Loading...
HomeMy WebLinkAboutC2006-036 - 1/31/2006 - Approved S PEe I A L 2006-036 01/31/06 M2006-024 Garrett Construction Company PRO V I S 1 _ _. OJ .... r ! i S PEe I FIe A T ION S !""" AND ~ FOR M S o F CON T RAe T S AND BON D S FOR - - MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 PREPARED BY: IN ASSOCIATION WITH: .. J.P, Thompson, P.E. 144 Cordula Street ~, cpus Christi, Texas Pho~e: 361 851 10~2 Fax 361 854 6241 78411 Maverick Engineering, Inc. 2000 S.P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289-1385 Fax: 361/289-0712 ?~~-"ff{~~ir"n~~) . 6~:'!-.---' . ..... ~""."...1'''5 ~. /":./L,>" '. '~J"~t .;~ f'''' 1: ~ >> " *I'~~ '''1 c;'":,-"\-',;";~.l'p'~:I~;~;f'f;) f,~, ;,~ !,;!'io-,.~~,; .....;I~I. ,'.:.;J -... 'f <, ... ...... .:'. '~:i :; '1 ~.,'-k.-:*V ~)..... ,.,C\ 4<X..:.:.iI . :','(:: . r T<: ,,'<c',' ~<.t#o!' .. ,'"~i... t->.;,.-...-"",~ ;;?~";~Q't;:\ ~'''~~ FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 /6/7/0 (' I PROJECT NO: 22'~3 -7;t'J ") / (. --.........", --~ OF r" ~~",'''o'./~1';\' , ((J.... * ... \fl ., f* .. ... * . ,*l 00*' ,...........0..0.........., t ~~~.~ J'.. .~?~~~~~ .J!... ~ ~ ~ '. 95680 :"$ I ..~ ". 'OID f ~~i'i~ [1> }01 (G.l I :-lRAWIN8 NO: STO L)2iJ 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: 880-3501 To: ALL PLAN HOLDERS From: Angel R. Escobar, P.E. Director of Engineering Services lA~) :r;f-- I Date: January 13, 2006 Pages: 15 (including cover sheet) Subject: Mary Carroll Channel Drainage Improvements Phase 2 Project No. 2253 Addendum No.1 Comments. This fax transmission contains the signed, sealed addendum from Thompson Engineering. The addendum modifies the Special Provisions and provides a REVISED Proposal Form Prospective 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 shall remain unchanged. ~ ~~~~ :r = ChrIstl I ADDENDUM NO.1 ~~-- January 13, 200() TO: ALL PROSPECTIVE BIDDERS PROJl<~CT: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 Project No. 2253 Prospecti\e bidders arc hereby notified of the following modifications to the contract documents. These modifications shall hecome a part ofthc contract documents. All provisions of the contract documents not specifically affected by the addendum will remain unchanged. I. PART A-SPECIAL PROVISIONS A" PAR<\GRAPH A-17 FIELD OFFICE DELETE: rhe paragraph body in its entirety, ADD: The followin!! para!!raph, in lieu thereof: "The Contractor must furnish the City En!!ineer or his representative with one (1) field office at the construction site of Site 2 and 4. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City En!!ineer or his representative. The field office must be furnished with a telephone (with 24- hour per dav answerin!! service) and FAX machine paid for by the Contractor. There is a separate pav item (Item 44a) for the field office" A lavdown area will be provided for the Contractor for the sta!!ine of construction activities. This area will be on City owned park land alone Oso Parkway within approximately 200' of the box culvert crossin!! of Oso Parkway (Site 2). Lavdown area will be restored to existin!! condition by Contractor There is no separate pay item for establishin!! a laydown area or for restoration at the end of construction. ADDENDUM NO, 1 Page 1 of2 i~~nginet-rJnf'. Ser'i iCl'S '" Box '2T " inri!> ('hrisll, Texas n464-4277 · no I) 880-3500 ~~ B. PARAGRAPH A-2] PROJECT SIGNS: DELETE: Th~ragraph body in its entirety. ADD: The followin2: para2:raph: "The Contractor must furnish and install two (2) Proiect si2:n, one (1) at the corner of Oso Parkwav and Mansions Drive and one (1) at the corner of Oso Parkway and Canadian Drive. The si2:ns must be installed before construction be2:ins and will be maintained throu2:hout the Proiect period bv the Contractor. The location of the si2:ns will be determined in the field bv the Citv En2:ineer. (see Attachment No. l)" II. PROPOSAL FORM A DELETE The currcntProposa] Foml. in its entirel!". B ADD: THE REVISED PROPOSAL FORM, in lieu thereof (see Attachment No.2). Please acknowledge receipt of this addendum in the appropriate place in your REVISED PROPOSAL FORM. END OF ADDENDUM NO.1 ~.9r.!(.;.f ?'-J\.t:::* ....'J' 1,.( * . . ". · * : '.. ~.... ...................... 'J J. R. THOMPSON ~ .... ...................... ~-i.. .4::; 190 1 ~ .:~ . 1;0/"(c I r' 1 ~ '\l,\:.. .~<.; ~~ {/ ijl'?>{oiD i .I R. Thompson P.E. THOtvlPSON ENGINEERING \ttachments: No.1, PROJECT SIGN -) page .'\Jo. 2, REnSED PROPOSAL FORM - 11 pages ADDENDUM NO.1 Page 2 of 2 ZO .., &II 1&1 :3 3 :::l o~ ..J .., 0:0: m ID CD t- O.., ~ ~ ~ x ..Jt- 0: G: a: :t ~ 85 ~ c5 g :I: : : t- =,.., :~ If) ~ If) 21- Oil a.. U) 21 - 0" ILl Q h = CD ~- ..:eo:, it1rri . H;;Ji!' -<I ti.ilJ :: ~~~: ~~~ - -. ~.., [a1~;:~1 ~~r ~~~~ ~~;:; OO~~~ :.::::::.::~ :~::::::: :=::::: ~::::::: ~f~~g~!~ ~E~L~~ 6" en a:: <( -I -I o Cl C) z o CD 0:: :::> o >- ~ f- ~ en CD _ w 0:: ~ :r: ~ u 'en ~:::> a::: a. ~a:: >0 u ~ 21-0" 41_061 (!) z - > o a:: a.. ~ - tl- 6" Attacbment I Page 1 of 1 REV. 7196 (I) t- (I) 0 a.. -CD .JC = = -"It 0 0 M I ; :: "It -r- CD (Q Addendul'l No 1 Attachment No. 1 Page 1 at 1 P}.OPUSAL FOR M FOR MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM Pl\GE ~ OF 1 Addendum No 1 Attachment NO.2 Page 1 of 11 PRO P 0 S A L Pla',,:e: DatJ' : J: )posa: f 3. Curporat Lon organized and existing under the laws of the 3tateJt OR i ParLnt'rship ()l Individual doing business as TO: The City of Corpus Christi, Texas GE'rltlemen The undr~n: igr:ed hereby pro!)oses to furnish al] lahor and lTc" erla s to~l S I alld :le=essary equipment I and to perform the work rE'IulIe' )r: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 at th", ;c 3.t icns E:et ou the plans and specifications and In strict ac ordanc with the ontra t ciocuments for the following prices, to-wit: REVISED PROPOSAL FeRM PAGE 2 OF Addendum No 1 Attachment No, 2 Page 2 of 11 HAR\ :::'ARRDLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 BASE BID 'A' STORM WATER DRAINAGE IMPROVEMENTS ='=""'-'==-=""-"'.-'.0=_-,'0"'==_=-'=_"='''"1 ;:c Channel Excavd t i ':)]) \'JLde Fi ,t Bottom) face, )el Linea t 140Ft, .=omplete Foot n IV I V I PRICE BID ITEM EXTENSION UNIT (QTY X UNIT PRICE IN FIGURES IN FIGURES) --- $ -, $ ---------- $ ---- $ _........'____.m...__ $ $ ---------,- $ $ $ - $ --------- II III BID ITEM QTY & UNIT DESCRIPTION - - ---_.._~._-_._- _n___,_,., -----r- i ! ~~~, ~~.J fYlobl 1i: ~ticn/ DemOIJilization complete in pace pet' L.'J:nlp Sum 9 . S Femo\re .~xi O't il1g ':::onc:rete Spillwa r c)mplete, Der !3.quare Yard 2 5" c.)nc'ete Apron vi i th 30" Toewall complete in place. pe r SClLdEE':. Yard 1- : 2 SeedLn~ for ErOSion Control, complete in place, pe r Sgl,Hre "ar d TOTAL BASE BID 'A' (Items 1 through 5) $ REVISED ?ROPOSAL FC?M PAGE :> OF Addendum No 1 Attachment No, 2 Page 3 of 11 BASE BID 'B' STORM WATER DRAINAGE IMPROVEMENTS III .c II BID ITEM QTY & UNIT ).L 't ~'l ~ ~ ' 2 S L 5 E 5 DESCRIPTION , J~~ IV ----. -,-----~ l-1cbi lLOitll'n: Dernul:;ilizatiun cemp let e 1; pace per LurlE Sun $ Pemc'Je Exi,' Header:url place, per t i 19 Pa 'cement :ompl ete in Sguare "lard and F'emC'/e Exi ~ t i 119 '::UIlC re te ~ingwa L, complete in place, pe r Eac!~ RemO'Je E:xi~;tillg Concrete Rip Pap, cc,mplete in [dace, per Sguare "lard Pemo'Je Existing BrIdge Rail and Pedestl all Ral 1. complete In pLace, per Linear Foot Plug Exi sting ~~'" '=or~plet p in place, Foct s 3eogrio complete In place, pel' Squ'Jrel'ald Pemo'le C;xi,;tIng ~'uncrete ~;idewa K, complete in place. per Squ~e {a"d $ Remo/e lnd R C pi i)e , per Linear Remo"re ind F:ep1ace Existing Ell 'liaterl.Jle, "omplete In place, pe r ~.irear Poet 18" ':ru';hed Ll mec;tc:ne Flexibl e Base (1 ~e ~,3rad 1), c::;mp Let in pI aCE' oe "3qu.tre rat d REVISED PROPOSAL FCF.r~ PAGE 4 OF i V $ IT PRICE BID ITEM EXTENSION FIGURES (QTY X UNIT PRICE IN FIGURES) $ --, $ $ $ $ $ - ,. $ ~ $ _.. ..~ $ --, _..~ $ --..- UN IN $ $ $ $ $ $ Addendum No 1 Attachment NO.2 Page 4 of 11 I' ,- r~BID II ITEM l. r-- 2 -t E i ! - 2 C' QTY & UNIT 1 >i 2 8 l F F,:, r I III DESCRIPTION L-t" 1 RI '131' ccmrLete pace per ~irlear coo; Ill' , "Di" PC C:1as[; III) complete II pace per Lillear Foot Precast '8'x 4' CaLcrete Box Culvert I Fi L -l Ht.), complete iL pace r:er Lir.ear Foot L Star :lard Curb complet:; 1 L p~ ace nlet, per Each ':' I nl", ': Ex tellS i on, campI ete E~ in place, per Each F':' l,,: F 1', L S 7 S' 1 c,-t L 5 Dia Concrete Storm Water comp~ete in place Manhole pe r Eac Fepa i l' :,xi s t iLg Conc rete Storm Water Manhole, complete ln place, per Lump Sum fl.djust finish place, Sxisting Manhole to ;rade, camp] ete in per 2ach Pavetnen Fe ua i 1 ~," Aspha It) compIet in place per 3quCj!,_el'ard Pa'Jemen Repai r "" Reinf. :::'oncret ) ,'omplete 1 n place, pe c ';qu'3~e rard 18" ;:Jele'ct jvlateri a complet~: in plaCE' per SquaEe {a rd Backflll, cl" Conc:ete Sidewalk, complete LIi p (ac," p,cr Squa:'e Foot Cancret Header Curb (Type ',,,, c ImpleteLn place, per L:L..I1-e~, Foot REVISED PROPOSAL FCR~1 PAGE S OF ] IV V UNIT PRICE BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES IN FIGURES) -------- ---..------- ~ $ y "-...--- _._--~ $ ----.-- $ $ ---~._- $ ------- -. $ --- $ ,~- $ ---- $ $ --- $ -..----- $ ----~-_.- $ --------- $ $ ..,.- --- $ -_.~ .- $ - $ --~-_...- $ ------ $ _._--~-- $ $ --- -- $ $ $ =-4" Addendum No 1 Attachment NO.2 Page 5 of 11 r L [n BID ITEM L ~ QTY & UNIT ~ l' :". 3 L Fn E , 1 E 1 1 L L E.. L I III DESCRIPTION :)r:JJ i-ett A~,t-C Tce't.al cc rnp -! et e r,er Sgl :lre :'a1 d th 3 1]" place Fi.ared din~:'^,a i l, ('urnplete in I= ace, oel Each $ p,bandor In PJ ,lee ~. " R. C. L_pe Jmp ete pel Linear Foot $ Connect Ne','. 24" R C Existil j Curb Inlet in pia,.?, reI Each Pipe to complet!' Repair ElxiE:tillg Curb Inlet, comp Let ,0 ir pJ ace, per Each Trench ~afety for Storm Watel Conduit complete in place per Lirear Foot Pavemer camp let per Eac:] Traffic Button, ir pace, Steel Fipe Pedestrian Rail (Type fPI), complete in place, pe r uir',~r r'oct $ B ridge :-:a il I Type T1 01) , cornplet"in place, per Lin"ar Foc,t CombLna ion Rall I,Type Cl01) complet,'in place, pet' ',inear Pact Metal Beam3uard Fence, complet in place, per Linear ""oct MBGF Telminal Connector, complete in place, per Each Tcaffic Con'lrel, p I are.. 'er ,umpc:um ete In REVISED PROPOSAL FeRM PAGE 6 OF 1 $ v I V PRICE BID ITEM EXTENSION GURES (QTY X UNIT PRICE IN FIGURES) $ $ ~ $ -~ $ $ -- $ $ ~ $ --~ - $ --~ $ - $ - - $ $ ___=--J I UNIT IN FI $ $ $ $ $ $ $ $ " ';> Addendum No 1 Attachment No, 2 Page 6 of 11 BID ITEM 44a 1 I QTY & UNIT F ' L. :C" 1 - EA DESCRIPTION 1 "- 3C I 'lonu~1eL t , :eel Sach III ":"np 1 et e Si It Fe'lce :01 Stoln1 Water- PolLltJ m Pr"e\ention, complet e it: p]ac(~, pec'r Lineal Foot I I I I $ .J T ! IV V __1.. -.-T UNIT PRICE IN FIGURES $ $ $ TOTAL BASE BID 'B' (Items 6 through 44a) $ Sodding fOl EIOSlcn Control, complete in place per Scr.ud~e{ald Field Office ~Each REVISED PROPOSAL FC'R.M PAGE -:' OF 1 BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ Addendum No 1 Attachment NO.2 Page 7 of 11 ALTERNATE BID 1 I II STORM WATER DRAINAGE IMPROVEMENTS III -==-,-,=--=~=.,=-- --~._---_. "-~--~-'---'---~-- ___.,...._... ...____________..'___n___ ___...._ BID ITEM QTY & UNIT 1 c ') 2 1 ~' r" I- I I L 6" f DESCRIPTION Mobiliz~tic DemobIlization complete lL pace pel' Ll,lfTlp.Sum Channel Excavation Wide Flat-Bottoml place, )er Linear' (40' Ft. complete Foot _ ------L, . "~- n IV V $ $ $ $ TOTAL ALTERNATE BID 1 (Items 45 through 48) $ SUMMARY r~- -~~~ ~~ I BASE BID 'A I BASE BID 'B ALTERNATE BID 1 Sur-'ley '1onument, cumplete in place, Der Each Seeding fOI EJOSICn Control, complet" in pi ace, per- Square YaJd DESCRIPTION BASE BID 'A' + BASE BID 'B' BASE BID 'A' + BASE BID '8' f ALTERNATE BID 1 $ BASE BID 'A' + ALTERNATE BID 1 BASE BID 'B' + ALTERNATE BID 1 REVISED PROPOSAL FC'(~l PAGE 8 OF UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) T ! $ $ $ $ $ $ $ $ $ TOTAL COST I -. , ---- _0_-- _._u -. Addendum No 1 Attachment NO.2 Page 8 of 11 J.1 J:lt=-' rOfr~Lgn j ,11 v t:xalil~a . , j t :1;= \^; r J. tnat: LC rE.ore ]f ~_>\T ,de res chat he has visited the site and ificatiors and contract documents J r bid I that he agrees to do the by the City are in any sense a gUIdance of the Contractor. A ~.K, c.:.rlC ,/' r- (,~: 1 t '/ 1.1t 'll Ee I :ere: e 11S, spec ~ his bl )ns made t E" S fOr' t t --,4 c:; I endar tld dS Iment E ~~ [J e b )un~ Dl ,~ ent thE l,-th S ere Upon not II ca Ell t award contract, we will within ten (10) lavs exec'ut ~ tle :crmal cone Yact and will deliver a Performance le"gui r~d en ~_he f 1i thfu~ performance of this contract and a >Dd as reqdi:nj) t insure pc:,yment for all labor and materials. nd at liicheci te t}L:"~' proposal, ic the amount of 5% of the highest 1 ::..s t become the c,'opert v 0 the City of Corpus Christi in the contract (,'Id t)ond~t a.re n6t executed '::Vi thin tile time above set Liqul:J.-:tted da!'laqeE felr the lelay and additional work caused Daren 'j ~~ ity D1 cti:ipa J!' ['formed Minority/Minority Business Enterprise Participation: The ow bidder:,haJ 1, within five days of receipt of bids, submit to Engineer, in writinq, the names and addresses of MBE firms ing nUl'::: 'ontrac,f and a description of the work to be and its de la "a111e for bid evaluation purpose. , ' v Number of Signed Sets of Documents: The contract and all bonds - L:e p epared 1 ::)t e~;s t Lan four 'ounterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work w rhin 270 calendar days for the entire project from the date designated b a \^lork Order. Each Base Bid Item and Addi ti ve Alternate Item of the project shall be completed within the number of calendar days allocated as described in the following: From Day One * 8a A ;-.: t~ 90 Calendar Days Ba L~ i c PLEASE B' ':::-;lte 2 & ~)ite 4 NOTE: (All Site 2 work must be 29 and July 29, 2006 school session) 90 Calendar Days completed between May to avoid conflict with /--\1 er' at NC"J ~. f. 3 90 Calendar Days *F:CO'I the start of , on tract time as delineated by Notice To Proceed. rhe lnderslgned further declares hat he will provide all necessary )ls ane apparatus, de all the work and furnish all materials and do E. erythlnl required to carry cut the above mentioned work covered by this pl)posal, in st ri ct ae cordance wi th the contract documents and the p :ruireme'lts rertain n9 theret fcr t:le sum or sums above set forth. Recelp.- OJ t e f _lowing addenda IS acknowledged (addenda r ".be r .i Respe .tfully submitted: Name: By: ( ~'~;AL [F 3IDDER I~ (SIGNATURE) ( clrporat ion) Address: (P.O, Box) (Street) (City Telephone: (State) (Zip) NOTE: Dc DC' detach [-'Hi L)m c-he pa[El ,;, Fi 1 ,:1 'Nlth iDk an,] sut,mit ~ompjE'te with lttached papers (Revised August 2000) REVISED PROPOSlo.L FCEM PAGE 9 OF Addendum No 1 Attachment NO.2 Page 9 of 11 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information Every question must be answered. If the question is not applicable, answer with "NA" FIRM NAME STREET FIRM is CITY: ZIP: Corporation ._.___ 2. Partnership 3 Sole Owner 4. Association 5 Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant CERTIFICATE ! certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur Certifying Person:____.__ _ Title (Type or Pnnt) Signature of Certifying Person:_ __ Date. REVISED PROPOSAL F -R~1 PAGE 11' OF . l Addendum No 1 Attachment NO.2 Page 10 of 11 DEFINITIONS a "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi. Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated In the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation are treated as non-profit organizations. 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 Christl, Texas e "Ownershlp Interest' Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultat REVISED PROPOSAL FOP~l PAGE 11 OF Addendum No 1 Attachment NO.2 Page 11 of 11 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 MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 PREPARED BY: IN ASSOCIATION WITH: ,J R _ Thompson, Ii _ E _ I'} 4 Cordula Street ")IPUS ChrH3t i, Texas 78411 Phme: 361/851-1032 Fax: 361/854-6)41 Maverick Engineering, Inc. 2000 S.P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289-1385 Fax: 361/289-0712 ~~"''-"'''.~ ~~'. ,; Ot r ",,~t;... ...(-1'"", ' I1fj? '?' ..... . . . .'7..1' ;:1*.... 4u .... .,.l~\ p.1?i : T4 '. *~ =1"', ........................~ ;.1 _ _ ~ '.. .~:. JHRMP.?.9.~...~ :'\-0'. 57901 .:C!t:,~; ~ J<'1~ . .+l" .S) 'l",.,.-iI 0,0,,: J.~ G' STet?.".; ..~....,;Q .~/'c~ ~ . ~ ~ ~>'. ~ *C:;,;C' ~\.r:5'/ 0.; kit. ~;;::v I, ""'/"".~ FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 3 61/880 - 3500 Fax: 361/880-3501 _-''''''''''''''ll -- ~ OF T€: '\, ~~ ........ ::t~ \~ , :....r .* "-"'. . ; (i:) ..... .... ~ '. ,* : ... * . ,* : ~ *, ,..............o..e.......~ t !!~~.~ t .~?!!~~.~~ .Jr.-.-: " ~'" 95680 /$ J '. Q ". I Q .:.lit, ~~~i~ l-t Jo<) (1J.f /617/D {' I PROJECT NO: 22')3 IDRAWINC NO: 81'0 ',25 ReVlsed /S/OO) MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 Table of Contents NOTICE TO BIDDERS (Pp.vised 7/5/00) NOTICE TO CONTRACTORS-A (Revised Sept. 2000) nHurance RequIrements NOTICE TO CONTRACTORS-B (Revised 7/5/00) Worker's Compensatlon Coverage For Building or Construction Projects FOt Government Entltles PART A - SPECIAL PROVISIONS A-I rime and Place of Receivlng Proposals/Pre-Bid Meeting !\-2 Def initions and Abbreviations A-3 Description of Project D,- 4 Method of Award .<\-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensat ion Insurance Coverage A- 8 Faxed Proposal~; A-9 Acknowledgment of Addenda .A-10 Wage Rates (Revised 7/5/00) A-II Cooperation with Public Agencies (Revised 7/5/00) i\ -12 Mai ntenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-IS Excavation and Removals A-16 Disposal/Salvage of Materials /',-1 7 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control r~ -20 Testing and Certification ~ Project SignG (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) ~ Inopcction Rcquircd (ReviGcd 7/5/00) (NOT USED) 1\- 24 Surety Bonds A~----Ba-les-~* ExcmpE-:i:-en (NO LONGER APPLICABLE) (6/11/98) A 26 Supplemental Insurance Requirements A- 27 RcoponGibility -for D;:1m;:1gc Cl;:1ima (NOT USED) !\ 28 Con"iderat.ions for Contract Award and Execution A 29 Contractor's Field Administration Staff ., 30 Amended "Consideration of Contract" Requirements i\ 31 Amended "Poli cy on Extra Work and Change Orders" c\ 32 Amended "Execut ion of Cont ract" Requirements i\ 33 Conditions of Wurk 34 Precedence ot Contract Documents A----3--S---&i-E-y- W;:1tcr F;:1cilities-. Spcci;:1} Rcquircmcnto (NOT USED) 36 Other Submittalc; (Revised 9/18/00) II 37 Amended "Arrangement and Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 01" 4 38 v-inKt'Or's (\:Jmpensat un (::()verage for Building or Construction Projects ;-.ll ;cvernment Ent ties ;;'~--3-9-~ tificCltc of ~fl-€-'y'- Clnd Fin;:}l l'.cccpt.::mcc (NOT USED) ~40 l\mendment to Secti(ln B H fj: "Partial Estimates" 41 Uzc ne Adv j sory 42 U8l-U\ RuleE; & ReguLlt ions 43 Ame'lded \\] ndemn Lfi( :at ion dnd Hold Harmless" (9/98) -; 44 Change Orders (1/2h/99) 45 As Built DimensIons and Drawings (7/5/00) .46 Disposal of Highly Chlorinated Water (7/5/00) r~-47 Pre C::onstruction Exploratory Excavations (7/5/00) ",-48 Over-head ElectrlcaJ Wires (7/5/00) '\ 49 Amend "Maintenance Guaranty" (8/24/00) ~--V:i:-eee-Be€umcntCltion (NOT USED) .\ 51 Dewatering PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 20100 :ECTION 20 Survey Monuments 849 S ITE A~;SES8MENTS &: CONTROLS ';ECTION ;;71 ~; iTS PREPARATION 21080 Removinq (>lei St ructures S55 -;ECTION ()~"2 EARTHWOPK 22020 22022 )22060 22080 22100 22420 Excavatlon and Backfill for Utilities and Sewers S9 rrench Safety for Excavations Channel Excavation 811 Embankment 813 Select Material 8]5 c;ilt Fence 897 :3ECTION 025 POADWAY 252 25202 ')2 5205 U254 025404 25412 25424 SUBGPADES AND BASES ScarifYlng and Reshaping Base Course S23 Pavement Repair Curb, Gutter, Sidewalk and Driveway Replacement S54 ASPHALTS AND ~;URFACES Asphalts, Oils and Emulsions S29 Prime Coat ! Asphal tic Material Only) Hot MIX Asphalt~c Concrete Pavement 830 (Class A) 834 256 C< 'NCRETE ~vORK 25608 25610 J256]2 0258 25802 )25816 f)25820 \25828 Lnlet~) 563 :oncrete Curb and Gutter S52 -oncrete Sidewalks and Driveways S53 TRAFFIC CONTROLS i. DEVICES femporary Trafflc Controls During Construction Raised Pavement Markers and Traffic Buttons Reference - Traffic Buttons (TxDOT D-9 4300) Reference BitumLnous Adhesive for Pavement Markers (TxDOT D-9-6130) TABLE OF CONTENTS PAGE :' OF 4 SECTIONl26 UTIr ITiES (26) 026201 ,) 2 6 2 0 /: )2620(; (26211) ;ENERAL Waterline i lser Assembly S79 Hydrostati Testlng of Pressure Systems S89 Duct iJ e [r(,n Pipe and Fittings S81 PVC Pipe - AWWA ('900 and C905 Pressure Pipe S83 0264 WATERLINES 026402 Waterlines S88 ~)ECTION 027 SEWERS & DRAINAGE 0272 ()2720 0274 027402 027401 GENERAL Manholes ~:62 >:TORM SEWERS Reinforced Con"rete Pipe Culverts S60 Concrete Box Cdlverts S66 ')28020 )2804 :::ECTION 028 SITE IMPROVEMENTS & LANDSCAPING Seedlnq Soddinq Sll S8 SECTION 030 n0020 032020 38000 C'ONC:RETE, GROUT Portland Cement Concrete S40 Reinforclng Steel 842 Concrete Structures 841 )55420 '7ECTION 050 Frames, Grares R incJs and Covers S57 METAU: PART T - TECHNICAL SPECIFICATIONS mCTION 025 ROADWAY )252 SlJBGRADES AND BASES 25223 Crushed I,imestone Flexible Base 256 CONCRETE WORK 025620 Portland Cement Concrete Pavement SHT.NO. LIST OF DRAWINGS: 1 2 3 4 5 6 7 8 9 10 11 DESCRIPTI(JN Title Sheet/ Vlcinity Map General NOles and Estimated Quantities Summary Site 1 and 4-Baseline Alignment Plan Site 3 & 4 Baseline ALignment Plan Site] -Dra lnage Channel (Plan & Profile) Sta. 0+00 to 4+50 Site ]-Dra i nage Channel (Plan & Profile) Sta. 4+50 to 8+00 Site 1 Ora j nage Channel (Plan & Profile) Sta. 8+00 to 10+00 Site 3 Drainage Channel (Plan & Profile) Sta. 31+49 to 35+50 Site J Ora nage Channel (Plan & Profile) Sta. 35+50 to 40+50 Site 3-Dra.nage Channel (Plan & Profile) Sta. 40+50 to 45+25 Site 3-Dra nage Channel (Plan & Profile) Sta. 45+25 to 49+05.7 fABLE OF CONTENTS PAGE j OF 4 1 =' 1.\ 14 15-16 1 18 19 20 21 22-23 24 25 26 2~' 28 29 30 31 3 '} 33 34 -.35 36 37 38 39 40 42 NOTICE AGREEMENT S iLe ~ 'y 3 Charm€: Cross Sect ions Sit~e Channel Cross Sections Site 4 Storm Water (Plan & ProfIle) (The Mansions Drive) Storm Water Details Curb, Gutter and Sidewalk Details Site )-Oso Parkway Demolition and Repair Plan Traffic Control. Plan Overall Map & Notes Traffic Control Plan Oso Parkway & The Mansions Dr. Pavement Details Project Easements BC 01 -03 Barricade dnd Construction General Notes and Requirements BC 02 03 Barricade and Construction Project Limit Standard BC 04 03 Barricade and Construction Temporary Sign Notes Standard BC 05-03 Barricade and Construct. ion Standards Sign Supports BC 07 03 Barricade dnd Construction Standards Plastic Drums BC 0803 Barricade and Construction Channelizing Devices Standard BC 09 03 Barricade and Construction Standards Barricades (Skid Mount Type) SCP-8 SIngle Box CuLverts Precast 8' -0" Span FW S Flared Wings for Skewed Box Culverts Traffic Rail Type TI01 Combination Rail Type CI01 Pedestrian Rail Type PRl MBGF-03A Metal Beam Guard Fence BED-03 Bridge End Details SGT(7) -03A Single Guardrail Terminal Standard Water Detalls PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 4 OF 4 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposal.s, arldressed to the CIty of Corpus Christi, Texas for: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2, the project consists of four c;ites; Site 1 i'" the upper channel section, Site 2 is the Oso Parkway channel 'rossing S i t(~ , j s he ower (~hannel sect ion and Site 4 is the inlet work on ,-1ansiofls Drive Base Bid A' includes Site 1, Base Bid 'B' includes Site 2 & 4, and Alternat. 1 includes ite Base Bid 'A' consists of re-grading approximately 998 ineal f"et of 40 foc,t wide flat bottom drainage channel with 1:1 side slopes, '3eedinq md removing an existinq concretl' spillway Base Bid 'B' consists of :onstlucr lng 3pproximdte l 208 LF of 8'x 4' precast concrete box culvert, 'ipprOXlmdtely 248 LF (f 24" Ind JO" RCP, storm water lnlets and manholes, concrete pavement [epair, asphcit pavement repair, curb and gutter and sidewalk replacement, Ind trafl c contra :,lternate 1 "onsists of re grading/constructing 1762 linear teet of ,+0 foot wide t lat OOLtom dr'ainage channel with 1:1 side slopes and seeding ogether ",i th a c appurt ,,,nances 'is shown on the plans and called for in the 3pec Lf Cd! ions and cOLtra( tocuments; ",ill bE' ,eceived at: t:l.e 01 [i<:e f the City Secretary January 18, 2006, and chen publicly opened and read, ime wi IJ be retur-ncd Inopened. until 2:00 p.m. on Wednesday, Any bid received after closing pre-DiG meet I ng i~; s 'hedu led for Tuesday, January 10, 2006 at 10 :00 A.M. The pre- uid meeting wil] be c,mducted by the City, and will convene at the City Hall. 3rd Floor Engineering Conference Room, 1201 Leopard Street, Corpus Christi. TX, and will include a site visit t, discuss the project ; bid bond in the amcmnt or ','~ of the hl ghest amount bid must accompany each proposaL Failure to urovJ.de the bid bond Will constitute a non-responsive proposal 'which wi] 1 not be considered Fai 1 ure to provide required performance and payment bonds tal ':ontcicU3 over $25,000 00 will result in forfeiture of the 5% bid bond to 'he City as lIquidated damages, Bidder's plan deposit is subject to mandatory 'orfeiture to Lhe City if bidding documents dre not returned to the City within two !,reeks f' eceipt of bi ds Plans, proposal forms, speci! icatlons and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/lOO Dollars ($50.00) as a guarantee )f their return in gocd condition within two weeks of bid date. Documents can be .lbtained by mall upon rece'pt of an additional ($10.00) which is a non-refundable postage/hcmdl i ng charg'c', -'he bidde! is hereby not if led that the owner has ascertained the wage rates which prevail ill the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the ContI actor sha] I pay not less than the ',oJage rates so shown for each craft or type of "laborer", <'workman", or "mechanic" employed on this project. fhe eitl I eserves the 'ight o accept t,he bi d which < in ind in the best lotere t of t<) reject any or al I bids, to waive irregularities and the City's opinion, seems most advantageous to the City the public, c~rTY OF CORPUS CHRISTI, TEXAS IS/ Angel R_ Escobar, P.E, Director of Engr. Services Is/ Armando Chapa Ci ty :~ecretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INS1JRANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage m the following amounts IS required: -~--_.._--_.. ~'--- TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE --~- --- -~-~-------- 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage ---- ..-----. Commercial General Liability including $2,000,000 COMBINED SINGLE LIMIT I Commercial Form 2 Premises - (lperations .1 Explosion and Collapse Hazard 4 Underground Hazard 5 Products! Completed Operations Hazard 6 Contractual Insurance I Broad Form Property Damage 8 Independent Contractors 9~ Personal Injury -, AUTOMOBn~E LlABILlTY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED _'__'~'d'_. WHICH COMPLIES WITH THE TEXAS WORKERSO WORKERS[ i COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS[] LIABILITY $100,000 ..--.. EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT '-,-- PROFESSIONAL POLLUTION L1ABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENT AI. IMPAIRMENT 0 lVERAGE - REQUIRED Not limited to sudden & accidental discharge; to include long- -X- NOT REQUIRED tern environmental impact for the disposal of contaminants BUILDERS[: RISK See Section B-6-ll and Supplemental Insurance Requirements .- REQUIRED -X- NOT REQUIRED ._--..... ~- INSTALLATION ROATER See Section B-6-11 and Supplemental Insurance Requirements - REQUIRED X NOT REQUIRED ----. -,-_..,- ..-...-....- Page 10f2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liabilitv coverage The name of the project must he. listed under "description of operations' on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thIrty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages, which are specIfied in section B 6-1 I or Special Provisions section of the contract. A completed "Disclosure of Intere$t" must be submitted with your proposal. f)hould you have any questions regarding insurance requirements, pLease contact the Contract Administrator at 880-3500. Page 2 oJ 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORE~ 's CO:.,PEl\SATION COVERAGe: FOR BUILDING O~ CCNSTRUCTION PROJECTS FOR GvVE?~~ENT ENTITIES ~xas law requi~~s tha: ~ost contr~ctors, subcc~tractors, and )the~5 9roviding work or serv~ces for a City building C~ construction prc~ec~ ~ust be covered by worKer's compensation insura~ce, authorized self :.. __s~rance, or.D appr:;ved worker' s compensa~':':::1 coverage :'igree~e!: c.. . ~ven if Texas law does ~ot require a contractor, subcontractor or others performing proJect services (including deliveries to the job site ~:: provide 1 of the 3 forms of worker's compensation coverage, t:he c::y will require such coverage for all individuals providing work _or ser': l.ces on trlis proj eeL at any time, including during the inai:-.:ec.ance guarancy :?er~oG. :-:otor carriers .....hich are required to _eg~s~~~ with the Texas Depar:~enc of Transportation under ~exas civil Sta~~~~s Article 6675c, and ~hich provide accidental insurance covera~e under Texas civil Stacutes Article 6675c, Secti.on 4(j) need lot =:-0'0' ide J.. of the 3 forms cf worker' s compensation coverage. ~he Contractor agrees ~~ comply with all applicable provisions )f Texas Administrati.'...e Code ~itle 28, Section 110.1.10, a copy of whict :~ attached :'ind deemed i~corporated into the project contract. Please ~ote that under section 110.110: certain language 7.ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors ana others providing services for the Project; the Contraccor _s requ~red to submit ~o the City certificates of c::Jverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Cont rac;:or the job site. By s~S~lng this Contract, the Contractor certifies that ~= will timely ,,:om::2.' ',j 1 th these Not ~ ce to Ccntractors liB" requirements. s required to post the required notice at NOTICE ~o CONTRACTORS - B (Revisea 1/13/981 paqe 1 of 7 8/7118 Title 23. L'iSt~A~-CE Part II. TEX--\S \"\'ORKERS' COl\lPENSA TION COylMISSIO~ Chapter llO. REQUIRED NOTICES OF COveRAGE Subchapter B. L\1PLOl:"ER NOTICES ~ 110.11 I] Reportin~ Reauirements for Building or Construction Projects for ~vernmeotal Entities (a) The toilowimr words and terms, when l,;sed in this rule. shall h~ve rhe following meanings unless the context cle~iv indicates otherwise- T e=ms not defined' in this ruie shall have rh~ meanin~ defined in . - the Texas Labor Code, if so de5ned. (1) Certui~~e or cove:c.ge (ce;:iiica,e I--\. CGpy of a cer-iiic~ue of :..::surance, :!. certificate of authority to seu-insure :ssued by the ~r:1IDissicc, or a workers' ccmpe:lSaticn coverage agreement (1WCC-81, TWCC-32, TIVCC-S3, or nVCC-S4), showing statutory workers' compensation insurance coverage for the person's or entiry's employees (inducing those subject to 2. coverage agreement) providing services on a project, for the duration of the project. (2) Building or consuuct;on-nas the m~.ing defined in the Texas Labor Code, S 406.096(e)(I). (3) Conrrac~or--A person bidding for or awarded a building or cO:lSuuction project by a governmentu enuty (4) Coverage-Workers' compensation insurance meeting Lhe statutory requirements of the Texas Labor Code, S 401.011(4-4). (5) Coverage agreement-A wrine~ ~gree~ent on fonn nVCC-S1, form TW~C-S2, form nVCC.S3, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parries for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one ofemployer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Durauon ofrhe project-Includes the time from the beginning orwork on the project until the work on the project has been compie~ed ~"1d accepted by the governmental entity. (7) Persons Foviding se,,(ic~s on L~e proje~ ("subcomractor" i....-: 9 406.096 ofrhe Act)-With the exception o( persons exduded under subsections (h) and (i) of this section, includes all persons o~ entities performing all or pan of the services the contractor has undertaken to perform on the proJe<7..., regardless of whether that pe;son conuac::ed directly with the contractor and regardless of whether that person has emolovees. Tbs inciudes but is not limited to inde~endent contractors, subcontractors. leasmg companies, 'm~tor c2I1iers, owner-operators, employees of any such entity, or employees of anY entity furrjshing persons ta penorm se~ces on the project. "Services" includes but is not li..."1ited - hUOII\l,'\.vw scsst2tetx.'..:,jtac.'2SI11JIIOfBI110 ] 10 html :IOTICE TO CONTRACTORS - - Revised 1/13/981 paQe 2 ot 1 8/7/98 Page 2 cr6 :0 D~ "-~::::. ::_'~llng, O~ J.e~'..e:ing eqUlp~e~t or ~::.:~:-::lis. cr ;r~\1ding labor, ~1<L'SpC;:2::Cn. or oth~:- ~e:-v:::~ :;:::::;::0 a proJec~.'S- e:Y1ces' does not G::::.::::e acm~~:e~ '.J:'"..:-eiated to the proje::. s;.;ch as rooe,::;e ~::'.:;~:encio[s. (~ce suopiy deLivenes, i:..-:::: C:~~iverY or ;::or...aole toilets. (8) P:c)e:-:-;.c:.c:udes L'Je crc''-1sion of all sefVlces r~::'.~eci to a b!.:iici.,g or cOnstruCT.lOn C0:::,acr for a gove:;,.;::e:::::..: e:1utv (b) PrC\~c:r.:; or causmg:o ce provided a certiiiCG:e of coverage pursuant to this rule is a represe:-::2:ic:: DV the lJ15ure~ :hat all employees cf:..~e insured W110 are prm;ding services en the proJe~ :.:-e c;::','ered by workers' compensation cover?ge, mat the coverage is based on prooer reponinr; of classification codes and payroll amour.~s. and that all coverage agreements r.a~e been filed with ~he 2:J;::ropnate insurance carrier or, in the case of a self-insured, with the commission's Division of Se:.:--L:s:.;r2..,ce Reguiatior~ ?roviding false or misj~ding cerr:ncares or coverage, or failing to prOV1Cle )[ r.:amram reqUITed c;Jverage, or failing to re?ort any c:-..ange that materially aife~..s the provision of coverage mav S"JDject the contractor or other person providing services on the project to admir.ist:-z::ve penalties, criminal penalties, civil pe::2.ities, or other ci'vil actions. (c) A go\er:'.;:::~:1tal emity t1:at enters into a buildi-:g or construC"""':QQ contract on a proje~ shall: ( I) inciuJe ir. t~e bid specuic.1t:.ons, all the provisior..s of parag:r-z;JD (7) of this subsection, l:sing the language re::JUired by paragraph (7) of this subsec:icu: (2) as pan of :.'1e conaacr. using the language reauired by paragraph (7) of this subsection, require the conmc:cr to perform as required in subsection (d) oftrus section; (3) obtai:: 2'-cn the contractor a certificate of covera~e for each person providing services on the project, ::rior to that person beginning work on the project; (4) obtain ire m the contractor a new certificate of coverage showing extension of coverage: (A) before ti:e end of the c-cr:-ent coverage period, if c..1e contrac::or's current certifiC:!te of coverage shows that the coverage per::od ends during the durauon of the project; and (B) no later u-..a.n seven days a..i:er the expiration oftbe coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration afme project; (5) retain certiiicates of coverage on file fo. the duration of the project and for three years the.eafter, (6) proviae a copy of the ce~ificates of coverage to the commission upon request and to any person entitle~~ ~(' them oy law' and (7) use the la;:~J.age ccntame8 ill the following Figure i for bid specIDcations and contraws. ~;~out any additlon2..i words or cnanges, except those required to accorrunodate the specific document Ul which the v ~~ contained or LO unpose stricter standards of doctl~entation: T28S 1 10 1 1 O( c )(7) tbl http//wwv. soss;:2.tetx.usildc.'::?S/11/1101B/110 IIOhtrrJ NOTICE TO CONTRACTCRS - 3 Revl.sed 1/13/981 PaQe 3 ot' 1 8/7/98 ..:1\( \ 0.110 r-age J or D :) A contractor shall. ,1) provide coverage fur its empicyees Foviciing services on a project, fc: L.~e duration of the project :: ased on proper- re?oning of class:,::c2.:.:on codes and pa)TOll amounts al':d E.:::g of any coverage 2.greemems; 2) provide a certificate of coverage snowing workers' compensation cove:-age to the governmental ~:1tiry prior to begin.ni:1g work on :be ?roject; (3) provide the governmental entir:;, F~orto the end of me coverage period. a new certificate of .:overage showing extension of ccverage, if the coverage period shown on the contractor's current :ertificate of coverage ends during tr.e duration of the project; . (4) obtain from each person providing services on a project, and provide to t~e governmental entity: fA) a certificate of coverage, prior to that person beginning work on the project, so the governmental ~:ltity will have on file certificates of coverage showing coverage for all persons providing services on ~-:e project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certiiicate 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~ governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered., and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both Engli~h and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUffiED WORKERS COMPENSA nON COVER.A..GE ~The law requires that each person working on this site or providing services related to this consttuction project must be covered by workers' compensation insurance. 1:-1s 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 sLaws as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive infonnation on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." :-:npJ/www.sos.state.txusltad281IIf110lBlllO.IIO.html HOTIe!: ':'0 CONTIU'.CTORS - B Revi~ed 1/13/98) Paqe ~ or 7 sn/98 'S T /'. C ., I 1 () '" Q,5""" -,- U.l U (8) cc;-:t:"ac:1;~ly req',;U"e e-:-:~ pe:-son \l."tn '.....r.cr:: :: conrraC:3 :: ;::-o\;cie sef\ices c:-: .! ;:roject to: (A) pro viae coverage basei on proper repon.i:4g or classification coces and payroil a.-::ounts and filimz of any co'..erage agree:::e:::.s for ::i: of i:s empioyees providL'1~ services en the proje~. for the duratio; of the :JrOle~; (B) pro\ide a certiiiC2...e 0: coverage to the cont:"2.ctor prior to that person be~g ';:,'ork on the proJec:: (C) induce in all conuac:;::, w pro...,ce services or: the proje~ :b.e language in subse::'"...icn (e)(3) oftms s ectl 0 n.: (0) proV1ce the contraC:c:-, prior :0 the end of ~e coverage pe~od.. a new certiiicz:e of coverage showing extension of coverage, U the coverage period shown on the current certificate of coverage ends during the duration oIme project; (E) obtam from each other yerson wi.ill whom:: contra~s. and p.:)Vide to the con::rac:or: (i) a certuScate of coverage, poor to the other ;;erson begirhn.i..TJg work on the projec:; :""ld (Ii) poor to the end of the coverage period. a new certificate of coverage showing eX!e~ion of the coverage period, if the ccverage period shown on the curre:::: certiiicate of coverage ends during the duration of the project; (F) retain all required cer:iiicates of coverage en file for the duration of me proje~ 2-"ld for one year there:ti1e:-: (G) notiiY the governmemal entity in writing by certified mail or personal delivery, v.ithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) conuacrually require e:lcn other person \Vith whom it comrac..s, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be pro\icied to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) proVlde coverage for its employees providing services on a project., for the duration afthe project based on proper reporting af classification codes and payroll amounts and filing of any coverage agree~ents; (2) proVlce a certificate of coverage as required by its contract to provide services en the project, prior to beginning work on the project; (3) have the following language III its contract to provide services on the project: "3y signing this contract or providing or causing to be provided a certificate of coverage, the person signing this coDtra~ IS representing to the governmental entity that all employees of the person signing this comrac: who will provide services on the project will be covereci by workers' compensation coverage http://\l.,-,,,-Wsos.state.rx,usJtaci281II1110/B/110.110.html NOTICE TO CONTRACTORS - B Revised 1/13/98) Paqe 5 ct 7 8n/98 1\.,1 for L.e c~,ation of L..~e project, that the c~';erage will be =~ed on proper reporting of classification codes and oayroll a:::ounts, and that all coverage agreeme:::s '.viiI be filed with the appropriate LI1Surz.:.ce czrrier or, ::: the case of a self-ir.surea. with tee commission's Division of Self-Insurance Rem.:iation. Provi<iiIU~ false or misleading i.~..formation may subject the contractor to administrative pe~ties. criminal Fe;a1ties. civil penalties. or other civil ac-ions. It (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 ceni.5c:ue of coverage, a new ceni:ficate showing extension of coverage, if the coverage period shown OIl ilie certificate or coverage ends during the duration of the proJe~; (5) obtain from eacn person providing se:-vices on a projea under contract to it, and provide as requrred by its contract: (A) a certificate of coverage; prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period. if the coverage period shown on the current certificate of coverage ends during the duration of the proj~; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the govern:nental entiry 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) contracrually 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 agre~mentS 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 beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsectio~ (0) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration cr the project; (E) obtain from each other person under c(:ntract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the 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 http://wwwsos.state.::x.usltad281II11101B1l10.110.html NOTICE TO CONTRACTORS - B Revised 1/13/981 Paqe , ot "7 an/98 . 'J L Q,~~ u VI 0 duration '::{ :~e conua~: (F) reLam ail reculfed ce;::.::~:es o{ coverage on file for the duration c{ ~he project and for one year there2ite:-: (G) notify tne governme::tal e::tiry ill writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contra~ally require ~ch ~e:son 'rVith 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 '"".hom they are providing services. (f) If any provision of this rule or Its application to any person or circu,,-nstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable (g) This ruie is applicable for building or construction contracts adve.......ised for bid by a governmental entity oc or after September 1, 1994. This rule is also applicable for those building or construction contracts emered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage require:nem m this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Aniele 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Surutes. Article 6675c, ~ 40). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, ~ 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, S 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, 9 1.20). This subseC".ion applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insw'ance policy or certificate of authority to self-insure that is delivered., issued for delivery, or renewed on or after January 1, 1996.w Source: The provisions of this 9 110.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://wwwsos.state.txusitacJ2SllL.lIOIBIlIO.110.html NOTICE ~o CONTRACTORS - B Revised 1/13/981 Paqe 7 of 7 8n/98 PART A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting eal ed pn;posa Ls wj 11 be r-ecei ved in conformity with the official advertisement nviting hids for the project Proposals will be received in the office of the City ;ecretary located on the first floor of City Hall, 1201 Leopard Street, until 2:00 .e .m., wednesday, Janu~~~ 2006. Proposa Is mailed should be addressed in the '; 1] owi no mannc r : ('it of Corpus Christi Cit~ Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN; BID PROPOSAL MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 pre-bid meeting i~, scheduled for Tuesday, January 10, 2006 at 10:00 A.M. The pre- id meet i ng wi 11 be conducted by the Ci ty, and wi 11 convene at the City Hall, 3rd Floor Engineering Conference Room, 1201 Leopard Street, Corpus Christi, TX, and will Delude a site visit to discuss the project No addit:l,?nal ~J:_ sE;pardte_vis~~ation~will_p~conducted by the City. A-2 Definitions and Abbreviations ;ection B 1 of the General Provisions will govern. A-3 Description of Project MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2, the project consists of four sites; Site 1 is the upper channel section, Site 2 is the Oso Parkway channel ,rossing, Site 3 is the lower channel section and Site 4 is the inlet work on Mansions Drive. Base Bid 'A' includes Site 1, Base Bid 'B' includes Site 2 & 4, and ,i.lternate 1 ine I udeE; S i tel. Base Bid 'A' consists of re-grading approximately 998 inear feet of 40 - foot wide flat -bottom drainage channel with 1: 1 side slopes, :eeding dnd removing an existing concrete spillway. Base Bid 'B' consists of onstruct ng approximately 208 LF of 8'x 4' precast concrete box culvert, clpproximately 248 LF of 24" and 30" RCP, storm water inlets and manholes, concrete pavement repair, asphalt pavement repair, curb and gutter and sidewalk replacement, lnd traft ic control. Idternate 1 consists of re-gradingjeonstrueting 1762 linear eet of 40 foot wide flat bottom drainage channel with 1:1 side slopes and seeding . ogether with all appurtenances as shown on the plans and called for in the <,pee j fica t ions dnd ':ont rac documents. A-4 Method of Award 'he bids will be evaluated based on the following order of priority, subject to the lvailabillty of funds; 1 Total Base Bid 'A' 2 Total Base Bid 'B' 3 Total Base Bid 'A' + Total Base Bid 'B' 4. Total Base Bid 'A' + Total Base Bid 'B' + Alternate No. 1 rhe City n0Y award Base Bid 'A' dnd Base Bid 'B' with or without Alternate ;eparate contractors and reserves the right to reject any or all bids, rregular J ties and tc acr:ept the bid which, in the City's opinion, ,dvantage()us to the City and in the best interest of the public. No.1, to to waive is most Section A - SP (Revised 9/18/00) Page 1 of 21 A-S Items to be Submitted with Proposal The following items ar~re~ired to be submitted with the proposal: 5% Bid Bond (Must reference Mary Carroll Channel Drainage Improvements Phase 2 as identified in the Proposal.) (A '~ashier'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 ':'0 minimi ze inconvenience to the general public and to minimize their exposure to langerous conditions, the contractor will be required to follow scheduling for "onstructLon and wi 11 be required to meet dead lines for completion of each item ,;hown below. The project has been divided into three parts. Time duration for -onstructlon is allocated for each item and if the work in that item is not complete as shown below, liquidated damages will be assessed for each day the work is ~elayed, A penalty in the amount of $ 500.00 per calendar day will be assessed 19ainst the contractor as liquidated damages, 'ompletio!l shall be based on satisfactory work, completed, in accordance with the ..jan_ spei'ifications, ;'lnd::ontract documents and accepted by the City. ;he working lime fOl cumpletion of the entire Project will be 270 Calendar Days. hach Base Bid Item and Alternate Item of the Project shall be completed within the umber:)f calendar day;;; allocated as described in the following; From Day One * Base Hid 'A- Si e 90 Calendar Days Base Bid '8' PLEASE NOTE: Site 2 & Site 4 (All Site 2 work must be completed between May 29 and July 29, 2006 to avoid conflict with school session) 90 Calendar Days Alternate No. 1 Si t.e 3 90 Calendar Days *From the st_art "f contract time as delineated by Notice To Proceed. EntJre project shall be completed within 270 Calendar Days Days Allocation for Rain rhe Contractor shall anticipate the following number of work days lost due to rain in determlning the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather ~ervice L; 0.50 inch Ol greater, No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the tatus of construction was such that there was an impact detrimental to the onstruct on schedule. anuary 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days ,\pri l 3 Days August 4 Days December 3 Days -his project is essent ally a construction contract for a period of 270 Calendar Days, as detailed elsewhere In the contract documents. Damages for exceeding the ! ota] t i.me al lotted shall be independent of damages assessed for each item, as jescr lbed above. lIfter Cant ract Award and pre-construction meeting 1S held, the Contractor shall Section A - SP (Revised 9/18/00) Page 2 of 21 ommence ,""ork within t~n (10) calendar days after receipt of written notice from the irector ~f EngineeriruJ ServIces or designee ("City Engineer") to proceed. 'or each ('alendar day chat any work remains incomplete after the time specified in he ContI Jct for completion of the work FOR EACH BASE BID ITEM AND ALTERNATE ITEM or lfte :;uch tlme per iou as extended pursuant to other provisions of this Contract, $500 per Calendar Day Nill be assessed against the Contractor as liquidated damages. Sa.1 d i iquidated damalJes are not imposed as a penalty but as an estimate of the jamage~3 'hat the City wi 1 sustain from del ay in completion of the work, which lamages DY thelI nature ale not capable of precise proof. The Director of ,ngineer ng Services ,';it) Enqineer) may withhold and deduct from monies otherwise me he i C!ntracto[ th.., amounr of liquidated damages due the City from the monthly pay est.imate A-7 Workers Compensation Insurance Coverage f the ('i)ntractor' s workers' compensation insurance coverage for its employees ,Jork i ng I'n the proj ec' is terminated or canceled for any reason, and replacement ..Jorkers'::ompensation Insurance coverage meeting the requirements of this Contract s not iIJ effect on the effective date of cancellation of the workers' compensation ,nsurance coverage to be replaced, then any Contractor employee not covered by the equ ired '.'IIorkers' compt;nsa t i on insurance coverage mus t not perform any work on the Project r'urthermore, tor each calendar day including and after the effective date of 'ermination or cancel ation of the Contractor' s workers r compensation insurance overage for its emp I oyees working on the Project until the date replacement -Jorkers' ,:ompensation insucance coverage, meeting the requirements of this Contract, SIn effect for thOSe Contractor employees, 1 iquidated damages will be assessed igainst and paid by th, Contractor at the highest daily rate elsewhere specified in his Contract. Such liquidated damages will accumulate without notice from the City c:ngineer '0 the Contractor and will be assessed and paid even if the permitted time :. ('Dmplf"e the Pro iec' has not expired_ n accordance with other requirements of this Contract, the Contractor shall not :,ermi t subcontractors or others to work on the Project unless all such individuals 'Jorking en the Project are covered by workers r compensation insurance and unless the equired documentati.on of "uch coverage has been provided to the Contractor and the i ty Engj neer_ ~~_ Fax.ed Proposals 'roposals faxed directly to the City will be considered non-responsive. Proposals 'nust contain original signatures and guaranty and be submitted in accordance with ection P 2 of the General Provisions. A-9 Acknowledgment of Addenda "'he ContI detor shall acknowledge receipt of all addenda received in the appropriate ~:pace provided in the proposal. Failure to do so will be interpreted as non- 'eceipt. Since addenda can have significant impact on the proposal, failure to lcknowledeje receipt, a nd a subsequent interpretation of non-receipt, could have an idverse effect when determining the lowest responsible bidder. A-IO Wage Rates (Revised/ls/aO) '~abor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. n case ot conflict, Contractor shall use higher wage rate. MI_nim~l'cevail in.9_~age ~c:al~s r'he Corpus Christi City Counc] 1 has determined the general prevailing minimum hourly ,Nage rate~; for Nueces '~'ounty, Texas as set out in Part C. The Contractor and any :ubcontractor must not pay less than the speci f led wage rates to all laborers, '/Jrkmen, lnd mechan i cs employed by them in the execution of the Contract. The 'ontractOl or subcontr,lctor shall forfeit sixty dollars ($60.00) per calendar day, Section A - SP (Revised 9/18/00) Page 3 of 21 L port ie"1 thereof, fOl each laborer, workman, or mechanic employed, if such person s paid l,~ss than the specIfied rates for the classification of work performed. The 'ontractc and each subcontractor must keep an accurate record showing the names and lass i f iC3.tions of all laborers. workmen. and mechanics employed by them in 0nnpctic'~ with the Project and showing the actual wages paid to each worker. he Coat: actor will nake bi-weekly certified payroll submittals to the City ..;nginecr The Cant cac Lor wi 1] also obtain copies of such certified payrolls from -i 11 Subco'ltract:ors and others working on the Project. These documents will also be ,;ubmi tted to the City Engineer bi -weekly, (See section for Minority/Minority Husiness Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) Jne and c'ne-half (11/ ) times t.he specified hourly wage must be paid for all hours worked ir excess uf 40 hours in anyone week and for all hours worked on Sundays or '!olidays (See SectLm H 1.1, Definition of Terms, and Section B-7-6, Working ;ourci. A-ll Cooperation with Public Agencies (Revised 7/5/00) rhe Contractor shall cooperate with all public and private agencies with facilities ,perating within the limits of the Project. The Contractor shall provide a forty- eight (48, hour notlce to dny applicable agency when work is anticipated to proceed fl the v cinity of any faeLl i ty 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 ;roup at l-800 828-'.,12 For the Contractor's convenience, the following telephone . umbers ace 1 isted: City Eng1.neer Project Engineer A/E Project Engineer, Randy Thompson Engineering Street Services Department Traffic Engineer Pol lce Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department Solid Waste Services American Electric Power Co. Southwestern Bell Telephone Co. Signal/Fiber Optic Locate Cablevision ACSI (Fiber Opti ) KMC (Fiber Optic) Cho.l ceCom (Fiber Opt ic) CAPROCK (Fiber Opticl Brooks Fiber Optic (MAN) A-12 Maintenance of Services 880..3500 880-3500 Thompson, P.E. 851-1032 fax: 854-6241 857-1940 880-3540 882-1911 857-1880 857-1818 885-6900 857 1881 880-3461 857-1970 299-4833 (693-9444 after hours) 881-2511 (1-800-824-4424 after hours) 857-1946 857-1960 857-5000 (857.5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972/753-4355 (880-3140 (880-3140 (885-6900 (880-3140 after after after after hours) hours) hours) hours} rhe Contractor shall take all precautions in protecting existing utilities, both 1bove and below ground The Drawings show as much information as can be reasonably ')btained from existing as-built drawings, base maps, utility records, etc. and from IS much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is he Contractor's sole and complete responsibility to locate such underground teatures ,;uff icient 1 y in advance of his operations to preclude damaging the existing 'dcilities If the Contractor encounters utility services along the line of this work, it 15 his responsibility to maintain the services in continuous operation at is own expense the eVent of damage to 'lOderground utilities, whether shown or not shown in the Section A - SP (Revised 9/18/00) Page 4 of 21 !'awlngs, the Contractr shaJ] make the necessary repairs to place the utilities )ck ir, s l!vic\" .~() 'on ;tru~:t the work as intended at no increase in the Contract I C'E' A \ i such tepai's must r:onform to the requirements of the company or agency "tat )wns the ut l ] it iei' !,nere ex.i" t ing sewer's .ire encounter'ed and are interfered with (i. e. broken, cut, c fJ >w must be md intained Sewage or other liquid must be handled by the ntldcLor either by (~mncctjon into other sewers or by temporary pumping to a dtlsfact"lY outlet, all wLth the approval of the City Engineer. Sewage or other qUid mu,...t not be pumped, baJled Ol~ flumed over the streets or ground surface, and mtractOl must pay for all fines and remediation that may result if sewage or other qUId contacts the s reets or ground surface. It is also the Contractor I s "spons lb. lity to make all necessary repairs, relocations and adjustments to the dtisfactlon of the Cit y Engineer at no increase in the Contract price. Materials .r repairs, adjustments 01 relocations of sewer service lines must be provided by ":e C:'ntr,('tor A~13 Area Access and Traffic Control ,;ufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconveni ence 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 V.iet weather. The ContI actor must maintain a stockpile on the Project site to meet . ne demand~; of inclement: weather, 'C]e Cont:ractor WIll be required to schedule his operations so as to cause minimum ,dverse impact on the accessibility of adjoining properties. This may include, but not limited to, wor kinq driveways in half widths, construction of temporary lImps, etc ~'he Contractor shall comply with the City of Corpus Christi I s Uniform Barricading ,c! andards and Pract ices as adopted by the City. Copies of this document are "JailabJe through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. Ail coots ~~ trZlffic contr~Zlrc conoidcred ouboidiZlry, thcrefore, no direct fl.:lymcnt'..'i 11 be -ffla6e.--8:> ContrZlctor. A..14 Construction Equipment Spillage and Tracking "he Contractor shall keep the adjoining streets free of tracked and/or spilled materi aIs 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. t reets and curb 1 Lne~; must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer ystem. No visible material that could be washed into the storm sewers is allowed remain on the Project site or adjoining streets. A-iS Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be f lIed with "c]ean" diet. "Clean" dirt is defined as dirt that is capable of r:roviding a good growtL of grass when applied with seed/sod and fertilizer. The d]rt must be free of debris, caliche, asphalt, concrete and any other material that oetracts from its appearance or hampers the growth of grass. Section A - SP (Revised 9/18/00) Page 5 of 21 \11 eXLSlJng concrete and asphalt within the limits of the Project must be removed ,nieSf; 01 herwise noten t,ll nece,;sary removal:; including but not limited to pipe, driveways, sidewalks, ~'t:c ar to be cons idered subs i diary to the bid item for "Street Excavation"; :here1or~, no direct payment will be made to the Cont,actor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other '~nwanted material becomes the property of the Contractor and must be removed from I:he site by the Contractor. The cost of all hauling is considered subsidiary; t-herefore. no direct payment wi1 l be made to the Contractor. A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field )ffice at the construction site. The field office must contain at least 120 square feet 01 useable space. The field office must be air-conditioned and heated and must ne 1urnished with an inclined table that measures at least 30" x 60" and two (2) '=hairs The Contractor shall move the field office on the site as required by the 'ity Englneer or hlS representative. The field office must be furnished with a '.elephonf (with 24 .hour per day answering service) and FAX machine paid for by the :ontractor. There is no separate pay item for the field office. A-IS Schedule and Sequence of Construction rhe Contractor shall submit to the City Engineer a work plan based only on calendar days This plan must detail the schedule of work and must be submitted to the City L~ngineer -it least three (3) working days prior to the pre-construction meeting. rhe plan must indicate the schedule of the following work items: Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre~'Constnlction Meeting an initial Construction Progress Schedule for review. Itell\.~_lnclud~: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first workday of each week. Submittal Dates: Indicate submittal dates required for all submittals. '-\ . Re-Submission: Revise and resubmit as required by the City Engineer. ~~~odicUpdate: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Project Layout and Control ['he drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a roject of this nature Major controls and one (1) or two (2) benchmarks, required for project layout, will De provided by the City or Consultant Project Engineer. rhe Contractor shall furnish all lines, slopes and measurements necessary for 'cmtroJ of the work Lt, during constructioJI, it is necessary to disturb or destroy a control point or benchmark, the Contractor :;haLl-pr'ovide -the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or l~~nsultant Project Englneer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as d ,esult of the Contractor's negligence will be estored oy the City or Consultant Project Engineer at the expense of the ';,nt.rilct.o Section A - SP (Revised 9/18/00) Page 6 of 21 f for Nhatever reason, LS necessary to deviate from proposed line and grade to ,>roper ly execUCe the Nor}, the Contractor shall obtain approval of the City or 'onsultant Project Englneer prior to deviation. If, in the opinion of the City or 'onsul t~ant proj ect Bng ineer, the required deviation would necessitate a revision to ,he drawlngs, the Contractor shall provide supporting measurements as required for he 'ity (lr Consultanl Pn,ject Engineer to revise the drawings. rhe Contractor shall t le III or reference all valves and manholes, both existing and proposed for the purpose of adjusting valves and manholes at the completion of the oaving ptocess. Also, the City or Consultant Project Engineer may require that the 'ontractor furnish a maximum of two (2) personnel for the purpose of assisting the fieasur Inq of the camp} eteC1 work The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: · All curb returns at point of tangency /point of circumference; · Curb and gutter flow line - both sides of street on a 200' interval; · Street crowns on a 200' interval and at all intersections. Wastewater: .-~rim/invcrt elcvations at manholes; .---Ald---interaccting -tines-in manholca; · Casing elcvatioRs (top of pipc and flm, linc) (TXDOT and RR pcrmi ta) . Wa--t;-eF+ · --Alel top of ,,<al vc bOJtea, · Valvc'..ault rim:3; · Calling ele,,-ationa (top of pij)e-and flo,., line) (TXDOT and RR permita) . Stormwater: All rim/invert elevations at manholes; · All intersecting lines in manholes; · Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A-20 Testing and Certification [, Ll tests required under this item must be done by a recognized testing laboratory ;elected by the City Engineer The cost of the laboratory testing will be borne by > he City - In the event that any test fai Is, that test must be done over after DrrectivE' measures have been taken, and the cost of retesting will be borne by the 'ontractOt and deducted from the payment to the Contractor. '[he Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs (NOT USED) 't'fle--8:ffiHactor---ffiti&E. furnish .J.nd inst.:lll t'.m (2-) Project signs .J.S indic.J.ted in AEtachment I. The signa muot~ installed before construction bcgino .:lnd \:ill be ~.J.ined throughout the--fl.F&j-eeE period by.the Contr.:lctor. The loc.:ltiono of the ;7i"Jfi5wi+l~--aN€-tffiincd in the field by~ City Engineer. Section A - SP (Revised 9/18/00) Page 7 of 21 A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) P<21 i c:.Y It IS the policy of the City of Corpus Christi that maximum opportunity is afforded minoritIes, women and Minority Business Enterprises to participate in r h(. performance of contracts awarded by the City of Corpus Christi in support if ;Zqual Employmentlpportuni ty goals and objectives of the Affirmative Action Pol icy Statement of the City dated October 1989, and any amendments thereto. Tn 3ccordance wIth such policy, the City has established goals, as stated nelein, both for minority and female participation by trade and for Minority Business Enterpl ;se Def lnitions d. Prime Contractor: assoc"iation or JOint City contract. AlJy person, firm, partnership, corporation, venture as herein provided which has been awarded a b. Subcontractor: AlJy named person, firm, partnership, corporation, associatio~or loint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing !Jnder contract with a prime contractor on a City contract. Mi~~r)J:Ll3usinessd~!!.~er12.~j~"~: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians. ALaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person (s) must collect ively own, operate and/or actively manage, anrl sl1are in payments from such an enterprise in the manner hereinaftel set forth 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (bl For an enterprise doing business as a partnership, at least 51 0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, at least 51 0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct: or indirect, to manage a business enterprise cests with a minority person(s) . 3. Sh~~e ..in~ayme~ts 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, commJssions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise d Min()rit:Y: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and control led by" a"-~m-a-n~partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporat i on at I east :) 1 0% of whose assets or interests in the corporate sha res are ,:>wTlpd by ODe or more VJomen. Section A - SP (Revised 9/18/00) Page 8 of 21 JOlnt Vent clre A Joint venture means an association of two or more persons-,p-~-\rtnerships, corporations, or any combination thereof, founded to carry (''1 a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cmnor. exceed the proportionate interest of the MBE as a member of the Joint venture in the work to be performed by the joint venture. For examplu, a joint venture whlch is to perform 50.0% of the contract work itse] and ,n which a minority joint venture partner has a 50.0% int.erest, hal L be deemed equiva lent to having minority participation in 25 0 %- of the ..,.ork. Minority members of the j oint venture must have either fiLanci al managerial, or technical skills in the work to be performed hy the joint venture Goals d. The goals Enterprises work force follows: for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on a 11 construction work for the Contract award are as Minority Participation Percent) 45 % Minority Business Enterprise Participation (Percent) 15 % 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 uni.form throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project tc project for the sole purpose of meeting the Contractor's percentdge is orohihited. Compliii_nce d. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer L The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female parricipation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NOT USED) Tfle-Contr~ctor Gh~ll ~Gsure the ~ppropri~te building inspections by the Building +nopection Divis-iBn-ttto Ehe- variou::> interv~ln of ',;ark for \,hich a permit is required dnd to -a-6ffi:H"'-e--a-- fin.:!l innpection Clfter the building io completed .:!nd reCldy for occupancy. ContractOF- fIlH&E- obt~in the Certificate of Occupancy, '.,hen ~pplica.ble. Feet ion-B-6-2 of the Cenera+--~ovi!Jion!J in hereby Clmended in thClt the ContrClctor ~- pay-a-llrees- -afid........chargeG:t-evied by the City 'tr-B-1:H.lding Innpection Department, Clnd all other .{?-i-ty 4-ees,- +Reluding '.Jater/'.;::u:;te',,'ater meter feen and tap fee 0 aD required by City. Section A - SP (Revised 9/18/00) Page 9 of 21 A-24 Surety Bonds l"aragraph two (2) of Sect .lon B 3 4 of the General Provisions is changed to read as tollows: "No surety will be accepted by the City from any Surety Company who is now in 'iefault or delinquent on any bonds or who has an interest in any litigation ,iga inst the City. AI! bonds must be issued by an approved Surety Company aut hor j zed to de bw; iness in the State of Texas. If performance and payment bonds are in an'l.mount in excess of ten percent (10%) of the Surety Company's ~apital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the oOltion of the bond amount that exceeds ten percent (10%) of the Surety !~ompany's capitdl aLd 3urplus with reinsurer(s) authorized to do business in the State of Texas. The dmount of the bond reinsured by any reinsurer may not exceed ten pelTent (l0%) of the reinsurer's capital and surplus. For purposes elf this section the amount of allowed capital and surplus will be verified t:h ough the Sta t:e Board of Insurance as of the date of the last annual stdtutory financial statement of the Surety Company or reinsurer authorized .'llld admi t ted to do bus i ness in the State of Texas. The Surety shall designate dn agent who i,; a resident of Nueces County, Texas. Each bond must be executed by thE Contr actor and the Surety. For contracts in excess of .';100,000 the bond must be executed by a Surety company that is certified by the United State" Secretary of the Treasury or must obtain reinsurance for any iability in excess of $100,000 from a reinsurer that is certified by the Un_, ted StaLes ,)ecretary of the Treasury and that meets all the above requirements The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) Cection B---6--~-~EJ{emptiBH-Provioion, ---i-s-- deleted in ito entirety ;:Ind the fa 11 owi-flEt Gubo t i -t:~-HT----1 ieu----ERe-FeBE--,- :::ontr;:Icto---fe.r~-evemeR-H;- t-&-re-a-l property ;:m;:Irded by the City of Corpua Chrioti do not qu;:Illfy foreJcempEiono of 8;:Ileo, Excioe, ;:Iud Uae T;:I)cea unleao the Contr;:Ictor clecto to oper;:Ite under ;:Ioep;:Ir;:Ited contract-;:Ia defined by Section 3.291 of Ch3ptcr h Tax Adminiot~-Bf---~i-He-34-,public Pin3nee of thc TC)(3a Adminiotr3tivc Codc, '~--RH-e<.3-B+,-~l-a-t--ieHS-tts may- be promulg.:ltcd by the Comptroller of Ptlb-l-i-e Aee~JETfc--'-r~as-=- If thc-Contr;:letoF--e--l-eet,s---t:&-Bper3te under 3 aep3r3tcd eontr3ct, he ohall: f~ ----Bbt-ai-R---t:-fieneeess-ar-ys--a+es t;:l)( permi to from the Etate Comptroller. :~~ --I~--i-fr -ERe- .::tpproprinte op.:lce on the "Ct.:ltement of M;:Iteri;:Ilo and Other Ch;:Irgeo" in Hte- propoo;:I} form the coot of lft;:Iteri;:Ilo phyaic;:Illy incorpor.:lted -int 0 the -P-Fojee-t: - PrOl ide recale certi f icateo - to cuppl~. 4.--- --Provide the -~ w-i-t:-ft copico of m;:Itcri;:Il- invoiceo to oubotanti3te the propooal ~e of matcrbal~. .t-f the Contractor doeG--fiet-- elect to epera-t:-e--Ufi€ler- ;:I Dep;:Ir;:Ited contr;:Ict, he muot P3Y for all Ca-les-,- ~-5e, ;:Ind UGe T;:I)(CO ;:Ipplic;:Ible to thiG proj ect. 8ubcontr.:lctoro .--d-Fe----e-l-l~-le---f.er c.:llen tax-exemptiono if the nubcontr.:wtor 3100 compI ieG -w-:i+fl-.ffie-- - abo'.T-~i-rcmento. -'Ffle-- Contr.:lctor mUDt inDue 3 reo;:Ilc ,:,ertific;:It-e--.E& the Dubcontraet:-eF-----afl4--t-A-e--5-Hbcontr;:Ictor, in turn, iOGueD ;:I reG;:Ile ee-ff-i-€-+eat.e--B3- h-i-s-- ~ Section A - SP (Revised 9/18/00) Page 10 of 21 A-26 Supplemental Insurance Requirements For eacrl insurance '~overage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: III the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice )f cancellation or material change to: 1 Name: Clty of Corpus Christi Engineering Services Department Attn' Contracts Administrator 2 Address: P.O. Box 9277 _..---- Corpus Christi, Texas 73469-9277 3 Number _ oL ci~~y~ adv~~~e.~~~~ic~: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the ~ont ractor sign the Cant ract documents, the Contractor shall provide the City ~ngineer with a certificate of insurance certifying that the Contractor provides worker I s compensation insurance coverage for all employees of the Contractor 'c~mployed on the Project described in the Contract. '-'or each insurance coverage provided in accordance with Section B-6-11 of the ,Jeneral Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional nsuied un Worker' s C()mpensa;~ ion coverage. Por contractual LiabilLty insurance coverage obtained in accordance with Section B- S-11 (a) of the General Provisions, the Contractor shall obtain an endorsement to this coverage stating: "Contractor agrees to indemnify, save harmless and defend the City, its agents, servants and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemn ity 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 Jndemnified hereunder." A-27 Responsibility for Damage Claims (NOT USED) !\lragraph-fa+--Ccncral Li;}bil i ty -4 8cction B 6 1~ -Yie--Ccncr;:ll l'rovioiono io 'tffiendcd-te- inc] ude. ,'ontractor muot pro'.'idc Inot.:1l1ation floater insurance coverage for the term of the Contract up to -ane-including 4=-he d.:lte the City fin.:llly .:lccepto the Project or ....ork. tnotallation flo.:lter COyer.:lgc must be an !llill Risk" form. Contr;}ctor ffitiot pay ;}ll '-'~ neceooary to proe~ouch inot.:lllation floater inourance coverage, including any deducE~ The City muot-be-named addit+Bflal-ifiS-l:H"cd on any policieo providing s~. .~afi€e--€BV€-t:.~ ~ Section A - SP (Revised 9/18/00) Page 11 of 21 A-28 Considerations for Contract Award and Execution :'0 aU ow the City 8ng Lneer to determine that the bidder is able to perform its )bligatioos under the proposed contract, then prior to award, the City Engineer may equ 'j U " bi dder to pr )vide documentation concerning: ..Jhc:ther any lien, have been filed against bidder for either failure to pay for ser1ices or materia]s supplied against any of its projects begun within the pn'cedi ng two (2 I years. The bidder shall specify the name and address of the parLy holding the lien, the amount of the lien, the basis for the lien claim, md the date of the release of the lien. If any such lien has not been r e: eased the bi cider shall state why the claim has not been paid; and ;"'hether t:here ar,e any outstanding unpaid claims against bidder for services or mat erials suppl ed which relate to any of its projects begun within the on'ceding two (2 I years. The bidder shall specify the name and address of the laimant, the amount of the claim, the basis for the claim, and an explanation wh:- the ,:t.aim ha:; net been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized uarty, specifying all :urrent assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, ;uperintendents and foremen who are careful and competent and acceptable to the City Engineer rhe criteria upon which the City Engineer makes this determination may include the rollowins' The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate re~jlrements. and City contract close-out procedures. The superintendent shall be present, on the job site. at all t~es that work is being performed. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the C it" DocumentaLion concerning these requirements will be reviewed by the City Engineer. rhe Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this :'ontract. If the Contractor fai 1 s to obtain prior written approval of the City F~ngineer concerning any subst itutions or replacements in its field administration t:aff for t.his Project during the term of the Contract, such a failure constitutes a '>lsis t omnul the Con'ract pursuant to Section B-7-13 of: the General Provisions. Section A - SP (Revised 9/18/00) Page 12 of 21 A-30 Amended "Consideration of Contract" Requirements Tnder "General Provisions and Requirements for Municipal Construction Contracts", C;ect ion B-3 -1 "Consideration of Contract", add the following text: Within i lve ('5i working days following the public opening and reading of the i_,roposals, the three 1,1) apparent lowest bidders (based on the Base Bid only) must submit tCl the City EngLneer the following information: A J ist of the ma or cornponenLs of the work_ .1\ ist of the pr oducts to be incorporated into the Project. A ;;chedule ot value" which specifies estimates of the cost for each major cornponent of the wor k_ " A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firrns that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substanttation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE' flrms meet the ~luidelines contained here in. Simi lar substantiation will be required if the Contractor lS an MBE. I f the responses do not clearly show that MBE pal ticipation w 11 meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in flct, been made to meet said requirements but that meeting such requirements Ls flot t'easonably possible. 6 A ] ist of subcontractors that, will be working contain more than one subcontractor for major Contractor has not completed his evaluation perform the work on the Project. This list may components of the work if the of which subcontractor will The City Engineel retaJns the right to approve all subcontractors that will perform work on :he Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In r.he event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract: pr i ce. Failure of the Contractor to comply with this provision consti tutes a basis upon which to annul the Contract pursuant to Sec~ion B 7 13 ot the General Provisions. A prelimtnary progress schedule indicating relationships between the major components of the wor-k _ The final progress schedule must be submitted to the Citv Engineer at the pre construction conference. R Documentation required pursuant to Special provision A-28 concerning "Considerations for Contract Award and Execution" and Special Provision A-29 concerning "Contractor's Fteld Administration Staff". 4~--- DocuFAent~t i on-a-s ~UiFe4-by. Speci~l proviGion I'. 35 K, if applicable. o Within five (5) days following bid opening, submit in letter form, information identifyincj type)f entity and state (j .e., Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contract,.- on behal f of said entity." Section A - SP (Revised 9/18/00) Page 13 of 21 A-31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts", ~ectlon B-8-5 "Policy on Extra Work and Change Orders", the present text is deleted Ind replaced with the following. Contractor acknowledges that the City has no obligation to pay for any extra ,"OJ k for whi ch a c:hange order has not been signed by the Director of 8ngineering Ser\ ices or his designee. The Contractor also acknowledges that th(-: City Engineer may authorize change orders which do not exceed $25,000.00. Th!' Contractor acknowledges that any change orders in an amount in excess of S2~.000.OO must dlso be approved by the City Council." A-32 Amended "Execution of Contract" Requirements fndex "General Provislons and Requirements for Municipal Construction Contracts", ;ect ion !l-3-5 "Execution of Contract", add the following: "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Cont.racts to the Contractor." A-33 Conditions of Work ~;ach bldder must fami liarize himself fully with the conditions relating to the completion of the project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to ~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 pr'ovisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the ':;eneral Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, Euch as the Texas Department of Transportation "Standard Specifications for Construction 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 c;pecificat ions, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A-c---..-Vin i tor j Contract~rient.:l tion ~~ performing 'omrh ~ any City '..'.:lter facility, the Contractor, hiD subcontractoro, .:lnd e.:lca of their employeeo'lRuot have on their pernon a valid card certifying their prior~ttendance at a Vioitor/Contractor Gatety Orientation Program .:cenductcd. by the City Water Department PerGonnel. 1', ViDitorjContractor Cafety '+rient;::ltion programw-i--l.l be offered by ~uthorized City Water Dcpartment peroonnel for thoDe peroano wfi&-do not ~ ouch a card, and '..'ho deoire to pcrform any ',:ark ,j thin afiY~ '.Jater taci I ity-,----F'&F. .:ldditional inform.:ltion refer to l\ttachment 1. P,-c--- - ~h)tion ~-i-E-y-Gwne4 Equi pment TB:e--Contractor oh;::lll-flE>~4:.,--eper.:lte, or Gtop .:lny pump, motor, 'J.:ll'Je, equipment, cw-i-t;.efl.-, -bn_'aker,--€6-nt=-Fo-fo,--oF--any--ether item rel.:lted to--e-ity '....:lter facility .:It any tffie--o----A+-l- stl€h-i-Ecems-ffil:l:s-t=--be-operatced by -aft oper.:ltor -Brother .:luthorized m.:linten.:lnce ,c~ye+~ ,....f4c..-fle-.8cl+y-*1Ee-F- ~Eme~ Section A .. SP (Revised 9/18/00) Page 14 of 21 ;"--u+eet'+eH e-f.. Wa te r . Qua 1 i t-y Tfie--8-i-E-y must delive-r-~1':--B-f---fHinlt:ing quality to itG cuotomero at ;:lll timeo. The ,C::ontr.:H.."tOr ohali:--~,e-et- the qU;:llity of the \l;:lter in the job oite and oh;:lll '~~--i~ werk---wH:k-t~-~y Water Department~B protect the qU;:llity of the '>h:>-tf' ,~. '-t-~--teHformi ty w+E-ft-AN&+.LN&F- Sto.md;:lrd M fld-+~E-i-a-l-s- -d-fl4 --€t-fuipment lioed in--E-fie.- repair, re;:looembly, tr;:lnoportation, ceinotal!ation, and in~Oft-B-E--pumpo, or-any other itemo, ',;hich could eome into €-Effl-Eae-f:--- w-:i:-tft-----petaMe--wateET-~ conform to Anteric;:ln N;:ltion;:ll Ctand;:lrdo rlts-t+tU-lo-t-/Nat-iBHa-l-- San It<:ltiBn-Found<:ltion (!\N8I/NCF) 8tand;:lrd 61 aD deocribed in the f::: t :mda ffi 8pe-ci fi-e-a-t i-eR-&-,- 8-Befl----ffiate-H-als--includc -aH--- solvento, cleanero, lubricanto, g;:lolccto, cORlpound:J,----€ea-toingo, or hydraulic equipment. TheDc itcma muot not be uoed L-hey- conform ',dth-ANS-l!N8F Ct<:lndard 61 ;:lndunleoo ouch itcmo are inopccted ~by authori~-&i-t~.immcdi.::ltcly prior to uoc. thrc;:ld unlcOD on the -rhe Contr;lctor-sfta-l-l-provlde the Engineer '.lith copieD of '.lritten proof of l\N8I/N8F ':::t;:lndaM--6-l- ~r-Bv-al-fe-F--a-l+-ma-toe--Fi-a-l-s-- ,...hieh could come into cont;:lct '.dth potable ./ate r-. ~ --H-anEl-H~--allii-- E+i-spesa+-.o-f- T-t=-as-h fld-+~, ~Fa-t-e4--by. the Contractor or hiD employceo, ;:lgento, or oubcontractoro, fffif&t- .be--cont.::lifl€4-a-t=-aH--tc-imco at the \later f;:lcility oite. Blmdng traoh '.;ill not be-al-l-ewed~he Contro.ctor ahal! kecp 'h'or]c-areao clc;:ln at all timeo ,:md remoye ;:lll t rash da4 1 y-, ;::ONTn.AC~.LS---GN--&f'FB--t'~ .....--- -L~tFa-eter-Ls--pe-l:Befiflel-~ ',lear colored uniform overallo other than orangc, b~-B-F- ',Jhite, ----Eaeft ~loyee uniform muot provide company name ;:lnd individu;:ll employec. HieH-E-ification-.- =~-- - -t:ontractor ohall. -previde telephoneD for Contr;:lctor peroonnel. PI;:lnt telephoneo lre not a'Jailabl-e--fB-F-.C~ractor ~ H-,----~cjdng hour:]-w4-1.1 be 7.00 A.H. to 5.00 P.M., P1ond;:ly thru Friday, f.-.---Bentractor --fflti-S€-Het=-~~facility reotroomo. Contractor lftUot provide HWft- s-afti-t.. apt- f a c i I j tie [J . ,h---~Contractor vchiclea muot be parked .:l.t dcoign.:l.ted oitc, 0.0 deoignated by G~~r Dep.:l.rtment ot.::lff. ^ll Contractor vehicleo muat be clcarly labeled \lith company nallle. No pri v,'lte .. employee vehiclea are allo'.led at O. N. Stevena Water Treo.tmentPlant. All peFSennel muot be in company vehicleo. During ....orking houro, r'ontractor.. elllployeeo muot--flei':----4-c.::lve the deoignated conotruction o.rea nor ,:ander through Cl~Hffi~ ethe-F-t-fl-aH-..fB-F- required \JOrk or ;:lO directed by City Water Dep.J.rtment personnel d~e-me-Rfefie-y-- eV.:l.cuation. {:Bffi~---E+H-a+i 14eat--iBfls. --- SCl\Dl'~ (SUPERVICORY CONTROL MID Dl\Tl\ l\..cQUICITION) MY .,Ior-k--EO the cO!TlfH*E-er baoed-ffiEffii toring and control nyatcm munt be performed only by qualifie&---techn:ical-iHHi-~v:ioory peroonnel, ;:lG determined by meeting the '-'1tra-l-i+i-e-atoifms--4~--9-- -be-lew" --4'hio '.:ork includeG, but iG not limited to, modificati~,~-tionG, cho.ngeD, Delectiono, furniGhing, inGto.lling, connecting, ~-amm-in'37 ~Dtomizi-R<:J-;-debugging, c.:l.libr;:lting, or placing in operation ;:lll ha-ffiwa-re--a.ooIETF SB-ft-wa!e-Sf'e€+f.ied or rcquH-cd by theDe opecificationo. rhe ContrdL~B-F--fris--sttb€ontYact-er' propooing to perform the 8Cl'J)."~ ".ork muot be able ''B- dcmon[J-f: Fa-t-e- -t-fle.--f-e-ll ew-i~.,. ~.HJ regul--a-F-l-y--cngaged-:i-n- the computer baDed monitoring and control ayatcrn f)-uoine:):] , ~ ;lpplied- -EB the municip;ll '...ater. o.nd \Jaotc-...ater induotr)'. -He--hd-s-per-ferme6 W&F~&-sys-tems--e-tcomparo.ble oizc, type, and complcxity .:lG Sect.ion A - SP (Revised 9/18/00) Page 15 of 21 rcqu ired - Ht-t'iiis- G€Httctu-e-t- BRat lC.:.Iot thrce - prior proj eeta. ~~--- u_ He- ha!J beeR C1cti 'Jcl) -engC1ged in t=fle-~ of '.;ork opecificd herein for .:.It leC10t .., YCC1r:J. 4-,--- -He cmployo a~is-tercd I'rofeooional Engineer, a Control 8YDtemo Bngineer, or lfr-~rical-~i-FteeF--tBn- supervioc B-F- perform the l.:ark rcquired by these ,; pe c i. fi€TttWFts, " --- - He- cmploys pcr:Jonnel-- Of}--t'fl..i.s- I'roj ect -wfte--fiav~ auceeaofully completed C1 1tamH-aetU~&-8"a~ . eBCff-5e -+fl-configuring ,:md implementing thc opecific 'omputcr::, RTU8' 0, aflEi.-seft'h'C1rcfH'opoaed for thcContr.:.Ict. . u..He- m.:lint.:lifiS-a-perma~ fully ot.:lffed C1nd equipped oervice f.J.cility '.dthin 400 mi les- of the -PrBj-ee-t-s-i--E-e~EB- m.:lint,:lin, rep.:lir, c.J.libr.:lte, .:lnd progr.:lm the sye€cm!J opecified here~ J.._ -.He- sba-l-l furnioh~ ,.'hieh i8 t~ product of one m.:lnufacturer to the m.J.)cimum pr.:lctical--e-x-E-entu.Where --this io not practical, .:lll equipment of .:l given type ,.,.i-!:-l ~Re-product -Bfc. one m.:lnuf.:lcturer. th--~er-~form.:lncc .:It thc 0_. N. Stevena W.:lter Tre.:ltlRent Pl.:lnt '.:ill be uDed in O:::'Jalu.:lting ",hich Contr.:lctor or subcontr.J.ctor progr;:IlRO the nel..r '..rorl( for thio Project. "f-.- .--'f.be Contr.:lctor oh.J.ll produce.-al-l--lilled out progr.J.mming blodw required to ';.hew. -t-fie.- progrJ.mming-as--needed ;:Ind requircd, to .:ldd theDe t..w ayotemo to the '~**,E~ City SC.'\Dl\ :J)'otcm, -l'.t tached is---un- cJ(;:Imple of thc required progr.J.mming olocJw which the Cit;.y- rcquircsto be fi lled- in ;:Ind given to the City Bngineer ,dth 'leU- ch,:l.llgeG m.:lde during the progr;:Imming ph;:Ioe. The .:ltt;:Iched Gheet io .:In eJC;:Imple .J.nd to not -intended to shm: .J.-PBf-the-requircdsfl.eet.e. The Contr.J.ctor '..rill pro7ide .:lll o~~*rfl1.Bek's- \~i-o --Tfenching - Requil-emefits AU--treft€hing for-tfl-is--pE&j eet .J.t- the O. 1'1 _. Stevena W.J.ter Tre.:ltlRent Pl.:lnt oh.J.ll be performed lining .J. bC1ekhoe-ef--hand digging due to the number of eJCiDting underground (~ti€t.:i€ffiS-..--Ne--E-Fefle~ m;lchines oh.:ll-l- be .:lllm.red on the proj ect. A-36 Other submittals (Revised 9/18/00) I. Shop Drawing SubDdttal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: d. Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b~ ~epr()ducibles: also submit one In addition to the required copies. the Contractor shall (1) reproducibJe transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal ~---_._----- Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number{s), and specification Section number, as appropriate, on each submittal form d. Contractor's Stamp: Contractor must apply Contractor's stamp. appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Sch_eduling. Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items f Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. V~..!ja~!:ons Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be Section A - SP (Revised 9/18/00) Page 16 of 21 detriment.II t successful performance of the completed work. n. ~ac~__Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as --,---~~. .,- -.- required by Clty Engineer and clearly identify all changes made since previous ,;,Ibm! ttd 1. Distribution: Contractor --- ---_._'--- to subcontractors and suppliers to promptly comply with prDvisions must distribute suppliers and report, through copies of reviewed submittals instruct subcontractors and 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 ,;e I ect ion. 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 Provisi,)ns and Requirements for Municipal Construction Contracts", )ection B-6-15 "Arrangement and Charge for Water Furnished by the City", add the followinCj. "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This Jncludes 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 nn 'he Project s te throughout construction." A-38 Worker I s Compensation Coverage for Building or Construction Projects for Government Entities '.he 1 equil ements of "Notice to Contractors 'B'" are incorporated by reference in the ipecial Provisions. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) T-.fle-iDcu;:!ncc of;:! ccrtificatc--ef--Bccupancy for improvcmcnta dOCD not conDtitutc f-ifla+ ;:!cccpt;:!ncc e4'--thc improvcmentD under Cencral Proviaion B 8 <J. A-40 Amendment to Section B-8-6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section fj 8-6 "Partial Estimates" is amended to provide that approximate estimates from Nhich partial payments will be calculated will not include the net invoice value of ,cceptable, non~perishable materials delivered to the Project worksite unless the ontractor provides the City Engineer with documents, satisfactory to the City ~:ngineer, that show that the material suppl ier has been paid for the materials elivered to the project worksite Section A - SP (Revised 9/18/00) Page 17 of 21 A-41 Ozone Advisory r-imIng and hot-mix paving operations must not be conducted on days for which an ')zone adv isory has been issued, except for repairs. The City Engineer will notify i'ontractor about ozone alert, I f 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 ndicated in the proposal. A-42 OSHA Rules & Regulations it is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules ~nd regulations while performing any and all City-related projects and or jobs. A-43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-21 "Indemnification and Hold Harmless", text is deleted in its entirety c1nd the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under The Contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agent:s, or consu I tants The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, atturneys, and agents from any and all damages, injury, or liability whatsoever from a negl igent 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) ;hould a change order(s) be required by the Engineer, the Contractor shall furnish he Engineer a complete breakdown as to all prices charged for work of the change 'H'der (uni t prices, hourly rates, sub-contractor' s costs and breakdowns, cost of materials and equipment, wage rates, etc.) This breakdown information shall be 3ubmitted 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 Horizontal and vertical dimensions due to substitutions/field changes. b Changes in equlpment and dimensions due to substitutions. C "Nameplate" data on all installed equipment. d Deletions, ~dditions. and changes to the scope of work. e Any othe t" (hanqes made Section A - SP {Revised 9/18/00} Page 18 of 21 A-46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, f'articularly high levels of chlorine, will be used for disinfection, and may exceed he permIssible I imiU; for discharge into wetlands or environmentally sensitive rea:--'. These are regu l.ated by numerous agencies such as TNRCC, EPA, etc. It will 'e the Contractor's re~;ponc?ibiljty to comply with the requirements of all regulatory ,gencies in the disposal of all water used in the project. The methods of disposal ;halJ be submitted to the City for approval. There shall be no separate pay for lisposal of highly chlorinated water. The Contractor shall not use the City'S anitary sewer system for ~isposal of contaminated water. A-47 Pre-Construction Exploratory Excavations ('1/5/00) ,'riot to any constructlon whatsoever on the project, the Contractor shall excavate lod expose all existing pipelines of the project that cross within twenty feet (20') f proposed pipelines of the project, and the Contractor shall survey the exact ertical and horizontal location of each crossing and potentially conflicting ipeline :'or existIng pipeline~; which parallel and are within ten feet (10') of proposed !' ipe! ines of the proj ect, the Contractor shall excavate and expose said exiting pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the iccurate horizontal and vertical locations of said parallel pipelines at 300 feet C maximum intervals he Contractor shall then prepare a report and submit it to the City for approval ndicating the Owner of pipelines excavated and surveyed, as well as the approximate tat ion thereof, distance to the pavement centerline and elevations of the top of xisting pipelines. rhe Contractor sha 11 perform no construct ion work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer1.nd Contractor has received Engineer I s approval of the eport. Exploratory excavations 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 eparate pay) for explnratory excavations, A-48 Overhead Electrical Wires (7!5/00) :'he 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 adequate safety is provided for all of his employees and operators of equipment dnd with regard to ensuring that no damage to existing overhead electrical wires or racilities occurs "'he Contractor shall coordinate his work with CP&L and inform CP&L of his ,'onstruction schedule with regard to said overhead lines. ~,ome overhead 1 ines may be shown in the construction plans, while others are not. t shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead Jines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", ':ection B-8-11 "Maintenance Guaranty", add the following: Section A - SP (Revised 9/18/00) Page 19 of 21 Th' Cont ractor guarantee lS a separate, additional remedy available to L,enefit t_he Clty of~:o!puS Christi. Neither the guarantee nor expiration of he guarantee per iod 'wi 11 operate to reduce, release, or relinquish any rights ()r remedies avai lable to the City of Corpus Christi for any claims or causes f 1:::t ion aqainst the Contractor or any other individual or entity. II ~-50 Video Documentation (NOT USED) illi-- part ~-~~€-E--rcquircmcnto, thc Contractor ohall pcrform tclcyiocd lnopcct iona of --a--l-+-Re'.{ G,:mi tar}' GC\lCr 1 inca inatallcd on thio proj cct. .".11 1 nopcctiona ohall. be IDa.dc'.i-R- accordancc ~ Standard Spccification Ccction 027610 "Tclcviocd Inopcction ,tf.--tB-ftEitt+t-sJ'.. A-51 Dewatering rhis item is considered subsidiary to the appropriate bid items or shall be neasured by the linear feet of trench where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to ;:.Jrovide a dry foundation for the proposed improvements. Storm water that enters in excavation can be pumped out as long as care is taken to minimize solids and .nud enter 1 ng the pump '3uct Ion and f low is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. :"n alternative to sheet flow is to pump storm water to an area where ponding .ccurs naturally without leaving the designated work area or by a manmade berm(s) ::-rior to ,,-'ntering the ,;torm water system. Sheet flow and ponding is to allow 'olids screening and/or settling prior to entering a storm water conduit or 'llet ,:;tnrm wate! elr 'jroundwater shall not be discharged to private property ., 1 thout permission. It is Lhe intent that Contractor discharge groundwater rimarily into the exi~;ting storm water system, provided that the quality of .Jroundwat(.r is equal to or better than the receiving stream, the Oso Bay ~ributary Testing of groundwater quality is to be performed by the City, at the :.ty's co"t, prior to ('ommencing discharge and shall be retested by the City, at he City' expense, a minimum of once a week. Contractor shall coordinate with he City, on all testing. Test will also be performed as each new area of "onstruct i on is started. Another option for disposal of groundwater by "ontractor would include pumping to the nearest sanitary sewer system. If llscharging to temporary holding tanks and trucking to a sanitary sewer or \oJastewat:er plant, the costs for t.hese operations shall be negotiated. Other qroundwater disposal alternatives or solutions may be approved by the Engineer on I case by case basis Prior to pumping groundwater from the trench to the sanitary sewer system, the 'ontractor shall contact Mark Shell 857.1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. (}roundwater flow can be estimated by boring a hole or excavating a short trench tnen record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Section A - SP (Revised 9/18/00) Page 20 of 21 SUBMITTAL TRANSMITTAL FORM PROJECT: Mary Carroll Channel Drainage Improvements Phase 2 )WNER City of Corpus Christi ENGINEER: Thompson Engineering I Maverick Engineering, Inc. 'ONTRACTOR: ~;UBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION ----- ..~-"",.- OR DRAWING SUBMITTAL Section A - SP Page 21 of 21 (Revised 9/18/00) PART C FEDERAL WAGE RATES AND REQUIREMENTS ;enera I Decision Numbec TX030039 06/13/2003 TX39 uperSf'dej Genera 1 De< ,sien No. TX020039 tate: 1'1: <AS 'onst ruct IOD Type: '{EAVY ounty! if'3) ,o'JUECES :;AN PATRICIO HEAVY CONSTRUCTION PROJECTS i_ncluding Sewer and Water Line 'oDstruct ion and Drainage Prujects) \'1odi f icat lon Number o Publlcatlon Date 06/13i)()03 jl"JNTY ( 1 es NlTECES SAN PATRfCJO IJTX20',2P, 12/01/1987 Rates Fringes I /illPENTER~ (Exc ludinq Furm Setting) $ 9.05 I :JNCRETE F fNISHER 7.56 ~ i ,ECTR reIAN 13.37 2.58 ;\BORERS: C:ommor: Utility 5.64 7.68 rOWER EQUIPMENT OPERATORS: Backhoe Motc,r Grader 9.21 8.72 W~LDERS Receive rate prescribed for craft performing cperation '0 which welding is incidental. llnlisted cLassifications needed for work not included within the scope of the classifications listed may be added after award only as provided In the labor standards contract clauses j CPR 5.', (a) (1) (i i) } . " the list Lng above, the "SU" designation means that rates I sted under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be p eva! Ii ng WAGE DETERMINATION APPEALS PROCESS Has there been an initial decision in the matter? This can f'; ,m eXJsting published wage determination I survey underlying a wage determination hup:! /www.wdoLgov/wdoVscafiles/davisbacon/TX39.dvb 12/9/2005 - -0- - ~. - . a Wage and Hour DivIsion letter setting forth a position on a wage determination matter · a conf(rmance (addit iona I classi fication and rate) ru ling )n survey related matt ers, Hli tial contact, including requests :or summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial rontact IS not satisfactory, then the process described in 2.) ~nd 1.) should be followed with regard to any other matter not yet ripe for the formal rocess described here, initial contact should be with the Branch f Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U S Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 ) ff the answer to the question in 1.) is yes, then an nterested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. i ) If the decision of the Administrator is not favorable, an nterested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D C. 20210 4 ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www . wdol. gOY /wdo l/scafi les/ da V isbacon/TX3 9. dvb 12/912005 o ;ta t e 1"" xas General )ecisLOn Number: rX030122 02/25/2005 TX122 ~on,; t t uc i on Types Heavy and Highway ~ountjes Nueces, San Patricia and Victoria Counties in Texas. fIIGHWAY :'ONSTRUCTION PROJECTS (exc luding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for ~ommercial navigation. bridges involving marine construction; ~nd othel major bridges) \/fod f cat ] on Number o 1 2 Publication Date 01/28/2005 02/18/2005 02/25/2005 SUTX200~ 007 11/09/2004 Asphalt Distributor Operator. $ Asphalt paving machJne operatorS Asphalt Raker. .$ Bulldozer operator. .$ Carpenter $ Concrete Finisher, Paving. $ Concrete Finisher, Structures. $ Concrete Rubber.. $ Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator. . . . . . $ FI agger ........ . $ Form Builder/Setter, Structures$ Form Setter, Paving & Curb. .$ Foundat ion Drill Operator, Truck Mounted. . Front End Loader Operator. . Laborer common.. Laborer, Utility. Mechanic. . . . Motor Grader OperatOI, Fine Grade. . Motor Grader Pipelayer. . . Roller Operator, Pneumatic, Se 1 f.. Propelled. Roller Operator, Steel Wheel, Flat Wheel/Tamping.. Roller Operator, Steel Wheel, Plant MJX Pavement.. Scraper Operator Servicer Structural Steel Worker. Truck driver, lowboy Float. Truck driver, Single Axl" Heavy. Truck d! lver, Single Axle Rates Fringes 12.42 11.57 9.36 10.90 10.71 12.18 11.16 10.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 7.17 11.47 9.65 0.00 0.00 0.00 0.00 ..$ .$ .$ .$ .$ 15.32 10.05 8.35 9.09 13.17 0.00 0.00 0.00 0.00 0.00 .$ 13.78 Operator, Rough...$ 15.00 .$ 9.00 0.00 0.00 0.00 .$ 8.57 0.00 .$ 8.57 0.00 $ $ 9.49 9.67 $ 10.75 .$ 14.00 .$ 14.15 0.00 0.00 0.00 0.00 o 00 $ 11.39 0.00 http://www.wdol.gov/wdol/scafiles/davisbaconlTXI22dvb 12/9/2005 LIght Truck Driver, Tandem IDle Semi-Trailer. Welder Work Zone Barricade Selvi~er $ 9.00 0.00 $ 9.39 .$ 18.00 $ 8.97 0.00 0.00 0.00 WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. --------------------- --------------.----------------------- ------------------ --- ------------------------------------ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 S (a) (1) (i )) ---- --.--------- [n the lIsting above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations Indicate unions whose rates have been determined to be prevai ling. WAGE DETERMINATION APPEALS PROCESS .) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling ,m survey related matters, in1 tial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program If the response from this initial ~ontact iE not satisfactory, then the process described in 2.) ind 3 ) should be followed With regard to any other matter not yet ripe for the formal process described here, inltial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wa':le and Hour Di 'Jisi on D.S Department of Labor 200 Constitution Avenue, N W Washington, DC 2 210 If the answer to tlv. qupst ion In 1. I S yes, then an http://www wdol.gov/wdollscafiles/davisbacon/TX 122.dvb 12/912005 Lnterestpd party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator See 29 FR Part 1.8 and 29 CFR Part 7). Write to: Wd":le and HOU1- .L-dminist calor o S. Department of Labor 200 Constitution Avenue, N \oJ. Washington, DC202JO The request should be accompanied by a full statement of the nterested party's position and by any information (wage payment data, project description, area practice material, ~tc ) that the requestor considers relevant to the issue. .1 If the decision of the Administrator is not favorable, an )nterest~d party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 i.1 All decisions by the Administrative Review Board are final. -------~------~-----------------_._-_. --------------------- ----------------------------------- -------------------- END OF GENERAL DECISION hllp ://www.wdoLgov/wdollscafiles/davisbaconJTX122.dvb 12/912005 A G R E E MEN T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ H 1 S i\GREEMENT s entered into this 31ST day of JANUARY, 2006, by ar1 between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, ac Lng -he ug i's du author zed City Manager, termed in the Cc tract 'ocuments a "ity," and Garrett Construction Company termed 1 r the or t rac': L'C' u]lient is'' ntractcr," upon these terms, performable 1r Nueces ::ounty, T'e:,as: ;n c nsidera::Lo a .'1E: paymert )f $879,943.90 by City and other d igaUor s of Ci+y a~3 SEt jt herein, Contractor will construct and ccmpletE t-' . er~aln lmp ovenents jescribed as follows: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 - PROJECT NO. 2253 (TOTAL BASE BID A + BASE BID B + ALT.BID #1: $879,943.90) ae orcJing to the a tached Plans anc Specifications in a good and we kman i ><:e manner . or t e prlces and condi tions set out 1n their at' ached bid propo~'1l s IIPP] Y Lng at the i r expense such materials, E'J'V1CeS, labur and insu'~ar e as recuired by the attached Contract [( urn en t s, i n c 1 u d i 'I 9 0 v e c see 1 the en lre lob. The Contract Documents 11 lude trlis Agreeme'lt, tr.e bid proposal and instructions, plans and sr:,c~ci f ica1 lons, i'1C uding all ma p s , plats, blueprints, and other 01 ~wlngs, the Perfcrma c~ and Payment bonds, addenda, and related ce uments all :,f vrn h cmst i te the ontract ~or this project and are ITCi;e ,e: pa here t. Agreement Page::' f 2 _:(:It{~N:l't..~..~ -~~{IB;l.1~- :F.nI-ilt.1*.ltJa. ~l.~~lJn~~'J-J1k' 01 i U2eti5 11 5'3 3S182535?1 ENGINEERING MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 BASE BID 'A' STORM WATER DRAINAGE IMPROVEMENTS IV I II III I BID \ QTY 6< DESCRIPTION ITI'H UNIT ! '- ONIT PRICE IN FIG11P.E9 I' Mcbl1izationl Demobl1ization, comp1ete in place, t per Lurnu SUm ----f-. =-==- i 2 I 9ge I Channe~ Excavat ien i 40 -Ft, " i LF II Wide Flat.-Bo~tom), comp),ete in ~t-- ,P"C~ p.' L,n." Foot , ) I ~t:ov. Exi,ting Cann.te , I' SY \ Spi D.way, complete per Square Yard --t- 4 ! 213 i S;( 1 $ J,.S/332.75 LS t $ 11Q. 7D $ [,)..1D 5" Concrete Apron wit.h 30" Toewall, comp~ete \D place, per square 'lard $ 5Lt.3S 1712 Seeding for Eroeion Control, complete in place, per square 'lard s 5.50 TOTAL BASE BID 'A' (Items 1 through 5) : ll.~I SED PROPOSAL FORM I'AG~ J O. 11 -. PAGE e7l15 V BID ITEM EXTENSION (QT~ X UNIT PRICE IN FIGURES) $ ?:3, 3 ~'). .1& $ 11Cf/'5'1D.lJ,O $ ?-, D (pc,. /0 I $ 11,51(,.55 $ g)t.} I {,. 00 $ 'L25,1~.OO Mdendum No 1 Attachrrnlnt No. 2 Page S of 11 _~(~~l'~J:" - F.liiiU;il'..[IIII:1illlm:1:';_~'iE"I'lJ~l~.I(.TIli;r;;pr.j..r.Ti1Ill"JIII!l"M' 35182S35Dl ENGINEERING Elll 1 r: 2ElElb 11 59 BASE BID 'B' STORM W~TER DRAINAGE IMPROVEMENTS , Remove Existloa Concrete R1p- II Rap, complete in place, : per:- Squdre Yard ------+- I i Remove Existlng Bridge Rail i and pedestrian Rail, complete [ in place per ,Linear Foot 1----- ,-- ------ ------- I j 0 I Remove ano Pl ug EXl sting 27" LF I R,C. pipe, complete 1n place, t I per Linear Foot !~---' --+--:='------- i _ ~ 26 Remove and Replace Existing e" I LF Waterline, complete in place, per Linear foot I' 18" Cru9hed L.i.fT1el3tOT.H;~ Flexible Base (Type A, Grade 11, I complete in place, per Square Yard , --f----,-- lS I ~oo I Geogrid complete in place, S\' I per Sg'..l<lre Yard. ______ ___L____,___________ II : ! 8ID ! I rTlSM I T .- l I ~ ~ 1- B 9 r- I ~ i_ 0 1.1 I r-2 :1 i ! >1, II III QTY " UNIT DS9CRHTION i T I I I _~ Mob1.11za._~on: Demob!.l ization, LS complete ~n plac:e, per Lump_ Sum -- ---- --- 263 \ Remove Existing Pavement and Sy I Header Curb, co:nplete in ! place, per Square Yard - -----+-- I Ii Remove Exist ing Concret.e Sldew~lk, complete ~n place, per Square Yard ---+------- -- 86 Sy FA Remove ExistLng Ccncrete , wing'.-JalJ., complete in place, I I per ~ach ! ._------ 292 Sy , T 205 LF 500 SY UVISI!:D PROP06A.L FORM PM! 4 Of 11 ! IV UNlT P~ICE IN FIGURES $ :~1,11d..'% $ 4360 s IQ.30 $ 1,3 g3. ~S" $ 2(".00 s ID. va --- $ 1.,7.30 s 1;2 (, . 5S s t./3. (P5 $ 4-. lR5 ..--: ~.,. PAGE 08/15 V BID ITEM EXTE~SION (QTY X UNIT PRICE IN FIGUR!:S) $ 3~111?.'t>S $ II) '1<./0.$0 s I) (g5Q.80 s 5, 53$ .'10 s ~ Sq').,()O s ;l., I 3:1. . 00 $ fo13.00 s 3,::1/1D .EO $ ~/J ~;;'5.0D I $ J, 3;2.5.00 Addendum No 1 Attachmeht NO.2 paga 4 of 11 -.:.@!!;U'~.~:- lffiJlI;jt'.{lj'I;jI{I1l,'t:',' , ~.I.'J~JtL~a~.~tltlllJl' - elll 2BB5 11 59 JE,182535tll ENGINEERING PAGE 09/15 --.'.-----r. --- _.- . I , I! n! :IV V - , I BID ITEM EXTENSION BID QTY &. UNIT PRIC8 (QTY X UNI'I' PRJ:CB: DESCRIPTION lTEM UNIT I IN FIGTJRBS IN FIGURES) , ! b 50 _j"" Di. RCF (Cl." IU) , I I r- comPlete. ln place, $~ S ~~. DO per Line_ar Foot --.-r-'-"'- U"_ ____.~._ _.~- 7 19'_~i' ReF (el", [III" Lc complete in place, S~. 10 $ \L-},011.W per Linear Foot I - I i _ I ?r~ca8t Concrete Box Culvert I 5 I 20~ ! (S'X 1': (d Fill Ht.j, t LF~ete in place, I $ F)F{) 1.0 $~ per: Linear Foot -~-- I ! I ~ 9 " 5' Standard Curb Inlet, Y-,~. 00 ~ I $ -LJ.]EL5D E'f., I complete in plOlce, per Each $ ~- ---t-----+-----..- 0 , .' , 5' Inlet Extension, complete <&Y1. ~ f I I \ I III g .f 00 EA ir. place, per Each $ $ i -+-- i I I ~ 21 5' Dia. Concrete Storm iqa t e r I 2 I EA v'anhole comp'lete in place, ll\'~' 10 1-t,2tPg.W I i per Each $ $ ~ -.-t---- I -~-_._.._.._- i 22 ,,,____~ir EXi.'ing Concrete Storm I ,~ Water Manhole, complete in 0\))r'). C1 0 ~~1.cIO i u_ place, per ~ump Sum S S ~ i ._~_...- ....-..--.... . 23 1 Adjust Existing Manhole to SA Finish Grade, complete in s~ 0'63 ~n liJ~o ro place, per Each $ --+-- -" 24 234 Pavement Repair (3" Aspha It) , I sy complete in place, 6Z-w LI1. j?J5<5 .W I per Square 1<1ra, S I ..--...-------- 2S pavemen r. Repair (9 " ReinE, I 245 Concrete) , complete ln place, i sLII<11o.15 Sy $ ~"3 :3S" per Square 'i a:r:d -----......-.-----..-..- ----_.~ -".. -_._--_.~.- ---.-------.. ,-- i 26 150 18" Select Hater,i.al Backf ill, Sy complet~ 1n place 2:7- -ol'3'~ 00 per ~are Yard $ (f) $ - .~.- - -"-------.- ---.- ..- - --- - )~ -'70 ~ " Concrete Sidewalk, complete l;V5 $ ~ 1"?fS" . ~O ~ , F 11'1 place, per ::;quat:'E! Foot $ " - ---+ -- 28 134 Concrete Header Curb I Type i LF 'A') , complG:te .i.n place, 11-.16 $~ per Linear Foot $ i ._--1..--____ - RXVISXD PROPOs.o.L fORM ~AGB 5 OF 11 Addendum No 1 Attachment No 2 Page 5011t "'~~~lr.L~:l.-W. -f.w1H.~J.IIll:1ltII~' ifiJI.i:ri oU'l1__ct 1 Ii....:} .;.:lI or.m:iRmitfol,R!I.';I ,1-1:11.1' ~ll ., fjl/l~/20eb 11 5'3 351B2535Dl ENGINEERING PAGE 10/15 - T V 1 II III i IV T PRI CJ: BID ITEM EXTEN!:jION BID on & UNIT (OTX X UNIT P~ICE DE9CRIPTION ::TEM WIT IN FIGtntBS IN FrGtTR.ES) I 1 9 291 5" Concrete ~pt'on with 30" G'{ 'T.'oewall , complete in place, (01.30 /G1,5~L{.'3D per Square Yard $ $ " i --+---- .-.-...-..- I i l c ! Flared \0, ~ngvlc.ll cOMplete in 1'1, 05W.IO 3(01 zzLJ-. 40 ! i t ,c. ; place, rer Each $ $ i i , , - --...- r , Ii 1 Abandon 1n Place 27'1 ~ r IK.20 04-&.00 0 J"(."-..., Ii I Pipe complet.e Linear Foot I S $ ,j per I I i I " ---,--- _..____--1......-,_._.._..___...,.__- .--.--- I-- I I :2 Connect New 241\ R. C. Pipe to , , EXlsting Curb Inlet, complete 4W. '7() '-f30 .1D Fr>. in place, per Each $ $ " ,~ ---....-- --. -~ -'-~ l 3 1 Repalr ;::;<18t.' 1.19 Curb Inlet, ft~ I. :y; &tel. 35 ~. complete in p).ace, per' Each S $ .....t... i i -. I 34 Trench .Safety for storm Water 352 condui t. complete in place, 11.G10 420(0. LfD f '"F I:er Linear Foot S $ -t-._- --.--....----.- ] 5 :..6 Pavement TrsfLc Button, complete in place J 2.116 WZ. tfo , SA per Each S $ i - .-. -' -- )6 Steel hpe Pedestrian Rail "72 (Type PR1) , complete in place, <tZ .20 .. '!""I 6 qzz.oo ~. per Linear Foot $ $ I' I ! ~._. ~-~._'- 37 ii4 Bridge Rail (!ype ,.301) , ~..JF complete in place, ~.o; CS,50'7. 1-0 [ per Linear Fooe $ $ -_..------~ 38 64 combination Rail (Type Cl 01) , LF complete ln place, fu. DC) 5,500. 7~ II per Linear Foot $ $ ~ ~ ,-. - . -- r--- -- --- ,._-~ --- --_._--_.-.~----- , ,. 3 ~ l13 i t1etal Beam Guard fence, ii i complete in place, 'Zo . '20 2, ~'6<l. 'VS !i '~1;" j per LiMor FOot S I S ~ ! --...-..-.- -. -.--.----- -- --'--_-::_-,..._-_._-,_._~--~..~.__.._- , I 40 4 MBGf TeL~inal Connector, s~ 12, LeSf'J.ZD i ~l_~~mplet~ ir, place, per Each $ r I I I 41 ~ i Traffic Control, complete ln to, \'ltJ10 I :5 i place, Der Lump Sum $ $ -IO, \ Lfi. '10 i. ..__~__ ._1:--. I\gVrSi:D PROPOSAL fORM PAG~ ~ Of 11 Addendum No 1 Attachment No.2 Page S 01 " ~ll[:I..iit;~~ F.1i1lI~ 1!B:,1;!;lj ~i'J1['l._<t.lllJ{;ti.o.c;m::tiiIN,*~J'l' - ~, fll'S/2€HJb 115'3 35182535d ENGli'iEERING PAGE 11/15 r I I II I III IV V ~-- EID PRICE BID I'1'ZK EXTENSION QTY &. DESCRIPTION UNIT (Q'I'Y X WIT PRICE :TEM I WIT IN' FIGURES IN FIGURES) I ~ i t I ; n 1 Survey c1onurnent, complete in i $-' 1JQ~.W l,bu5.'10 i ~~A place, per Each $ I -- ~' I r - - -- I i i ~3 _ J 2 Sit t fence for Storm Water l LF Polluti on Prevention, complete 045 '6DO.40 i ir. place, per Linear~ $ $ l_--J--._... - ! I 44 ! sOdding for Erosion control, - complete in place, V~.OO S~,OW. 00 i 3"f Square Yard S , per . ~---_.-+--._-- --- ---- I I i!.!! i , \ Field Ot:fic:e \ ... \ EJI. per Eaclj, $~O 5loCj6. 'iD i - I $ L~ TOTAL BASE BID 'B' (Items 6 through 44a) $ 3fu/'S~.00 RItVISIZO ~ROPOS^[, FOR:-I PAGE 7 OF 11 Addendum NQ 1 Attachment No.2 Page 70/11 ..: {;l1l{;.l!!13l'__ ~ t ,. f.l"ia~~1':f'\; ~'1~~l!lJ~.~i~.iiITii"'I']J.t{.lUI!llli.l' -- 51 . b/25eS L, 5'3 3518253501 ENGINEERING PAGE 12/15 ALTERNATE :SID 1 STORM WATER DRAINAGE IMPROVEMENTS L I II I i QTY I BID I &c , ITEM I UNIT , , i 45 , , " , III IV V BID ITgM BXTENSION (QTY X crNIT PRICE IN FIGURES) DESCRIPTION UNIT PRICB IN FrGURE5 , LS L-t-- , I Mobil~2ationl Demobilization, complete In place, per Lump Sum $ 18133S,gO s ~8) 33S".BO 4'7 1762 Channel Excavation (40-Ft, LF I WIde Flat-Bottom), complete In __~lac~per ,Linear Foot 1 \' Survey Monument, complete 1n EA place, per Each I I seeding fox ErOSlon Control. I complete in p:Lace, I per Square Yard s J3:2.~5 $ :1.33JO'J.Lt.5b 46 \--+..- i I j-:,-t : I' e s /, "q3. 35 $ h ;1.'13..35 679 SY $ 7.').5 $ LJ, '1 ;J.;),. 15 TOTAL ALTERNATE BID 1 (It~g 45 through 48): $ ~fJ '7) 5~". t./D SUMMARY ii " ;1 , i Ii BASE BID 'A' ~ ~_.,- ..--.--- l! DESCRIPTION TOT-'L COST $ ~ :25, 795.00 Ii BASE BID 'B' s 38G,) 58)..50 ;~._.._~.__.._.------_..- H ~ lU.TERNATB BID 1 iJ L I s I ').[,7,51". c.fO BAS X BID 'A' ~ BASE BID '8' $ B' + ALTSRNATB BID 1 $ (;51./) Isa. qo . R:i:Vrss:o P1tOPOS^L FORM PJl.Gi 8 OF 11 Ajdendum "0 1 Attachment No.2 Page 8 of 11 'I'he (Jntr-3ctc, If, 111 C "mIne "l e "Jerk tJithin te:1 (10) calendar days from ca e they receive wr tten wo~k order and will complete same within 270 CALENDAR DAYS FOR THE ENTIRE PROJECT, after construction is begun. ~r ulo::::c tracc:or dc~fa Jl T, "ntracto may be liable for liquidated ca~ages as set forth i~ the ~ ntract Documents. '=:ity 'Nill pai C:mtra ~t r in current funds for performance of the (( trac+ n a ceo rd" neE itJ i t the Contract Documents as the work 1= ."gresse.c: . ;;igned H 40acs at orpus (hri sti, Texas on the date shown at lve. ATTEST : "~ ,'- . V~~- Ci-y Secretary CITY OF CORPUS CHRISTI ~ By: \~~'\L..,,-~ Ronald F. Massey, Asst. Ci M r. of Public Works and Utilities or {Ob By: ~Ass By: I/;e .f:. .,,/1<./ -p.p~ Ang~ . Escobar, P.E. Di~ctor of Engineering Services CONTRACTOR AT~: (If Corporation) .----, "'-::......-- -L', ,-( '--. Garrett Construction Company By: ~~~ "" e: <, ' , l--,-_L ~_ (No~lf p....oa Signing 'or co~"ion is not pr~sicitnt, at~ 9qpy of author~zat1on to sign) FM 2725 & GARRETT ROAD/ P.O.BOX 1028 (Address) INGLESIDE, TX 78362 (City) (State) (Zip) 361/643-7575 * 361/776-3993 (Phcne) (Fax) ,) 'i ~ltv (2."1 AUTH~&a.. I.J - ....~ 10 - , ! ' i . , .; I Ll~ 8'f ~Il__.l..._.._ _ Agreement Page 2 (f 2 -h-?' -.....-..-.----..... ~,. ..........,.....'-- ('Ir.""'-"r.....:"lt., -,- '" " /, ~-- ~~~~. F.Ti1!II r:1t' ..l' !I r:1a {IB;l;!.:." ~"l!lJ-.-no\"Il.:.tii.~l.!lJ.a!I.'Jtil!..till}' -wi Ell 1 h/2El0b 11 5'3 35182535211 ENGINEERING PAGE El5/15 ? R 0 P 0 S A L FOR M FOR MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 DEPARTMENT OF ENGINEERING SERVICSS CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL fORM PAC;F. 1 OF 11 Addendum No 1 Attachment No 2 Paoe 1 of 11 .:(;l!('lil~XJ F.TiWIL'1t',Ntl:3 ( IJl;1.--~;; ~Uo!lI']J~'tlllJl3i.'r.JjBIirr;i~la!t';'II'Elll' 01 Ih/20Dh 11 59 3E.182535011 ENGINEERING PAGE 01',/15 PRO pas A L Place; Date: JANUARY 18, 2006 Proposal of GARRETT CONSTRUCTION COMPANY a Corporat ion organi zed and existing under the laws of the State of TEXAS OR a Partnership or Individual doing business as TO: The city of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and llater lals, too 18, and necessary equipment, and to perform the work cequired for: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 at the locations set out by the plans and specifications and in strict accordance wlth the contract documents for the following prices, to-wit: REVISEO PROPOSAL FORM I'AGJ:: 2 or 11 Addendum No 1 Attachment No. 2 Page 2 0111 .~{;OOn~,.~I: F.Iiil~.~'; ~l.ll_ M';l...:"\ii.~~1!lJ.a!illi1l!tlJ.-" ~ ""'f,I 01/1 2eeS 1159 3S182f:,35'L ENGINEERING PAGE 07/15 MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 BASE BID 'A' <r 1 i v I I n III IV I r ! \ BID ITEM EXTl!:NSION 1 BID QTY &. DESCRIPTION UNIT PRICE (Q'l''i X UNIT P~ICE ITZH UNIT IN FIGURES IN FIGURES) I I l l t~ob1lization/ Demob1lization, - com;J~ete in place, i :'5 ~SJ3g2.75 ~I 3~').,1f, per ~',) S\l~ $ $ i ~-,-_..- ,- - -- -- - I STORM WATER DRAINAGE IMPROVEMENTS ~3 Sy aticn : ""O-Ft, tom) , :o:TIpJ.ete in 11Q.7D I1Cfi '5'10. &0 near Foot S $ ng Concrete plete per ~uare S (,~.1D s ?-, D foC,. 10 -- P:::-011 with 30" lete \11 place, S Lf. 35 11)5'7(,.55 rd $ $ roelon Control. lace, ___.J.s 5.5D CJ) t./ I (,. 00 rd $ , I Channel Excav W1de F:at-Bot ! olace I per Li I' ' \'- I Re1i'OVe Z:<i5ti \ SpiJ.lw.3Y. CDm ~~ S" Con:::rete A. Toewall, comp per: ~quare 'fa 1712 jj~eeding for E SY complete 1n p per Square Ya -.. ------.' LF 2 ;196 213 SY TOTAL BASE EID 'A' (Items 1 through 5) $ 1...25, 1~.(JO Jl,~VISeD PROPOSAL FORM ~AG<: ) Of 11 ^ddendum No 1 ^tlach~nt No. 2 Page S of 11 1I;{~i:~,"-- -F.TiiiII~.{ilII;1llUA;!,1.:.' ._~'iifl'i['ll~j~'JIJ;HjjlJoU.I!l1I!I.'.lUJ!l'lLi' .~ .. 011 ~ 2ee~ 11:53 351825358. ENGINEERING PAGE 08/15 BASE BID 'B' STORM WATER DRAINAGE IMPROVEMENTS '7 T II III ! IV V i ! UNIT PRI CE BID ITEM EX'1'ElIiSION BID QTY " I DESCRH'TION (QTY X WIT PRICE " ITBM UNIT \ IN FIGURES IN FIGUR!:S) I I ~~MOb'I,""on Onmobi);'ation, ! , LS complete in pla~e. .~1.1/~.~ 3~111?. ~S per ~ Sum S $ _u ----- "- - --~- ~- -- -- l 263 Remove EX16Cl:lg pavemenC and S..,- I Head~r Curb. co;nplete in 4360 II ) Y<10.$O place, per Sauare Yard S $ ----...-..- - -~ ---. --_.,-_.._-~.~.'..-- _.._--~~ , ! 86 Remove ExiGt1.ng Concre:t.e ~ S'{ Sidewill}-. complete In place, Iq.30 I ) (P$q.80 per ~quare Yard S S - -.-- ---.-.--....-..- I -I ~ Remove ExiiOting Concrete EA. wingwa.ll complete in place. /, 3 g3.~S- 5,53$ .'10 per Each $ $ I - : ..---.--"'- , 0 2 92 Remove Existing Con:rete Rip- S'f Rap, cor.,plete in place, \ 2(,.00 ~ Sq;;.,oo ! per: Square Yard I S $ ~---i I - -\ ~ I Remove E:<istlng Bridge Rail ~ 2 D 5 I i I and Pedestrian Rai 1. complet.e ID. <-In ;J., /3;),.00 iF I , in placE', per .Linear Foot S $ I , I_-~ -- r----- I -_. --.----. _._-_.~_.__. ----....----.- lj ~ '2 I Remove dnd Plug EXisting 27" i' 'n , ,~ ; LF R.C. pi'Pe. complete 1n place. ~1-3o to73.00 i per Linear Foot ~ $ I '>- . ----t.---- i ._- ~_._-----~ : _3 :'6 Remove and Replace Existing B" L.: Waterline, complete in place. /;21,.55 3,J./1D -30 Linear Foot S $ I i per ---'--- i i I 1 1 :'4 18 " CruOlhed L,i,rne a tone Flexible 500 i Base (Type A. Grade 1) Sy ! complete in place, ~/) ~;1.5.00 1 ~~r ~ar:e Yard ~ L/3. (,,5 $ i ; i I :, '. DO I Geogrid com?lete in place. if. (p5 J, 3;;2.5. DO \ ,c: ':r' D~r ~ar:e Yard I S $ ! ..___ ... _~._l~_____ ___ - ----~-- R!VI9!D PROPOS.I>.L ~ORM p.:>.m: 4 Of 1 \ Addendum No 1 Atl3chment NO.2 pagoa 4 of 11 i: ('cf~'lil'iJIillJ:~ 8l/1~ 2eeb Ll:~9 BID ITEM I Ir--'-~--- I 'It" t ' L 9 I o 1 22 ,3 24 25 t- 6 ~ ~ , r--- I 27 28 -~..{lll~,I!1l-~I. ~i_~"I'Jl"""~.JL=:li~~~~_~'Il1J.J';_ll~r 3E,1825 350 i ENGINEERING II II! QTY ;;; U1<IIT DESCRIPTION s: 24" D1a. Rep (Class _ ccmpl~te in place, UC ' , per Linear Feot --+ ' 130' C'ia, Rep (Class complece in ~la~e, per ~ar foot IU) J I II) , 2C8 tF ?r~ca8t Concrete Box Culvert (8 'xl') (<2 ",-11 Ht:: ), ccm?lete in pla~e. per Linear Foot E; 5 Standard Curb Inlet, complete in clace, per Each 5' Inle~ Extension, complete EA in place per Each I 5' Dla, :oncrete Stocm \1ater EA I Vanhole com?lete in place. ! per ~ach '--t------.- i I \ I LS Repalr Existing Concrete Storm Water Manhole, complete in place, per ~ump Sum Adjust Existing Manhole to Finish Grade, complete in place, per Each --t-----.,-- I ! I I I FA :: 34 Pavement Repair (3" Asphalt), complete in ?lace, per Square Yard Sy 245 Pavement ReDair (9" ReinE. r:Y concrete) ,=omplete In place, per Squa~Yad 15:-1~~'sele:-H~-~:;~al ~ack~~-~~: c;Y I complete in place, [er Square 'iard --0 ~' C::mc:et<2 511e'",allc complete r;F ,r r1arr', per ~at;"e_ Foot - -- -- ----- :54 Concrete Header Curb (Type 'A'l. complRte ~~ place, per Linear Foot LJ.t' RllVISllD PROPOS~L FOR,'" PAGi' S OF 11 s F)VV 10 $ ~ \ 4 :5Ll-'-J. toO s~ $ Y-,3SC1.00 $ ~'31. ~ $ \ ling .loO IV UNIT PRICE IN FIGtJRBS $ JJfLllO- s~1. \0 $ II \'~, 10 s C1 <Xt1. C1 0 s I o~3 <60 62- '60 .~~ 11'3'35 -_...---------- I $ 2:2- '(J. ") $ V\t5 $ [.z..)f5 ~ PAGE Ei'3/15 V SID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) s ~~@). on $ It-\))11.W $ 412tPg:W $ ~ ~'1.C1 D s GJ~o 1<0 $ 12,%'5.1-0 sLJ1Ctrlo.15 $ 'oI3?U 00 $~ $~ Addendum No 1 Attachmenl No, 2 Page 501 11 .,~{~~i:u. -F.mll~..ffiIl:2~'; ~-gJ.m~~i~!i!~lt&I!!JjJl.tJU' " vl!l~ 2005 11:59 3518253501 ENGINEERING PAGE 10/15 BID ITEM II III aTY .. UN!T DESCRIPTION r- 9 ,q 5" Con'"'' "pron with 30" I S', \"oe",all. complete ~n place. l ~--tper sq\,Ja(~~ard _ i~~- -~ - ~,~ : ;i~~:d ~~;g~~;~ comr;lete 1n I __- i 1 ~ I Abandon _TI Peace 27' F..e. L ___~~-1~~~-=rl=-~er ::near Foot '1 I I L t ! ! L $ Sto O~ _~_____. - I ---f s~1o~ S~ Connect ~Jew 24" R.C. ?lpe to Existing Curb Inlet, complete FA in place per ~ach } ---t:P~" EXi'~~~ ::b Inlet. _t___E~:~Plecp in pJace, per' Each I ' i Trench Safety for Storm Water ! Conduit complete in place, per !-inear ~~ 2 .. '\~') - ~- :.F 37 Bridge Rail (r.ype TJ.O:1.) , complete in place. per Linear Foot ,,'I , ~ i--,t" 38 combina=ion Rail (Type C101) , complete 10 place, per Linear Foo~ 64 LF J ;; Metal beam Cuard fence, comple~e in place, , per Linear Foot -- t---. --------- --..' .; ! MBGF Te rmir.al Connector r SA . complete i~ place, per Each ~__L__- - I : Traffi:: cor,trol, complete lD L~__l~.:~per Lump Sum 3 -_l" 40 4 1 REVI SI;;D PROPOSAL ~ORM PAGe: ~ 0, 11 IV V BID ITEM EXTEN~ION (QTX X UNIT P~ICE I~ FIG~!:S) WIT PRICZ IN FIGURES $ (.01. ~D $ Iq,5~Y.'3D , s q,05l.o,10 $ ~(Ol ZZLf.40 $ IK.2D $ FJl.j&.OO $ 4'lJJ. '70 $ 4-30.1D s ~~I, y; $ fUl.35 s 11.C10 $ 4Z0(o. Lf{) $ ~.o=; $ S/5tO'7. 'lo $ 51 5 Of"} . 7--<.l s 2, t-?s<t . /V; $ IZJRS'l. ZD $ tOI \1/510 $-.10, \ 7.fJ. '10 Adder.dum No 1 Attachment No.2 Page 601" /IIk:.{~l'~!. JiliB{......[II'I"{I~.' , fi&.i1f.'i. IIJJ.........~.l.J(:.i.'Il~~iijr;aI~..]:.! -1'; Itl' ulilb 2BBb il 53 35132S35f1l EHGINEE,~lNG r I I II , "-,.. I I BID QTY &. : -:-'rEM i UNIT I III DESCRIPTION ,:2 \ survey ~lonurr.ent, complete in FA I place, per ~acr. I >- -.- ------t--. -- - -.----- ,] ~]2 silt Fence for Storm Water ,--F ' Pollution Prevent.ion, complete in place, p~r ~inear_~ r-:- ..48 IL i I - _ i Sodding for 8rosion control, ~~'-l'; co~plete in place - . per ~are Yard _.' -_.~.,.- -.--.----. I Field Office pe:r: E<lC~ 1 EA TOTAL BASE BID 'B' (Items 6 through 44a) RIl:VISlIO >'ROPOS^L ~o,,~ PP.GE 7 or 11 IV crNIT PRICE IN FIG'URICS I $ 1,'LtQCJ.'lL) I i I $ 345 I \ s ''Ll tQ .00 $~O !JliB/IIlL. -- - PAGE 11/15 V BID ITXM EXTENSION (QTY X ~IT PRICE IN FIGURES) $ \ I buS . 'I 0 $ ~O.4D $_I,DW. DO $ 5Joct6. '7D II I I $ 3~/5u.00 Addendum No , Attachment NO.2 paoe 7 of " 1Il:.{~~.} - F.Ti1t (...~ltl:JlllR=E'~'l ~~I!H~.1"J(;liJll!ilffi.~~1111~).' ~ ~ BlilS/20eb 1159 30182535D1 ENGINEERING PAGE 12/15 ALTERNATE BID 1 STORM WATER DRAINAGE IMPROVEMENTS 1 I i II HI i BID I QTY 5< I I "EM \ UN"" DESCR'P"O. '\- ! 45 Mobil~zat~o~1 Demobilization, -, I ::"5 I' complete )."(', place, I per Lump sum r--' +--.---y--- -- - ------ i I 4"1 i ~ i survey Mo:;ument I \ EA. I~ pla.ce I per Each --t----+-- -- 48 \ complete ~n IV V UNI'!' PRICE BID ITSM BXTENSION (QTY X UNIT PRICE IN FrGURES IN FIGURES) $ 19, 335. gO s ~gJ 33~.Bo I , \ $ ;J. 33J O"J. t.J. . 5D s 13:2. ~5 $ I, ~q3.35 $ J) ~3..3S 4 Ii l'762 iF I C:-,annel Exc,,-vation (40-Ft I Wide F~at -Bottom), complete i;-, 'place, per Linear Foot I -----t--^-.- ....--.- '-+- 679 Sy Seeding fOe Erosion Control. complete in place, per ~uare Yard $ ,. 'J. S $ L//t;J.J. IS _.j TOTAL ALTERNATE BID 1 (Items 45 through 4B): $ , ~ '7, 5'7 , . 4D SUMMARY DESCRIPTION I \ $ ----- \ ' ! TOT.r>.L COST \ I , n 'I II Ii BASE BID 'A' !i i~~- II :BASE BID 'B' :~--- .------- Ii II ALTERN.I\TB BID 1 " iL______.._._,._,_._.-....__--.--.-.~ ;( :25,195.00 38G,) 58~. 50 i S '). c,YJ , 5'7 ~. <10 i' BASE BID 'A' + BAS!: BID 'B' ~:g~-,"~:--'L~.m=~ \ BASE BIJ 'B' + ALTERNATE BID 1 L_ __ -------- ___1$_-- 1./'13,8&/.cfo $ &5 L/ I IS8. qO . J RJ;:V I 8 a:o r::l.OPOSAL rOR~1 PAGE 6 OF 1, AJdlll'1dum ~o , Attachment No, 2 ?aoe 8 at 11 l~t::.[~rl~iiI!.t...- ~1;Jt'..(Ililill1tJl."!;1:.!X ~"1~I'll~.:tillIL:.:J.~iJL~~tJI!ll~ltl~l.l.r - I! e1/l~ 2BB5 11:hj 35182535B1 ENGINEERING PAGE 13/15 The undersigned hereby declares ~hat he has visited the site and has carefully examinea the Elans, specifications and contract documents yelatlng to the work coverea by his bid or bids, that he agrees to d9 the IJc'rk, and chat no representations made by the City aTe in any sense' a warranty but are mere estlmates for the guidance of the contractor. Jpon notification of award of contract, we will within ten (10) :alendar days execute the formal contract and will deliver a Performance B~nd (as reguired) for the faithful performance of this contract and a Pavrnent Bond (as required) to insure pa}~ent for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest a~ount cici, is to become the property of the City of Corpus Christi in the event the contract ani bonds are not executed within ~e time above set (;:yrth as liquidated jamage9 for the delay and additional work caused t ~lereby Minority/Minority. Business Enterprise Participation: The 2~parent low bldder shall, wlthin tive days of receipt of bids, sucmit to 1-.._ he C:i ty Engineer, in wri t. ing, the names and adaresses of MBE firms r.3.rticipating in the contract and a description of the work to be ~orformed ana its dollar value Eor bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds 11 be p~epared in net less than four CQunterp3.rt (original signed) sets. Time of Completion: The undersigned agrees to complete the work lthln 270 calendar days for the entire project from the date designated ty a Work Order, Each Base Eid Item and Additive Alternate Item of the project shall be completed within the number of calendar days allocated as iescribed in the following: From nay one ... Base 3i~ 'B' Slt~ 2 & Sl~e 4 PLZA38 NOTE: (All site ~ work ~U9t be J~ and July )9, ~006 Behool BlllilJion) 90 Calendar Days calenda, Daye B,se Bi 'A' s ~ te 90 Calendar Days A:~l:rn1:~.'~ No S~te 3 *Prom the start of contract time as delineated by Notice To proceed, The undersigned further declares that he will provide all necessa~ :ools and apparacus, do all the work and furnish all materials and do everything required :0 carry out the above mentioned work covered by. this proposal, in strict. accordance with the contract documents and the ~equirement9 pertainlng thereto, for the sum or sums above set forth. :,umber) RecelRt o~ _ __Jk-l- the following addenda i8 acknowledged ( addenda ---------_...__...~----~.._------ SE,),L :r BIDDER IS CP, Name: By: d :orpor.ati8n PI.dcires8 : IGNATURE) P.o. BOX 1028 (F.O. Box) INGLES IDE , TX (Street) 78362 (Cicy) (State) Telephone: (361) 643-7575 (Zip) NOTB: Do ~ot detach b~d {rom otr,~r. papers, F: 1 in ..ith ink ,,~,d F.l1.'bmJt complet0 w:th ar.tached pap~rs, (Revised AU3ua~ ,000) IIE:VISEO PROPOS"" I'Oit'1 PACE 9 0. :\ Addendum No 1 Attachment No.2 Page 9 of 11 PERFORMANCE BON D STATE OF TEXAS ~ BOND NO. 2171794 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Garret Construction Company of SAN PATRICIO County, Texas, r.ereinafter called "Principal", and INSURANCE COMPANY OF THE ~'lEST * a cc :porati n organizer under the laws of the State of CALIFORNIA , ar duly authorized 0.-10 business in the State of Texas, hereinafter C2 led "Surety", an hele and firmly bound unto the City of Corpus CY ist i, municipal ccrp)rat~on of Nueces County, Texas, hereinafter ca.led tIC ty", in the penal sum of EIGHT HUNDRED SEVENTY-NINE THOUSAND, NINE HUNDRED FORTY-THREE AND 90/100 ($879,943.90) DOLLARS, lawful money of the United States, to be paId in Nueces County, Texas, for the payment c: wh Ch3 um 'tie 11 ar::l t nu 1 y t () be made we bind ourselves, our heirs, executors, adminis-rators 3nd successo s, jointly and severally, firmly b~ these rreser'ts: THE CONDITION OF pI ncipal entered i tc Ch isti, dated the 31ST at-achea and made a cart THIS OBLIGATION IS SUCH THAT: Whereas, the a cer:ain contract wi th the City of Corpus of JANUARY , 20~, a copy of which is hereto hereof, for the construction of: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 - PROJECT NO. 2253 (TOTAL BASE BID A + BASE BID B + ALT.BID #1: $879,943.90) NOW, THEREFORE, f he prHJcipal snaIl faithfully perform said work ire accordance witt'. t he plans, specifications and contract documents, in "1uding any changes, extensl ns, or guaranties, and if the principal sn 11 repair and/ol~ eplace all defects due to faulty materials and/or wet Kmanship that appear ithin a period of one (1) year from the date of cc'r:pletior and accertar ce r improvements by the City, then this ob'igation shall be void; ltherwise to remain in full force and effect. PROVIDED FURTHER, t a ve ue shal lie in NU'~ce ) any legal action be filed on this bond, tv, Texas. And tnat said Sliretv for alue received hereby stipulates that no change, extens~on f time, alteration or addition to the terms of the C<)I' tract, or to t e work performed thereunder, or the plans, specificat.ons, drawings, et accompanying the same shall in anywise a~ ect its obllgatJor on this bond, and it does hereby waive notice of an such clange, ex ter) s l n f t me, a 1 te ra t ion or addition to the terms OC -he cm' ract, )1 t e \-JO: k to be performed thereunder. * UJDEPENDENCE: CASUALTY & ;URLTY (Y "E'I Clrrnan'._~e Hond ::age t- his boncj . i Vi} 1.5 lVEn ,=:tatu' es 0' L meet the requirements of Article 5160, ~exas, and other applicable statutes of the \. no c '. te ot exas. The lndersigned agent lS hereby designated by the Surety herein as tr Agent Resident ir Nueces County to whom any requisite notices may be oE.ivered and on whom service of process may be had in matters arising (: of s..ch suretY:::<'1ip, as provided by Art. 7.19-1, Vernon's Texas 1 r surance C:ode ~ IN WITNESS WHEREOF, t~li:3 instrumerlt is executed ell of' whJch shall bp deemed 3n original, this the cEBRUARY ____, I]~ 1n ~ copies, each 15TH day of PRINCIPAL C-AfLU-11 O/I/t;1. Cv, By: &t~~ (//-' J - 6-Ail/t &-7 1 :Prlnt Name & Tltle) ATTEST I \ , -;> l.,---<- :Secretary \.. t t~ \ ~, Prlnt Name) -') . .J /vL~" ,) \-/{ \ L .e- . SURETY LNSURANCE COMPANY OF THE WEST INDEPENDENCE CASUALTY & SURETY CO. /_____ -Lj'A ./~7 2. Y :, z/.a / y (. Cl./": 7'n / // ,r?U Attorn~~~in-fact ~1ARY ELLEN MOORE ! P.c l n t N am e " :~&'~~e~~~ o;x'::o~:::trs7n Nueces County, Texas, fot~7.J.ivery oi' Agency: Sv-lANTNEF & C;ORDON INSURANCE AGENCY Contact Person: MAR~ ELLEN MOORE Address: F.O. BOX 870 CORPUS CHRISTI, TEXAS 7840:3 Phone Number: 361-883-1711 (N: r'E: Dace f Pertcrma,ce Bon: !TlI c;t 11 ! be pl u. :J date of :"ontract) (F"'''lised q /0 Per~ormance Bond ['age PAY MEN T BON D BOND NO. 2171794 STATE OF TEXAS 5 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Garrett Construction Company of San Patricio County, <as, her-einafter c1l1ed "Principal", and INSURANCE COMPANY OF THE v7EST * cl orpora ion orqani ed under the la1."'s of the State of CALIFORNIA ari dul! 3uthorized to ,::10 bJsi ness In the State of Texas, hereinafter (;,1 led "SJret\l", ar h.:::ld a ci firmly bound unto the City of Corpus C 1S t i, Cl mur,i c ipa 0 rpera' i on of N ueces County, Texas, hereinafter r' led "e ty", and ntc cJ 1 persons, firms and corporations supplying 'lDor ano materials It prose ution )f the work referred to in the d~ 'aoned ~:ontract, _n tr.e penal sum of EIGHT HUNDRED SEVENTY-NINE THOUSAND, NINE HUDNRED FORTY-THREE AND 90/100 ($879,943.90) DOLLARS, ~,jV'ifu morley of the Jni ed States, to be paid in Nueces County, Texas, f t e payment f wr 2..C1' S lmvJP 1 and t cu 1 Y to be made we bind ourselves, () ne2..L;, execete s, c:drrlln strator.3 and successors, jointly and ~;, eralLy, firm1! by thesE pre:3ents: THE CONDITION OF P' cnclpal entered ilto C: v ist i! lated the 31ST Cl: - a c h e d 'm d mad e a ) a r- THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract with the City of Corpus day JANUARY , 20~, a copy of which is hereto here f, for the construction of: MARY CARROLL CHANNEL DRAINAGE IMPROVEMENTS PHASE 2 - PROJECT NO. 2253 (TOTAL BASE BID A + BASE BID B + ALT.BID #1: $879,943.90) NOW, THEREFORE, if_he principal sfla:Ll faithfully perform its duties elf)) make prompt p'lymen' t c; all persons, firms, subcontractors, (;i.:::poratims and c aimants supplying labor and material in the prosecution of the work provloed for in said contract and any and all dL y auth rized modi ficat _Dtl f said :::Dntract that may hereinafter be f\ciUe, not ce::;f 'whi hnociifi ation tc the surety is hereby expressly wa~ved, then this Db igation shall be ~old; otherwise to remain in full f rce and effect. PROVIDED FURTHER, that f any legal action be filed upon this bond, \'E<iUe sha L lie in N eCt'S County, Texas. i"nd 'hat said s lre!y fell value received hereby stipulates that no c:r-' -3nge, e :<tens ion 01 time, 3 it era t i on or addi t ion to the terms of the c: tract, or to t'1e It: rk performed thereunder, or the plans, s:pecificat ions, :lraw ngs, etc. I accompanying the same shall in anywise a1~ect _ts obligatio 0 -his bond, and it does hereby waive notice of a S ch hange, ext~ns.or of lime, alteration or addition to the terms o the ~o ~ract. co' he w ck to be oerformed thereunder. NDEPENDENCE CASUALTY SLEETY ee,. '3yment 8 nd age h s bow) 1 S 1 VE n \' :-:no:":' s :ivil Statu~es 0::: ~)1 Cite of Texas. ThE terms he v e i arc' in a c cor d --l n c e Vi t:: meet the requirements of Article 5160, ~exas, and other applicable statutes of the "Claimant", "Labor" and "Material", as used th and as defined in said Article. he nderslgned agent lS hereby designated by the Surety herein as t. Agent Resident il N eces County to whom any requisite notices may be ele i vered and or, '~;hcm s yeTj E f process may be had in matters arising (l cf s ch sLre1y.cnit=, ae: p:-:ovided by Art. 7.19-1, Vernon's Texas urance=ode. IN WITNESS WHEREOF, tnis instrume t is executed or,.." of: wh-,-ch shall be deemed an original, this the FEBRUARY ., ,'O_~. In ~ copies, each 15TH day of PRINCIPAL (;A-tLILE-17 C~/V $ '7. ~ By: d1rO#~~E-ff PrInt Name & TItle) ,P,eG$. ATTEST ( ( SC/c--C Secretarv ~. . ~ \.-.C <::.) \ \ t. PrInt Name: \?/V- L~ Pc Ic'e_- SURETY INSURANCE COMPANY OF THE WEST lNDEPENDENCE CASUALTY & SURETY CO. Sv: ~-~v d ';'," .f /'('"" c- '- -;;-1 7/p~7".?rL t rney-in-fac::t ~lAP.Y ELf:."EN ~mOp.E '?rlnt ~1arne) Th.....ideza,C: Ag~t o:fJ;he Surety in Nueces County, !l'exas, 'f~ deJ.i'Very:o~ notIce and service o~! process is: Agency: S\-'JANTNER & GORDCJN INSURANCE AGENCY Contact Person: I',li1RY ELLEN "-'100RE Address: p.o. BOX 8; CURPUS CHRISTI, TEXAS 784(1] Phone Number: 361->-\83-]711 II'. F : Date ,-'f Pa',1T1eLt ''lor mil- seej q /0 1 r i -lte )j contract) :',3yment' B(,nd faqe L (, ~ No. 0004671 ICW GROliP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company K.NO,^ ,LL MEN BY [HESE PRI:5ENTS: ! hat [n,uran~e Company of the West, <l Corporation duly organized under the laws of the State of California, f ,pltr,': insuran~e Company, a Corporatlon duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a ( ,lrp"r:d"m duh organl/~d under the laws "fthe)tate c'Texa" (C<llk~tively referred to as the "Companies"), do hereby appoint OIA"" E1SE!'IHAI ER, R,\1. LEE, I\'IARY ELLEN MOORE. LEROY RYZA, KRISTI ROBERTS their true; and lawful Auumey(s)-in-Fact With aUUlority !(l date, execute, sIgn, seal. and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other ,imilar contracts of suretvshlp and any related do~uments In wltne,., whereof the Compames have caused these presents to be executed hv its duly authorized officers this 1st day of November, 2005, YQ-';;;~~ (/ ~v"'" ~/-'--"()~"" tr;",'o";;-//,,,,- '-. ,4:t:<lftCH 1 "11~... \ ,/ ~-'~~~ifO;~ ',=",.'" ,+",URA.."C' ~ ~~a".. <!" IJj (,)0 )00<'_ " Ir 0 o "SEAL ~ i,., "'(I.t'''o.~ ~ +~ 0,.,. T-~ ~1-I': -\'\fj tj' ~ z ~ ~ ~... '" 7e/;\/1 i y ,_.... INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUAL TV AND SURETY COMPANY .;- ~/ -7f!~L.,? ' /J "-,r ~.<- C./ -''1..< .;. v Jetfre\ I), Sweeney ASSIStant ,>ecretan John I Hannum, Executive Vice President )tate " aliforma ss ountv ,j San Dleg,) On Novembe' i, 2005, before me, Francis FafauL NotaIJ Public, personally appeared John L Hannum and Jeffrey D. Sweeney, personally known to me tl' bc the persons whose names are subs~ribed to the withm instrument, and acknowledged to me that they executed the same in their authorized capacities, and that hv their sig.natures >'n the instrument the en1!ty upon behalfofwhich the persons acted, executed the instrument Witness my hand and official seal, Ie ~..I R. _..14 I . ~ ..1 ~ Francis Fafau!, Notary Public RESOLUTIONS fhis P >wer of '\ttome\ "granted and IS Signed sealed and notarized with facsimile sIgnatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each "f the Companies "RESOL VEl! That the PreSIdent, an Exe~utive or SeOlor Vice President of the Company, together with the Secretary or any Assistant Secretary, art' hereby authorized to e\ecute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seaL and dehver on behalf of the Company. tidelit\ and ,urery bonds. undertakings. and other similar contracts of suretyship, and any related documents RESOL VEn FURTHER: That the 'Ignatures of rhe officers making the appointment, and the signature of any officer certifying the validity and ~urrent ,latus of the appointment. may he faCSImile representations of those signatures; and the signature and seal of any notary, and the seal flf the Clmpany, may be facsimile representations flf those signatures and seals, and such facsimile representations shall have the same forCe and eHeet as if manually affi\ed The faCSimile representations referred to herein may be affixed by stamping, printing, typing, or photocopYInc. CERTIF]("U [. the llldersigned. ASSIstant Secretary of Insurance ("mpany of the West, Explorer Insurance Company. and Independence Casualty and Surety Company, do hereby certify that the "lregoing Power of Attorney IS !11 full for~e and effect. and has not been revoked, and that the above resolutions were duly adopted by the respec!>ve Boards ,JfDlrectors ofrhe Companie" and art' n()" III full tr'rce, IN WII\iESS WHERIi )f, I havt' ,et my hand Ihis __ 15TH _ day of rEBEUAEY 2006 r -#7 J://l~. ,u~.(::::-J (/ / Jeffrev D, Sweeney, Assistant Secretary To \ enty the authentiCity of this Power of Attorney yo" may call 1-800-877-1111 and ask for the Surety Division, Please refer to the Power of Attorney Number, the ahove named indivldual(s) and details of the bond tll which the power is attached, Fllr information or filing claims, please contact Surety Claims, ICW Group, ] )4-;< Cammo Real San Diego CA 92130-:'o45m:all (8581350-2400, fhl'. po",:! is 111 full force and dfect until revoked .:t-:.1.:.II"I~J.4':t:~:. 1~(~.lIIII:2j1B.1;1;.1i ~':i.~~l!.lJ" C't.llll..~~~~l1...t!illTI~}':il~r __f:. - 01/1b 2e06 11:59 35182535Ell ENGINEERING PAGE 14/15 R CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 11112. 85 amended, requires al\ persons or firms seeking to. do ~uslness w.ith the C I\Y to provide the following information. Every question must be answered If the queshon IS not applicable. answer with UNA", FIRM NAME GARRETT CONSTRUCTION COMPANY STREET:_FM 2725 & GARRETT RD CITY: INGLESIDE 3. Sole Owner ZIP: 78362 4. A.ssoclatlon FIRM is Corporation Xx 5 Other 2 Partnership DISCLOSURE QUESTIONS , additional space is necessary, please use the reverse side of thiS page or attach separate sheet State the names of each "employee" of the City of Corpus Christl having an "ownership Interest" constituting 30h or moro of thli ownership In the above named "firm". Na~e Jo'J Title and City Department (if known) 1>1/ L\ , 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 N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 30;' or more of the ownership in the above named "firm". Name Board, Commission or Committee --N/~ -"'----"-'-- 4. State the names of each employee or oHlcer of a "consultant" for the City of Corpus Christi who worked on any matter relatod to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above namad "firm". Name Consul:ant 1>1/ ;. CERTIFICATE I certify tnat all information provided IS true and correct as of the date of this statement. that I have not knowingly Withheld disclosure of any Inf:lrmation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi. Texas as changes occur. Cert1fYlng Person:_ J UN J 0;ARFETT Title PRESIDENT ("Type or Prnl) Signature of CertifYing Person fd/>~ Date: JANUARY 18 I 2006 RLVI9iO pp,OPOSAL l"ORM Pi>.CE 10 or- : 1. Addendum No 1 Attachment No.2 Page 10 at 11 -,,:,<..:.r.r:..lllll;Jlllliiit;t;- F.mIII~"IIlr~IIJ;."!:1~I; ~'1;f.ltilill. -~l"'~l~lliJA!i!luJ!.C.U).' ~-"- 011,10 2tltlE: 1 ' ~c; 351825350: ENGINEERING DEFINITIONS a. "Board Member" A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee" Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor " "F,rm", Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation. joint stock company, joint venture, receivership or trust and entities which. for purposes of taxation, are treated as non-profit organizations, d, "Official", The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, Including when such Interest Is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnerShip agreements f "Consultant". Any person or firm, such as engineers and architects, hired by the City ,of Corpus Christi for the purpose of professional consultat p.1l'V I81!: 0 Pil.OPOS.ll.L FORM PAGE: 11 OF" 1.l PAGE 15/15 Addendum No 1 Attachment No.2 Fage 11 of 11 j A CORD_ ! PRO~UCER- - I (swantner & Gordon Ins Agency P. O. Box 870 I,corpus Christ~ TX 78403-0870 Phone: 361-883-1711 Fax: 361- 844- 0101 ------- INSURED I CERTiFICATE OF LIABILITY INSURANCE CSR -BS Db.TE (MMIDDIYYYY) GARRE-3 02 16 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Garrett Construction Company' Live Oak Materials, Inc: Garrett Marine, Inc. P. O. Box 1028 Ingleside TX 78362-1028 i INSURERS AFFORDING COVERAGE INSURER A Clarendon America Ins CO INSURER B _~._RSUI . Indemni ty Company Ir-..SURER C Texas Mutual Insurance Co. NAIC # INSURER D The Travelers Lloyds Ins. Co. COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TC 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 Al L THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LiMns SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS L TR NSR--;;~-;;-'N;U~-; - ----~O~~CY 'N'UMBE~---T PD~~~v,,\'~rJrrtWE _GE.NERAL LIABILlF V A X X COMMERCIAL iENERAL LIABILITY LIMITS :ILAIMS MADE X OCCUR DCT0000056,27 / " 07/26/05 EACH OCCURRENCE $1,000,000 07/26/06 PREMISES Ea occurence) $100,000 / MED EXP (Anyone person) $ 5,000 PERSONAL & ADV INJURY $ ,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS. COMP/OP AGG $2,000,000 Em Ben. 1,000,000 COMBINED SINGLE LIMIT 1,000,000 07/26/06 (Ea accident) ( BODILY INJURY (Per person) BODILY INJURY $ (Per accident) , I I I I;EN'L AGGREGATE LIMIT APPLIES PFR I - S{l PRO. r-" ~ r--'-'~ . POLICY I'^ i JECT i . LU~+____________.._ I . i .AUTOMOBILE LIABILITY I I X i ANY AUTC DCT00005626 , I ALL OWNED AL fOS B t~-- SCHEDULED ATDS B l~ _ HIRED AUTOS I B ~.?C NON-OWNED ^" TOS H~ARAGE LIABILITY - /lNY /lUTe 07/26/05 l PROPERTY DAMAGE (Per accident) $ AUTO ONLY - EA ACCIDENT B I / t".~ X'<:ESSlUMBREL~.UA. BILlTY .; X . OCCUR ; I CLAIMS MADE _ L i OTHER THAN AUTO ONLY, EA ACC $ AGG $ $1,000,000 $1,000,000 $ $ $ ! NHN031119 I 07/26/05 07/26/06 / EACH OCCURRENCE AGGREGATE .. DEDUCTIBLE C X RETENTION $1 0 000 / WORKERS COMPENSA TlON AND I EMPLOYERS' LIABILITY ANY PROPRIETORlPARTNER/EXECUT IVE OFFICER/MEMBER EXCLUDED? ~~,~ts~~~V;~16~s belo" OTHER -----~.- TSF0001:0533 --~26/05 / I 07/ i 07/276 X TORY LIMITS EL EACH ACCIDENT $ 500000 EL DISEASE - EA EMPLOYEE $ 500000 EL DISEASE - POLICY LIMIT $ 500000 D Equ1p Floater QT6600768C347 07/26/05 07/26/06 Lease/Rental E i $2500Ded DESCRlPnON OF OPERAnONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS /' Project 2253: Mary Carroll Channel Drainage Improvements Phase 2 Y The City of Corpus Christi is named as Additional Insured on all General Liability and all Automobile Liability policies. $250000 CERTIFICATE HOLDER CANCELLATION Ci ty of Corpus Christ1 I Enqineering Services Contract Administrator P. O. Box 9277 Corpus Christi TX 78469-9277 CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ 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 REPRESENT A TlVES. AU ORIZED RE SE @ ACORD CORPORATION 1988 ACORD 25 (2001108) IMPORTANT If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does fiot confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY THIS Fl\.JD( IRSE!\fENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY / ADDITIONAL INSURED - O'VNERS, LESSEES OR CONTRI\CTORS (FORM B) This endorsement modifies insurance provided under the following: .; "OMMERCIAL GENERAL LJABILITY COVERAGE PART SCHEDULE Name of Person or Organlzatwn: .; City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-9277 (lfno entry appears above. informatIOn required to complete this endorsement will be shown in the Declaration as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Named Insured: Garrett Construction Company ( Policy Number: DCT000005627 ../' Effective Date of This Endorsement 07/26/05 Authorized Representative. ~~ Name (Printed): R. M. Lee Title (Printed): Managing Partner GL 20 10 11 85 ATTACHMENT 2 10F2 TE 99 OlB V'ADDITIONAL INSURED This endorq:ment modifies insurance provided under the following: BUSINESS A()TO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM ../ This endorsement chan es the policy effective on the ince tion date of the olicy unless another date is indicated below: Endorsement Effective Policy Number 07/26/0:' v DCT000005626 V" Garrett Construction Company / Countersigned by (Authorized Representative) Named Insured The provisHlfis and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Services / AUn: Contract Administrator V P. O. Box 9277 Corpus Christi, TX 78469-9277 IS an msured, but only with respect tc' legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy' The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend. if applicable. declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. 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 by March 19, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHAJ\iGES THE POLICY - PLEASE READ IT CAREFULLY / TEXAS CHA."IGES - AIHENDMENT OF CANCELLATION PROYlSIONS OR COVERAGE CHANGE Thl~ endor,ement modifies insurance provided under the following: .; COMMERCIAL GENERAL LIABILITY COVERAGE PART liQUOR LIABILITY COVERAGE PART O\VNERS AND CONTRACTORS PROTECTIVE I lABILITY 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: City of Corpus Christi Dept. Of Engineering Services _ / Attn: Contract Administrator y P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30) ../ Named Insured: Garrett Construction Company DCTOOOO05627 '1// ~ Policy Number: Effective Date of This Endorsement 07/26/05 Authorized Representative: ~~ Name (Printed): R. M. Lee Title (printed): Managing Partner CG0205 (11/85) ATTACHMENT 3 lOF3 TE 02 02A ...; CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Thls endorsement modifies insurance provIded under the following: / BUSINESS AUTO COVERAGE FORM V GARAGECOVERAGEFO~I TRUCKERS COVERAGE FORM This endorsement changes the polio' effectIve on the inception date of the policy unless another date is indicated below: ! Endorsement Effective Policv Number I . I 07/26/05 I Named Insured ; .( DCT000005626 ,../' I Garrett Construction Company / Countersigned by (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice ofthe cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 /' Authorized Representative: ~/ Name (Printed): Title (printed): R. M. Lee Managing Partner FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 20F3 WORKERS COMPENSATION .\1\D EMPLOYERS LIABILITY INSURANCE POLICY WC 420601 (ED. 7-85) [EXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT ThIS endcllsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Informatic.n Page. In the event of cancellation or )ther materia] change of the policy. we will mail advance notice to the person or organization named III the Schedule The number of days advance notice is shown in the Schedule. This endorsement shall not operate dIrectly ur mdirectly to benefit anyone not named in the Schedule. Schedule l. Number of days advance notice: 30 V" ., NotIce will be mailed tl1 City of Corpus Christi Department of Engineering Services AUn: Contract Administrator / POBox 9277 V 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: 07m,/o:; Policy No. TSFOOOI080533 ~ Endorsement No. Insured Garrett Construction Company /' Insurance Company Texas Mutual Insurance Co Countersigned By: -L~ WC 4206 i.] Name (Printed): R. M. Lee (Ed 7-84) Title (printed): Managing Partner ATTACHMENT 3 30F3 GENERAL ENDORSEMENT