Casualh Compan} of Reading, Pennsylvania, a Pennsylvama corporation (herein called "the CNA Companies"), are duly orgamzed and ex !sting corporatIOns ha>mg their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the slgnatures.md seals herein affixed hereby make constitute and appoint Diann Eisenhauer. R M Lee, Leroy Ryza, Mary Ellen Moore, Kristi Roberts, Individually of Corpus C'hnsti, TX, thm true and lawful Attomey(s)-in,Fact With full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds. undertaking, and other obligatory Instruments of Similar nature - In Unlimited Amounts - and to bmd them thereby as fully and to the same extent as If such Instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and execuled pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as mdicated, hy the Boards of Directoh of the corporations In Witness Whereof. the CNA Companies have caused these presents to be signed by their Semor Vice President and their corporate seals to be hereto affixed on this "'th day of September 20(;5. Contmental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Vice President State of J Illnois, County 01 Cook, ss On thiS 7th day of September, 200S, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he reSIdes in the City nf Chicago, State of Illinois; that he is a Senior Vice PreSIdent of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and Amencan Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described In and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said Instrument are such corporate seals. that they were so affixed pursuant to authonty given by the Boards of Directors of said corporations and that he signed hiS name thereto pursuant to like authon1\, and acknowledges same to be the act and deed of said corporations. ~...................... : 'OFfICIAl SEAL' : : MAAIA M, MEaNA : . NotIlfY PIJl>Ilc. S- of...... . : My~e.r,na3lIli_: ....................... My C(\mrmssion Exptres \1arch 15,2009 ~'nt.~~ Maria M. Medina Notary Public CERTIFICA TE I, Mar) A Rlbikawskls. ASSIstant Secretaf'. of Continental Casualty Company, an illinOIS corporation, National Fire Insurance Company of Hanford, a Connecticut corporatIOn, and Amem an Casualtv Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein dbove set forth IS still In force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed 011 the reverse hereof is stillm force In lestlmony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this 25TH day ot OCTOBER 200'5 Continental Casualty Company l.Jational Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania r- "- a~ Form F6X' '-II. 200 Assistant Secretary Autborizing By-Laws and Resolutions ADOPTl'l) BY THE BOA f{f) OF DIRFCTORS ClI' CO?\TlNFNTAL ('ASUALTY COMPANY Ttli< Power of .'..tlomey is made dnd execUled pur,uall1 to and by authority of the following By-Law duly adopted by the Board of Directors of the (.Jmpan .. Article IX--Execution of Documents "ectlOn 3 Appointment of .....ttorne\ -Ill-fan The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice PreSIdent may, from time to time. appoint by v. ritlen certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of msurance, bonds, undertakings and other obligatory Illstruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Compall\ thererto The Chalrnlan of the Board of Directors. the PreSident or any Executive, Senior or Group Vice President or the Board of DIrectors. may. at allv time. revoke all pov.cr and authority previously given to any attorney-in-fact" TIm Power of Attorney is Signed and sealed by facsimIle under and by the authOrity of the followlllg Resolution adopted by the Board of Directors of the Compan' It a meeting dulv called and held on the J7'h day of February, 1993. 'Resolved. that the sIgnature of the President or any Executive, Selllor or Group Vice President and the seal of the Company may be affixed by facsiI1111e on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws. and the signature of the Secretary or an Assistant Secrctary and the seal of the Company llIay be affixed by facsImile to any cerllficate of any such power and any power or certificate bearing such facslITIlle signature ;llld seal shall be valid and bllldlllg on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall. with respect to anv bond or undertaking to which it is attached. continue to he valid and binding on the Company." ADUP'll i.' I-l'r THE f-lOAR.1J OF DIRECTORS Of AMERICAN C\SIJAI TY COMPANY OF READING, PENNSYLVANIA: ThI' Power of'\ ttorney IS madc and '.'xee:;ted pursuant to and bv authorny of the followlllg By-Law duly adopted by the Board of Directors of the C')1npall' "Article VI-Execution of Obligations and Appointment of Attorney-In-Fact ~ectJon 2. Appointment of AttorneYIll-facL The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice PreSident may, from lime to time. appoim by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of Insurance, bonds. undertakings and other Ilbligatory instruments of like naturc Such attorneys-in-fact, subject to the limitations set forth in their respectIve certIficates of authoTlty. shall ha\ e full power to hind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto.nle Presldell1 or any Executive. Senior or Group Vice President may at any time revoke all power and authority previously gl\ eli 10 any attorne\ . Ill- facL" Tim Power of Attorney is Signed and sealed by faCSImile under and by the authoTlly of the followmg Resolution adopted hy the Board of Directors of the Company at a meeting du" called and held on th,' J7'h day of February. 1993 . Resolved. that the signature of the President or any Executive, Senior or (iroup Vice PreSIdent and the seal of the Company may be affixed by faCSImile on any power of attomey granted pursuant 10 Section 2 of Article VI of the By-Laws. and the signature of the Secretary or an Assistant Seeretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facslfnile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and ,ealed shall. with respect to any bond 01 undertaking to which It is attached. continue to he valid and binding on the Company." ".1)( IP 1i:11 BY THE BOAIW OF DIRITIOR'; 01 ~AII()"A' FIR!: fNSURANCI COMPANY OF HARTFORD: ThiS Power of Attorney is made and executl'd pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of DireclOrs of the Company RESOL VED: fhat the PreSident, an becultve \ Ice PreSident or any Semor or Group Vice President of the Corporation may, from time to time, appoint. by writtcn certificates. Attorneys-in-Fact 10 aCI in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory mstruments of like nature. Such AttorncY-Ill-Fact. subject to the limitations set forth in their respective certificates of authority, shall ha\ e full power to bll1d the Corporation by Iheir sIgnature and execution of any such mstrument and to attach the seal of the Corporation thereto. The PreSIdent. an Executive Vice President any Semor or Croup Vice President or the Board of Directors may at any time revoke all power and authority previously given to am Attornc\-ln..Fact" fhls Power of Attorney IS SIgned and scaled by faCSimIle undcr and by the authority of the following Resolution adopted by the Board of Directors of the Cornpanyl1 a meeting dull called and held on the 17th day of February. 1993 RESOLVED: lhat the signature 01 the President. an Exc~utive Vice Prcsldent or any Senior or Group Vice President and the seal of the CorporatIOn may be "ffixed by facsimile on ,illY power of attorncy gra'lled pursuant to the Resolution adopted by this Board of Directors on Fel:ruary 17, 199:; and the signatulc of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such pOWCI. and any pov.l'r or certificate beaTIng such facslmiic slglldture ami sf.~.1 shall be valid and binding on the Corporation. Any such power so cxc'cLled and sealed Jnd certified hy ccrtlficlte so execuled and sealed, ~han with respect to any bond or undertaking to which it is attached, continue to he d Imd hmdmg .,,) the Corporallon State of Texas Claim Notice Endorsement In accordance with Section 2253.021 (f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) srou1d be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You may also write to CNA Surety at: P.O. Box 1068. Houston. Texas 77251-1068. You ma' contact the Texas Department of Insurance to obtain information on companies. coverages rights or complaints at 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin. Texa~ 78714-9104, or fax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium 01 about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for inforrpation only and does not become a part or condition of the attached documents. ' NOTICE [n accordance with the Terrorism Risk Insurance Act of 2002, we are providing this :hsclosun' notice for bonds and certain insurance policies on which one or more of the Writing Companies Identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by anyone 11' more i)f the following companies (collectively the "Writing Companies") as surety H' insurer- Western Surety Company. Universal Surety of America, Surety Bonding Compan:-. of America. Continental Casualty Company, National Fire Insurance Compan:-. of Hartford, .\merican Casualty Company of Reading, PA, The Firemen's I nsura n('lj Company of )Jew ark N.r and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premIUm attributable to ('overage for terrurist acts certified under the Act was Zero Dollars ($O.()Q) DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States \vill pay ninety percent (90u.o) of covered terrorism losses exceeding the applIcable surety/insurer deductible. 'crm "'3- ~ ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS Clty?f Corpus Christi Ordinance 17112, as amended, requires all persons ortinns seeking to do business with the City to provide the following Information. Every question must be answered, If the question is not applicable, answer with -NA", FIRM NAME \?, 0."1 L ~ J., , STREET: l~\'-\: (01"0. "'roJ.....c~C' \<.".~ CITY: COf~""~ C\.-r~s.\-'. J\x, ZIP: l~'toq FIRM Is; 1. Corporation 2. Partnership V 3. SOle Ownsr 4. Association_ 5 Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. Stille the names of each "employee" of the City of Corpus Christi having an "ownerihlp Interest" constituting 3% or more of the ownership In the trbove named ''firm''. Name Job Title and City Department (if known) 1'''1 / A / 2. Slate the names of each "official" of the City of Corputii Christl having an "owner(ihlp Interest" constituting 3% or more of the owner5hlp In the above named "firm", Name Title N fA I 3. Stllte the names of eaoh "board member" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more 0' the ownership In the above named "finn", Name Board, Commission or Committee f\j/A , 4. State the names of each employee or officer of a "con&Ultant" for the City of Corpus Chrfstl who worked on any matter related to the SUbJect at this contract and has an "ownership IntereGt" conGtltutlng 3% or more of the ownership In the above named "firm". Name W(A Consultant CERTIFICATE l certify that all information provided is true and oorrect as of the date ot thIs statement. that I have not knowingly withheld di$Cl06ure of any informatIon requested; and that supplemental statements will be promptly 5ubmiUad to the City Of Corpus Christl, Texas as ohanges occur. CertIfying Person: :J 0 '" L -eo (\ ~ 2 Title: E.. So. +-~ Jr', "...5 "" "'~ r . (Type or pri~\a.L- S!gnatunl of certifying per.on:~ - ~ Date: I 0 - s- - 0 S" '; 1 Iv 1 39\1d 1R.In8U fROPSAL FORM Paae 11 of 12 9N I cf33N I 9N3 10910'3(;81'310 ADDWIIllI'lVII NO. 1 At tacJmLent 110. 1 .. . 11 of 12 (;0:E1 900(;/p0/01 DEFINITIONS a. "Board Member". A member of any board. commission or committee appointed by the City Council of the CIty of Corpus Christl, Texas. b. "Employee", Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an Independent contractor. c. "Firm", Any entlty 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 50le proprietorship, as self-employed person, partnership, corporation, joint stock company, Joint venture, receivership or trust and entIties which, for purposes of taxation, are treated as non-profit organizatIons. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal or equItable interest, whether actually or constructively held, in a firm. including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts. proxies or special terms of venture or partnership agreements. f. "Consultanf'. Any person or firm. such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ~ 1fO. 1 Att.~t. Ro. 1 Page 12 of 1.2 jUvxeE1 PROPSAL FORM Page 12 of 12 SiT/9T 391;1d 9t-ild33NI9t-i3 WSE9Z:B BE Z:0:El S00Z:!P0!0T _... 'I ACQ8f)~ CERTIFICATE OF LIABILITY INSURANCE CSR DE DATE (MNVDDAnrrY) BAYIN-l 10/25/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordon Ins. Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone: 361-883-1711 Fax:36l-844-0l01 i INSURERS AFFORDING COVERAGE NAIC# ---.-..-.- -- +- ---.- ---~- -'--'-.- --~--- r----------- - INSURED INSURER A: Zurich American Insurance Co. f'~~~E~~ -;teadfal~ Inlurance Company -- !---.- -'--- Ber~ Contracting, LP ~ ---. dba a~, Ltd. INSURER C. Fireman's Fund Insurance Co. P. O. OX 4858 -'~"---'-'----'-------~--- . -~- -- INSURER 0 COrpUS Christi TX 78469-9908 1--..---------- .-----..-------. --- INSURER E (#11) ! --_. i I I / COMBINED SINGLE LIMIT V 1,000,000 TAP2988701-05 TX V OS/20/05 o 5/2 0/0 6 (Ea accident) BAP2988702-05 OS OS/20/05 OS/20/06 BODILY INJURY i (Per person) $ ADDITIONAL INSD/WAIV!:R AS BODILY INJURY (Per accident) $ REQID BY WRITTEN CONTRACT I --- PROPERTY DAMAGE $ (Per accident) I i AUTO ONLY. EA ACCIDENT $ COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS -- --. --~..-- - - .---- - -- ---- ~-_. "'- "- ---.----- ----- ------ LTR NSR[ TYPE OF INSURANCE GENERAl LIABILITY ./ -- A X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE fJ{l OCCUR -- ~ A X ~ C, U Inc!uded_ A I-}{ C_<:mtractua!.... Incl: GEN'i~GGREGA TE LIMIT APPLIES PER ,-.. POLICY ~~i r--l LOC ~~TOMOBILE L1ABIlIF ,,/ A X X ANY AUTO 1-- - POLICY NUMBER D~WfrXMrDE~~E i Pgk~CE:(~b1f,.g.)N GL02988700-05 ,/ OS/20/06 r/ EACH OCCURRENCE ~R~~h (Ea occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMPIOP AGG OS/20/05 ADDITIONAL INSD/WAIVllR AS REO'D RY WRITTSN CONTRACT f---- I ALl OWNED AUTus A A fr SCHEDULED ~UTI'S HIRED AUTOS '~ON.OWNED AUTOS ~t-tA.RAGE LIABILITY - I , ;::;,"1\" AUTO I I I AGGREGATE OTHER THAN AUTO ONL Y: ~-t::::- I - ~"<:ESSIUMBRELLA LIABILITY V' B I!.)CCUR __ CLAIMS MADE UMB 9 2 9 8 6 0 8 - OS i f-- ~ _ DEDUCTIBLE Ix RETENTION $10,000 WORKERS COMPENSATION AND ,/ EMPLOYERS'L~jTY V A ANY PROPRIETORlPARTNER/EXECUTlVE I. OFFICER/MEMBER EXCLUDED? II yes, descnbe under I SPECIAL PROVISIONS below ~~ __. I OTHER j 'I' C t Installation-All'/ I MXI97801715 ,; 11/01/04 11/01/05 r Risk Completed Val I AI/lfOS W/WRITTaN CONTRACT i I i DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: #4329 American Bank Plaza Parking Lot Expansion The City of Corpus Christi is named as additional insured on all general ~ liablity (GL) and all automobile liability (AL) policies. EACH OCCURRENCE OS/20/05 OS/20)06 I / 'i AI/WOS W/ WRITTEN CONTRACT X J TORYlIMITS I E.L. EACH ACCIDENT I rWC3504558-04 TX/OS OS/20/05 OS/20/06 v v' , E.L. DISEASE - EA EMPLOYEE $ EL DISEASE. POLICY LIMIT $ LIMITS $ 1,000,000 $ 50,000 $ 5,000 $ 1,000,000 $ V5,000,000 $ 5,000,000 EA ACC $ AGG $ $ V4,000,OOO $ 4,000,000 $ $ $ -~ IU~~- $ 1,000,000 1,000,000 1,000,000 Occurrenc ~ 20,000,000 Deductibl 25,000 CERTIFICATE HOLDER CANCELLATION Ciy of Corpus Christi V Dept of Bngineering Services Attn: Contract Adm P.O. Box 9277 Corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO,-rHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUT ED REPRES CICO-Cl ACORD 25 (2001 f08) / Named Insured: Berry Contracting, LP dba Bay, Ltd. Effective Date: May 20, 2005 to May 20, 2006 POLICY NUMBER: GL02988700-05 v' COMMERCIAL GENERAL LIABILITY CG 20 101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. yl ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZA TION This endorsement modifies insurance provided under the following: y' COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi, Department of Engineering Services Aftn: Contract Administrator P.O. Box 9277 v/ Cor us Christi, Texas 78469-9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II - Who Is An Insured is amended to include as an insured the person or organization 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 insured(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 a part of the same project CG 20 101001 " R. M. Lee, Pa ner Swantner & Gordon Insurance Agency TE 99 01B ,/ ADDmONAL INSURED This endorsement modifies insurance provided under the following: v BUSINESS AUTO COVERAGE FORK GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number May 20, 2005 / .; ~ Named Insured Berry Contracting, Inc dba Bay, Ltd. / II Countersigned by R.M. Lee, Partner (Authorized Representative) Swantner & Gordon Insurance Agency The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 / .; (Enter Name and Address of Additional Insured.) 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 add! tional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any 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 OlB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 18, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHP~GES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF y CANCELLATION 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 OPERATIONS 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 1. Name: SEE BELOW 2. Address: SEE BELOW / 3. Number of days advance notice: THIRTY (30) V City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Named Insured: Berry Contracting, Inc. dba Bay, Ltd. V Policy Number: GL02988700-05 Effecti ve Date of This Endorsement: May 20,2005 to May 20,2006 / V Authorized Representative, ~ ~ Name (Printed): R.M.Lee Title (Printed): Partner, Swantner & Gordon Insurance Agency 000205 (11- 85) ATTACIIMENT 3 1 OF 3 TE 02 02A v CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: ,,/ BO'SINBSS AUTO COVBRAGB FORK GARAGE COVBRAGB FORM TRO'C1Ol:RS COVBR.AGB FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective May 20, 2005 " Policy Number T AP2988701-05 TX v' THIRTY (30) changed to reduce or or change to: e, r (Authorized Representat vel Swantner & Gordon Insurance Agency days before this policy is cancelled or materially restrict coverage we will mail notice of the cancellation Named Insured Berry Contracting, Inc. dba Bay, Ltd. / Counters! v SBE BELOW SEE BELOW (Enter Name and Address) JI City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.o. Box 9277 Corpus Christi, TX 78469-9277 Authori'.d R.pr..ent.ti~ Name (Printed): R. M. Lee v Title (Printed): Partner Swantner & Gordon Insurance Agency FORK TB 02 02A - CAHCBLLATION PROVISION OR COVBRAGB CHANCJB JDmORSBHBH"r Tex.s Standard Automobile BDdoraement pre.cribed NOVember 1, 1987 A'ITACHMENT 3 2 OF 3 WORICERS COMPENSATiON AND EHPLOYERS LIABILiTY INSURANCE POLiCY we 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT ThlS endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation 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 notlce is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 v/ Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 If 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 OS/20/05 v Policy No. WC3504558-04 Endorsement No. Included db B Ltd TXlOS./ ~-- ,,-' InsuredBerry Contracting, Inc a ay, " r $ Inc Inaurance Company Zurich American co":;terSigned By, \.... ' _ .. I Insurance Company WC 42 06 01 Name (Printed): R.M. Lee ( Bd . '7 - 84 ) Title (Printed): Partner Swantner & Gordon nsurance Agency ATTACHMENT 3 30F3 GENERAL ENDORSEMENT Name of person or organization insured Berry Contracting, Inc. dba Bay, Ltd. V Date this endorsement takes effect OS/20/05 Endorsement Number included Policy Number MX197801715 v Policy Period OS/20/05 to OS/20/06 Installation Floater Name of Company Issuing this endorsement Fireman's Fund Insurance Company (We will not fill in the above unless we issue this endorsement after we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services . / P.O. Box 9277; Attn: Contract Administrator V Corpus Christi, TX 78469-9277 Should the above described policy be cancelled or materially changed before the expiration elate thereof, the issuing company will mail 30 days written notice to the above named. Signature: j Authorized Agent R.M. Lee, Partner Swantner & Gordon Insurance Agency ATTACHMENT 4 10ft KK-GLOO