Loading...
HomeMy WebLinkAboutC2006-117 - 3/28/2006 - Approved 2006-117 03/28/06 M2006-097 CCC Group S 1:: E C I A P R ) V I S 1- U N ::::> P E :'" F I (~ A T I 0 N S '- - \.- A N 0 FORMS o FCC N T RAe T S AND BON D S FOR Corpus Development (Docks Christi Project E, F, G, Marina Phase and H) III l--repared By: Shlner MoseJey and Associates, Inc. 555 N Carancahua, Suite 1650 Corpus Christi, Texas 78478 PHONE ( 3 61) 857 - 2211 r~AY.: (361) 857-'7234 200.40190 FCR -~"'\ ~'OFT '" ~~~~.......f.-r."d' '. 1'C:i.... * ....*"a *.. '. *~ ~:"'BR EN'l"MooRt...~ D. .......... ......~...iI! .............~. . l' ~.. 87830 :"'f!::., .... . ""Ii:' ,..~!c:~~ ~:W~r;fr t!/Z /c Z- /oc; DEPARTMENTW PARKS AND RECREATION ~IT~ O~ CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax 361/880-3501 I PROJECT NO: 3297 l l rDRAW~NG NO: BAF 240 C=~EBID MARCH 2006 "'~"-""'"''''''' .._.,-,~,' .... ,.._~-^ .....-.""'..... ..,...-...,"'......-.,,-. -.."-...,,,. '.-.-.'- _._~,. ..-- FAX TRANSMISSION Department of Engineering Services Major Projects Activity City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 361-826-3527 Fax: 361-826-3501 To: ALL PLAN HOLDERS Date: March 14, 2006 , ""'../ ~ Pages: 3 (including cover sheet) FrQm:~gel R. Escobar, P E ~ ~h.i.l Director of Engineering Services 7 ''7;Jt, Subject: CORPUS CHRISTI MARINA DEVELOPMENT PROJECT - PHASE 3 (DOCKS E, F, G & H) Project No. 3297 Addendum No.3 Comments: This fax transmission contains the signed, sealed addendum from HDR/Shiner- Moseley Associates, Jnc.'s D. Brent Moore, P.E. The addendum provides answers, to Potential Bidder's Questions (received after the Pre-Bid Meeting) and requires a "Pen & Ink Correction" be made to the current 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. DENDUM NO. REBID MARCH 2006 ~~~ March 14, 2006 TO: ALL PROSPECTIVE BIDDERS PROJECT: CORPUS CHRISTI MARINA DEVELOPMENT PROJECT - PHASE'" (DOCKS E, F, G, AND H) PROJECT NO: 3297 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. POTENTIAL BIDDERS QUESTIONS. [QUESTIONS RECEIVED AFTER PRE-BID MEETING) A. No.1 Q: Please clarify Base Bid Item 24 for the above referenced project. The bid quantity is shown as Lump Sum in the proposal form, It is unclear how many pile build ups and splices are included in this lump sum amount. A: For bidding purposes, all contractors shall assume that the lump sum amount is for one (1) splice. This includes all labor, equipment and miscellaneous materials required to make the splice. In the event that the multiple splices are required for this project, the contractor will be paid EACH splIce made at the "quantity and unit" price listed in the bid proposal. Material for the actual piling is covered in Bid Item 25. B. No.2 Q: Regarding Additive Bid Item No.1, Item ABI1.S; Should this item quantity (22 be used in lieu of sheet 11/43 quantity (19)? A: Base your bid on the quantities listed in the bid form. Final payment will be made based on the actual number of items installed. C. No.3 Q: Regarding Additive Bid Item No.1, Item ABI1.7; Should this item quantity (5) be used in lieu of sheet 11/43 quantity (4)? A: Base your bid on the quantities listed in the bid form. Final payment will be made based on the actual number of items installed. D. No.4 Q: Regarding Additive Bid Item No.3, Item ABI 3.3; Should this item quantity (21) be used in lieu of sheet 11/43 quantity (18) or sheet 27/43 quantity (19)? A: Base your bid on the quantities listed in the bid form. Final payment will be made based on the actual number of items installed. ADDENDUM NO.3 REBID MARCH 2006 Page 1 of 2 1:.. No. {) Q: Regarding Base Bid Items 22 and 23; These Bid Items address installation only. Where in the bid items does it address the purchasing and/or providing the 18" inch square concrete piles? A: Base Bid Item. 22 and 23 shall Include providing all labor, materials and equipment necessary to Install the slip piling in the quantities listed In the bldfonn. F. No.6 Q: Regarding Base Bid Item No 4; This item specifies demolition of lands;de electrical already covered in Base Bid Item No. 1. Should the work be included only in Base Bid Item NO.4 and eliminated from Base Bid Item NO.1? A: Yes. Eliminate the word "electrical" from Base Bid Item No.1. Base Bid Item No.4 should include the demolition of all electrical work. G. No.7 Q: Fire water line under the docks vs. installed within the dock system; Can the 4" HOPE line for fire water be placed within the dock system in lieu of under the water as specified? A: No. Bid as specified. Value engineering proposals will be considered during the construction phase. II. PROPOSAL FORM DELETE: A. Base Bid Item No.1 ADD: Provide all labor, materials. equipment. bonds, insurance and all other items necessary .to complete the work described in the plans and specifications to: perform all demolition of paving. curbs, gutters, fencing, bollards. timber decking and stringers, electrical.canopies and other miscellaneous items (not including timber piling), erect all temporary site fencing, install and maintain traffic controls, and all other work outlined in the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Items 2 through 26 or Additive Bid Items, in its entirety. Provide all labor, materials, equipment, bonds, insurance and all other Items necessary to complete the work described in the plans and specifications to: perfonn all demolition of paving, curbs, gutters, fencing, bollards, timber decking and stringers, canopies and other miscellaneous Items (not Including timber piling), erect all temp'orary site fencing, Install and maintain traffic controls, and all other work outlined in the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Items 2 through 26 or Additive Bid Items, in lieu thereof. * Please make tbe appropriate pen and ink correction. Please acknowledge receipt of this addendum In the appropriate place In your PROPOSAL FORM. END OF ADDENDUM No.3 DBMlsvl D. Brent Moore, P.E. Project Manager HDRIShiner Moseley and Associates, Inc. ADDENDUM NO. 3 REBID MAR H Page 1 of 2 tJ S //'1 lOft, 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 From: ,\lLPL-'\NHC1LDERS I Date: MarchlO,2006 .. OJ 4-L . y1 -} ~ Pages: 9 (including cover sheet) i\.ngel R E,>coI1ar, PEN \, Director of En~ineerint' Scn Ices. fG~ Corpus Christi Marina Development Project - Phase III (Docks E, F, G, and H) Project No. 3297 Addendum Nil. 2 To: Subject: Comments This fax lransmissJOn contall1s the signed. scaled addendum from HDR/Shiner Moseley and Associates. In\' The addendum modifies the special provisions, techl1lcal specifications, drawings, and ans\v,-~rs \arious potential bidders' questions. 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. ADDENDUM NO.2 REBID MARCH 2006 '"- --- ........ .. " ---- March 9 2006 TO ALL PF~OSPECTIVF.: BIDDERS PROJECT: CORPUS CHRISTI MARINA DEVELOPMENT PROJECT - PHASE III (DOCKS E, F, G, AND H) PROJECT NO: 3297 Prospective bidders clre tlereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specificallv affected by the addendum shall remain unchanged. PART A - SPECIAL PROVISIONS A. A-23 INSPECTION REQUIRED DELETE '::'rovislon A-23 in its entirety" ADD: The Contractor shall assure the appropriate buildinQ inspections bv the Buildina Inspection Division at the various intervals of work for which ~ permit is required and to assure a final inspection after the buildina is completed and ready for occupancy. Contractor must oht~in the Certific:~te of Oc:c:upanc:y, when ~pplic:able Section B-8-~ of the Gener~1 Provisions is hereby amended in that the Contractor must pay all fees and charaes levied bv the City's BuildinQ Inl'Oper.tion Department. and all other City fees, includinQ water/wastewater meter fees and tap fees as reauired by City. 8. A.33: Conditions of Work DELETE [:ach bidder must familiarize himself fully With the conditions relating to tile completion of the Project Failure to do so will not excuse a bidder of IllS obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Mandatory Pre-Bid Meetinq referred to in Special Provisions A-1 Attendance Roster from Mandatory Pre-Bid Meetinq (Attachment No 1J ADD Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out provisions of this Contract PART T - TECHNICAL SPECIFICATIONS A. SECTION 09910 - COAL TAR EPOXY COATING DELETE Sl'!c.tion 2 01 A In Its entirety ADD: Paragraph 2.01.A . The members shall be coated as follows: 1. Steel pipe pile shall be coated from the top (installed elevation +15' NGVD) and 30' downward, on all outside surfaces. ADDENDUM NO.2 REBID MARCH 2006 Page 1 of 5 II. DRAWINGS .. NOTE: UPON AWARD OF THE PROJECT, AN "ISSUED FOR CONSTRUCTION" SET OF THE DRAWINGS WILL BE ISSUED. A. Sheet 7 of 43 Delete Sheet 7 in its entirety. ADD Sheet 7. Rev. 1. dated 03/09/06. An existing water line from the north wa~ tapped to provirlp- w~h>r tn th" M::arin::a Rn",tor'", J:",...i1i+y Th~t line will be capped and approximately 5-feet will be removed See Attachment t B. Sheet 14 of 43 Dlodet" ::ilie.e114 III Its entirety ADD: Sheet 14, Rev. 1, dated 03/09/06. The new 2" waterline on the west side of the roadway will tee and extend across the roadway and tie into the existing water meter feeding the Marina Boater's Facilitv. The new sanitary sewer line running north will be rerouted to separate from the existing water line. See Attachment 2 Ill. POTENTIAL BIDDERS QUESTIONS. [QUESTIONS RECEIVED DUklNG PRE-BID MEETINGl A. No.1 Q It hids corne in OVf:r the estimate of $35 million, will this project be constructed? A: It will be constructed up to the available funding. B. No.2 Q: Are the transformer pads that are required to support the electrical equipment on Dock H part of the Base Bid? A: No. The pads are part of Additive Bid Item No.2. C. No.3 Q: What are the amounts of the Liquidated Damages for this Project? A: According to Special Provision A-6, the time of completion for this project is 180 calendar days. After 180 days, liquidated damages of $1500 per calendar day will be assessed. The 180 days include the Base Bid + All Additive Bid items awarded. D. NO.4 Q: According to Teclmical Specification 09910, steel pipe piles shall be coal tar epoxied on the inSide of the pipe Is this correct? A: No. The steel pipe piles are not required to be coated on the inside of the pipe. Refer to Part II of this addendum for additional clarification. ADDENDUM NO.2 REBID MARCH 2006 Page 2 of 5 E. No.5 Q: According to the drawings and specifications. the slip piles shall be concrete. Will equivalents be acceptable. such as steel? A No. Bid the slip piles as shown on the plans and specifications; however, during the construction phase, value engineering proposals may be considered but are not guaranteed. 1= No.6 Q C: an the concrete Slip plies conform to Ule standard TxDOT specification for CC\ncretE piles') A No. Bid the slip piles as shown on the plans and specifications. G. NO.7 Q What pE,rmits and licenses will be required for thiS project and what will the associated fees be? .. A The permits required are outlined in the General and Special Provisions. Refer to General Provision 8-6-2, "Permits and Licenses" and Special Provision A-23, "Inspection Required" for that information. The City of Corpus Christi Department of Development Services will provide the fees associated with the permits required. The phone number is 361-826-3240 and fax number is 361-826-3973. Refer to Part I of this addendum for additional clarification. H. NO.8 Q: Base Bic Item No 6 calls for installing sanitary sewer vacuum system piping, (2) pumps and (3) foundations. Where is it outlined in the Proposal Form to provide and inst?11 the pump for the third foundation? A: If awarded, the third pump will be installed and paid for under Additive Bid Item NO.6. I. No.9 Q: No mounting details have been prOVIded on the drawings for the "Hypower" Power Port. Is there a mock-up of this piece of equipment that can be viewed? A: All mounting, support, and installation procedures should be worked out with the "Hypower" manufacturer and the various suppliers of the floating docks, due to the various materials and configurations of floating dock manufacturers. A mock-up is on site at the Corpus Christi Marina. Contact the Marina at 361-882-7333. J. No.10 Q: Will an equivalent be accepted for the "Hypower" Power Ports? A: No. K. No.11 Q: Based orl the condition of some of the timber piles In the Marina that must be extracted. is it acceptable for those that break during removal be left at or below the mudline? A: No. Assume full extraction. ADDENDUM NO. 2 REBID MARCH 2006 Page 3 of 5 L. No.12 Q: According to the General Notes sheet, there are eXisting canopies that are to be salvaged and relocated to a location as determined by the Marina. Is this location Nlthin tteA project limits? A Assume delivery within a 10 mile radius from the project limits. M. NO.13 Q: is the eXisting water line to the Marina Boater's Facility shown on Sheets 7 and 1 d a, :CUI 8te? It appears that the line is too close to the new sanitary sewer line. A Please refer to Section II of this Addendum, and Attachment 2 and Attachment 3 for clarification. N. No.14 Q For the traffic control plan, can the eastbound (southern) lane of the stem be taken as part of the construction area and reroute traffic around that area? A. No. O. No.15 Q According to Sheet 8 1\ appears that there is demolition work on the north edge of the stem near the stepped seawall. What demolition is required in that area? A: There is no demolition in that area. The hatched area indicates the location of a temporary boat storage area. Refer to Sheet 3, Note 4 under "Demolition and Salvage" scheduling requirements. P. No. 16 Q: Accofding to Technical Specification 09910, will the Engineer be on site as an inspector during the coat tar epoxy coating process'! If this process occurs out of town will the Engineer travel to inspect? A: The Specification indicates that the Engineer must be notified prior to application. An independent inspector is required; whether or not the Engineer decides to be present at the application. There will be no costs imposed upon the Contractor for the Engineer's presence at the coating application site. Q. No. 17. Q: Will the working hours listed in the General Provision Section B-7-6, ''Working Hours" be strictly adhered to? A: As stated in that Provision, permission can be given by the Engineer. The City is receptive to longer working hours. R. No. 18 Q: According to the drawings, the firewater line is submerged in seawater. Would a change be allowed to run the firewater line within the body of the floating docks? A: The intent of the firewater line submerged below the floating docks is to not compromise the line during a fire. Bid this portion according to the drawings and specifications; however, during the construction phase, value engineering proposals may be considered but are not guaranteed. ADDENDUM NO. 2 REBID MARCH 2006 Page 4 of 5 S. No.19 Q Can d copy of the Pre-Bid Meeting Sign-in Sheet be provided? A: Yes. Please see Attachment No. 3 Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM END OF ADDENDUM No.2 ~"""\ --~ OF Tf" '. ~~'\ .........:J~ t. J:'~...... * "'~ t. ,*.. '.* '1. , : '.* "- J! *. ...............~ ~...........EN.i MOORE ~ ~ D. B~....................." r........... . " I, ~'. Ell330 :'$ III '.t~...~{CEHS ~-;.#-~ ~ oS '''N'''v ff ~ [)~/t).,/o(p Attachments: Attachment NO.1 - Pre-Bid Meeting Sign-In Sheet Attachment NO.2 - Sheet 7 of 43, Rev. 1: Enlarged Demolition Partial Plans Attachment No.3 - Sheet 14 of 43, Rev. 1: Utility Plan - Landside Sanitary Sewer and Potable Water Supply o Brent Moore, PE Project Manager HDRIShiner Moseley and Associates, Inc. DBM!SI ADDENDUM NO.2 REBID MARCH 2006 Page 5 of 5 '~) (j.- ..OJ l.O ,'Vlyl'JC; ~Ij eNd NOlll70W3G G3VCf'tl7N3 ----;i L""~""'.L.'pr,4j~, J."'.o:ItIIG'~~'~1IJX>t.<.,. , j "';YUOSNOO. S'''''OOO'''' I 0" ,,,,"=sl11jW """'H' i ~ H ~~jr~~d'J ~~rfSjb~CJaa ~/~Hd __ _ = _ __ -~ =_~=~~=~_=][_:>_"O ...... I ~ t ; ! " I : ~i 'j j~i "p~ ~~~~ ~:~~ /-" ~~!~rf ,~" ~!il :' ~~' ~!~ ~ _. _ __ ____2-~~__ _ __,__ , ~ N ~t to . ~o-,-----"'" 1D~8tf--~'-.r> I I I ~0] w ;;1;' i i I I '.n I '/.' / .' I I I I I , i I I ! j ~,~::::;:J ~~ ~-;;, "" ><j' "#~ir E. I , , \in ~u, i' " ~l " 'co <><! s;1 ;l; . I. * ;;. ~~~ .. E ' } :, h ii~ 3~ It.,:>;;( I I 1 '-t. ;:;~ i ~s \ ',.... //./...................... ~; .~ .Ao... ~ "~.. ~. :'~' i ! %" :s" I !t' ~! <~ . f[ . , .~ "lL', ,,'fll+', lHd,S $Tlo,O-;; u j ,; ~ ~~ 50 ":;7\. I \ \ " d;~ \~~~ \ ~ i " N G , 0 r-l OZ~ Z +l 0 ~~r-l @l!GI r>1 0 t:7l o III ell ~tllf ,:( _.J" " \ " \ , !~ ~~ i. U ~. ~]I .oR ~~ ~8 fW . ~ , ~ .' j l -.~' '" ....." ,., ';~:"'~,~ ,~, .;,~ ,--. 1"1.. ~, r'" .'XJ<:/6.', b"'f ,:0-0.10' \'.lJ~- '" J' lfJ<l-lVNlJ\M-J- S~X>Q\I()\b..f\()6LO.\~OOZ\~\).Or,,'d\lJ'r:I"t'l'lS\ r "~o~'r J ~!t..,..,..,.,,,,.~"...,"<.)...,.,. i '---p7.f.:~'i.:~~ a,~'.r;~~l{I3Ot.;.,;,~ ~f" , '\ . ... "W::';,;,;'cy'Ng;;: ,=~;",....- I . .... ,& I I [1!G' '. ~ ."J _ :- I 0;;, ../ 1 >-....- .. ~:::_ _..___ L___ 1) N F ~;L [J'(}tl .]J<il' STkCl< " , ~ " -J 1-.' < ii,'!i' ,;g k 3 ~t ~~t ~;, 'oo!~ , j: i.l r~ ~ :-:..'r: , di- ~ ~ ~ 1,,0,-, - f'Ci} "" ,', '~" r ~.L ---, II ~.- ! J1~~ ! f l' ~ ! f I I \ I I / -::f~' -- I \.... I T~ ' ~ i -fB < I (T;; Ii I '(JB .' ~ .. p.A .j I . i hrlkmj ,~~ 1-" ("1;.,. '.It.) '-l:- " . I - 1Tl l~-'" .. j- --I-----' '_-- I ~:-__ 7 r ..... I ... I ' ' .' ---- "1 S U,_. \ -- f ~~. -- ~ ~ ~ i I % ~ I .~-~.'.\ I , -r . \1 \ t \ ~ I ~ I e i I < I !\_ I ~1. i; t- <~~ Ii: ! I , j " ~ ~~ r~ ~g .:,l? ,.:.pI . i 'i-:J I ~ ~., I. ' .r: -'. ".,.).~c(';ft. .,: 1"\. '<1! --,- n '!J: ; _.'- _ _ .". '1",___ '-:',"'J./ ~. ../.r'w....'. ) ~ s: . . ;.;~, ~- ',--- , i",,"'/'.'J[ ," ;, , ,,' ". ddns ~3i\iM J7B'Vl0d ON\;, CJJMJS ~i) ~I :;;1 J..C/'Vl/tNo 3G1S0NIt7 - Nlt7d .J..117/1n ". ~ C'\i ~ H OM' .~ '.:J '3 5>000 - 11/ 3S'1Hd !I ~ kl' ~i lJ3roCJ~lf!J~~d~1,3J:lo~ 1fN1H'vri ~ ! ~ g ,,900e:: HJtl'v'V11 0183H, -r ~~ U -' ~ ~ :!r ,iI., , ~ ~ . ~ .~ ~.,...".. · i ' lL ~~ ~ ;!;>l I ~t;' 101 ' 9.... ...... en- o ~~ (~ ~~ Ii .~ " z . " o. ~ i= "- ; ~ ~ <~ !+-j N ! ~ ~ E U ~ ~~ '" h U ~'~ ~h :::10 ;:: => .J <( U ii:...; ~~ N . 0 M OZ~ Z+JO ~~M ~.EQl r4UOl Cl III III ~tl).j fCll n~ ~ ~ ~ ~~ Ii ~ ; z ~ \o~ . o. '~i=~ h ~ ~ ~ (0~- . _ m;! ! .' S ;. II., er~", "{:()l/~/f ~~ tl-Q6ICt\AIJJ-.K>j-WIl-lVHIJ\It-J-S)()()Q\tQ\l>"e\06iO,'VOOl\'PO!O>d\()Y)'OI'!S\-r PRE-BID CONFERENCE SIGN-IN SHEET Proiect No. 3297 CQ!]Jus Christi Marina Development Project Phase 11/ (Docks E.F,G and H) ~e I A , Tuesday - March 7, 2006 - 2:00 p.m. III h -~~- ----- -- --.-----i-- --.- 11 i ___j~d_(J~li~e0 ----11--~-~ a~nee~~ t'\} I II /}, ,-./ , / / , _ . r ('// ~,.._~~t} C__ .~~j=S~'I__~:",?~(~;-~ --1~ lUYl~V'~, _ __~ _B\)(L\ 3<\\,~ Q(y\OD"~_ ~_ ~113\'Qv.if'\~((c= -- J:lI)~\ ~1.,^Q'}\6tF~ ! ./'-" -- '- -~._- (~ r-~ _ ,0 'L~~:~~J.~'fd--- : ~~':73 J--J;qVm~ :~ I _- -1 _.,:AJ Ie .-<:~~( '. f, ---.~l:: 1_ /"c. t> ~ '/~ ," ~ t 2-L :A I ! , _ . --1:-._ E~~ __________. ij.J2xi- [-1 ~z j ) ~ -X-- }: yc/tJ )/) LtS \-\\)~~"-\ .LRc...-6~~ R~ e "'-_~1JL iff "':.5 4 sic Dr c W\.I'T ,J e'l'- I" ,J I ! ,c h.. 1) { ~ (- .---i ! J p?ameL AJan1~__+j}t61nTrl-Meect>, !!1~ I Ueo, - - V,-I}.0..'''''~ (~i\ { (' C - tjr-------..,----r--.- ----..---- Enaineerina Conf. Rm. Name Organization Phone No.1 Fax No. -82::0?'" 3S2.& ~\,...g~o""3~o 7/-I- t:, 7S--~ &'6p 7/2 - b ?S- -}70-<"L- ~ \ . 3~ . 2-~i \ . .501. 123+ {-8 ~2...- 7-3 3 .3 (- 21 S-- 7 G::, C;' 0 Sb/- Z'1J<:f-:5 1~5 /f:ckm e!. (j 2"8 r 4?4,1'1N ~ F2?(, 'il6 ZCX;~O XI- ~1} /(y~f/ "" . ~4. /3/;)3) "7 " " l,vt.' COn? L { ,,--e.. ADDENDUM NO. 2 Attachment No. 3 Page 1 of 1 ~ -- - - - - ~~ C~ity of C:orpus (~hnst J [~DENDUM NO.1 'J t: ") , J., ;.- ,~. If"' f'~P; PROJECT' CORPUS CHRISTI MARINA DEVELOPMENT PROJECT - PHASE III (DOCKS E, F, G AND H) PROJECT NO: 3297 spe , :e l , il i 1 , .:J 1 E the ! t ) I me [ I , co t i C [. me l- I h L .." C l f 1 t d r i-I nut i I Ii the following modifications ,'se Il!"clJ fi"nt lor,. shall become a part of r ()\j j I , thE 'iontract documents not kh'IlljrHl tid.! r nain unchanged. I GENERAL PROVISIONS A. ~ARAGRAPH B-7, PROSECUTION AND PROGRESS ADD: New Paragraph B-7-l5, AVAILABILITY OF FUNDS Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization /remobilization costs. Such costs shall be addressed through a cha~order to the contract. Please acknowledge receipt of this addendum, ~n the appropriate place on your PROPOSAL FORM., /I'.! r END ~)' ~~. Angc IF.. E;::( obar i P. E:. f Iin';]' L [ ("'I inq Services ADDENDUM NO. I Page 1 of I F'ORMS I, e ] A P R ) V I S I 0 N S P E C F I (' .D.. T I 0 N S A N D F C e' N 'I R A C T S A N D B 0 N D S F 0 R Corpus Development (Docks Christi Project E, F, G, Marina Phase and H) III Pr'epared By; 3h nel Moseley and ASSOclates, Inc. 5[)L) N. \uancahua, Suite 1650 Corpus Christi, Texas 78478 PHONE: (361) fl 57 - :2 2lJ FAX, l3 61) 857 7234 J200.40190 FOR fi- r tfJz /c z-Io? DEPARTMENT ()F PARKS AND RECREATION CITY OF CORPUS CHRISTI, TEXAS Phune. 361/880 3500 Fa> 361/880 3501 I PROJECT NO: 3297 I DRAWING NO: BAF 240 REBID MARCH 2006 ':0 pc tIT 1 '1<< i i [' 1 De"e "pmf [' Pro i ,'ct Phdse [I I (Docks E, F, G, and H) Table of Contents lfOTICE TO BIDDERS '~;. c::d NOTICE TO CONTRACTORS A {Re" I s"'c: ;ept ] c';l' '.'iC1('e Rf'qll! rf~ments ':OUu) NOTICE TO CONTRACTORS B! Re'v 18e,1 '>/00 i W, der~'s Comp(-nsdtion (ovi'rdqe For Ruildinq or Construction Projects For G, firnmenr EntItles PART A SPECIAL PROVISIONS Tj mE' and .J LcJoe oj Rece i, 1 nq f'loposa lsl Pre.Bl.d Meeting Definitions dnd Abbreviation~ Desc t Ipt i'm )j Pr ,j eet 1 Method of A~drd Item,,, to lJe Submit.ted with lloposal ,e, T 1 me ,)f Comp let ion/Liqui dated Damages Wcckers CrJmpenr,;at; on lnsurar",e Coverage P Faxed ProposaJ Ackr1')wledqment of Addenoa 10 Wa.w Rate,; Pc'. lSi 'j 7/';/0 J CCH)r,~rat ion wi! h Public l'-,gt.IH :es (R,vj';hJ 7 ',/00) t2 Md r~tenan(:e ()f Ser-v.ices 13 Al(Ca ..'\cce:;s and T affic Cor,tlcd 14 CC,llf3\ I'uet OIl Equioment Spi j I age and Tracking ,.,.. I&--- $'Pil \Jd{: len ~HtEl -Re1neva ls NOT OSED 16 DJ~p,)sal/E;alvaqe ,f MatElicd:c jl FI ]) Off ce 18 Schedule and Sequ.cnce of Cunst ruction h 19 COI1SI ruction P10j'~ct LaYDut 'lnd Control A 20 TestIng and Certirication A . d+- -Pi'Hj.eB{:- -&t~ NOT USED {, 22 Mi nOr I ty IMinoI' 1 ty Bus iness Enterprise Part icipation Policy (Revised 10/98) A. ;']3-ffiSfleB{:-i-Bft--Retlu.i.p'Cd--{-Rev-,-se<4NS~ NOT USED A 24 Surety Bonds A 8--.Sa+ef+~E)(cmpti(m NO LONGER APPLICABLE 16/11/98) A 26 SuppLementa] Insu ance Requirements J:. ,:) Rec;pi)!1sibilJty fo! Damage C13ims L 28 ConSiderations fOI Contract Award and Execution {i 9 Contractor's Field Administr,'ltion Staff Ii ;0 Amended "Consideration of Contract" Requirements , '.l Amf'nded Pc]icy on Extca Walk 1nd Change Orders [, 2 Am,'oded "Execution of Contld,-!'" ReqUirement" C Cond t ions of Worl L 4 Pr,'c,'dence cf Cant ract D')CIHllicnt s A ~--C-i t Y Wa-tce-f - -Faeillii-es ~e€-i a- ~ . R~-r'effietttB NOT USED i, '6 Otner Submittals ,li Amt"nded "Arrangemt-nt and Charqe fOI Water Furnished by the City" ;8 Worker's Compensat ion Coreraqe for Building or Construction Projects for Gove'nment Ent i tiE'S 1 9 Celtificate of Occupancy and Final Acceptance "'10 .Amt'odment Ie Sect on 8-8 6 !'"rtia] Ef;t mat e~3 A -H --.+ffiHfif' MV-tSB-FY NOT USED , .:' OSHA Rul es & Regu at ion,; ., Ii Affit-nded Indemnification" fl. d Harmless (9/98) ~ 14 Chdnqe Orders (4/-6/99) IL, As Built DimensiOllS and lrd'''' IlgS (7/ /00: ~ ~+- [L~-! ~i 1.'1 ~Ll ! l::at -Pt'€ ,~, 'H5! IDCt iOli Ei_plOl'dt_,n--y Over h, id E:lec li~a Wire,; (7 : .I/a re, I ) OU) SXCa-va-t.-4,-~H5 t+!s/,w+ (0) NOT USED Arne td, "Malf!'E'i HI F' (,liar Int Trer,c Sdfet) Pav,'rn, nt Rest, I ti nand Dro)" t Clean Up Sui r nc; 1<g Signa Ll:--Jbt.:: Pro!t.O ! ion oj Exis! jnq Eq'jiprnprlr, Structures, and Utilities Mis) liced t<1at r-r ,i 1 Yes e fldfL Phy: i ',d Da t " Pro'ec-tion ot Job ite Quaii' cations "f HanufaccuIC'r 's Field Service Representative ,I". PART B GENERAL PROVISIONS PART C FEDERAL WAGE RATES AND REQUIREMENTS PART S STANDARD SPECIFICATIONS 20 EfCl,VAT ION AND BP-C:KFILL POR UTILITIES AND SEWERS AE,PHASLTS, ~lILS AND EMULSIOW; (S-29) Wp.TER LINE P ISER ASSEMBLIES S 79) HYDROSTATIC fEST1NG OF PRESSURE SYSTEMS P',_,~ PIPE I,WW!J.. C ':JOO AND C9f1'. [-,404 E:: 0 1 E 02 o PART T - TECHNICAL SPECIFICATIONS 40 WOPr ESTRiCTiONS j 10 PRO,JEl'T MANAGEMEN1 AND COORD INATION j?O COWJTRlJCTI{)N PR()GRE;SS DOCUMENTl',TION ,Q PHOTOGRAPH] C DOCUMENTATION '.i5 EN\! iRONMENTAl, PROTECTION 56 STORMWATER POLLIJTI IN PREVENTION PLAN 4 ')0 QUALl!"t CONTROL ')00 TEMPORARY FACiLiTIES AND CONTROLS 00 EXECUTION REQUIREMENTS 31 CUTTING AND PATCHING 32 SELECTIVE DEMOLiTIJN 70 CLOSEOUT PROCEDURES 7B1 PROJECT RECORD DOCUMENTS ;J ] 10 DEMOL ITION AND REMOVAL 2202 TRENCH SAFETY FOR EXCAVATION~ 210 SELECT MATERIAL 02231 AGGREGATE BASE :OURSE () ~'OO EARTHWORK o ~Ol STEEL PIPE PIGING 02'05 PILE DRIVING '),)457 PRESTRESSED CONCRETE PILES U,2',20 REMOViNG AND REPLJI_CING PI\VEMENTS ')28 SO j L CEMENT H.'\SE ,) 'AI PRIME COAT I) 'A2 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) u [,BO TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION U,)C,87 PAVEMENT MARKING 02620 DUCTILE IRON PTPEl\ND FITTINW; ;) 640 WATEfi PIPE ) ,a 1 GATE VALVES FOR WVfERL [NES 'L_'b44 WATEI< SERV ICE L iNFS !) 645 DRY STANDPiPE FIRl' PROTE('TION SYSTEM ();'. 6 4 6 FI P E lIYDRANTE; 02900 LANDSCAPING ) HlO CAST IN PLACE CDNCRETE i ~) t)L.:~_rJ' f)Fl<;(__'_';~~' [RI 'TURAL "UN( t':TE r,O ME':l.i FA,,;T~~N N'; ) DO STFLJ,'l'Ul<.qL STEE" )9801 GAI,VANIZlW:; )H LO CO.1\L TAP EPOXY :OITING )'inl EXTEP lOR PAINTING 01 DOCK FENDERS 01 HIPscH ELECTRON Le ,ECURT'['Y;-{:;TEM I \ ,101 FL()AT ING DOCK S'{STEMS 1 \002 SNA.ITARY SEWER VACUUM SY:;TEM I 900 MAP INE POWER AND 1. IGHTIN(; PEDESTALS 1/,050 BAS Ie ELECTRICAL MATERIAJ,S AND METHODS 1[,060 GROUNDING AND BONDING IG080 ELECTRICAL TESTING 16120 CONDUCTORS AND CAbLES 1 i, 130 RACEWAYS AND BOXE~; 16442 PANELBOARDS AND ENCLOSED CIRCUIT BREAKERS }',,460 MARINE POWER DISTPIBUTION SUBSTATION LIST OF DRAWINGS ATTACHMENT A - STANDARD PLANS, TEXAS DEPARTMENT OF TRANSPORTATION NOTICE AGREBMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS =- ... NOTICE TO BIDDERS :; aled pr::)posctls, addressed t:o the City of Corpus Christi, Texas for: Corpus Christi Marina Development Project - Phase III (Docks E, F, G, and H) Base Bid c( nsisL3 of demollt ion and removal of existing rlclet(:3.nd asptla t pa\ing, electrical conduit and conductorsf ,'ltbe r. p 1 i nS:l dnd iecks and miscellaneous canopies and benches; '.otall ]L:ci new'.:onc cete 3.nd/ul steel dock piles, floating docks; 1:3 tallul'~J new <.::-on rete s 11 p pi les; install ing dock electrical "dUlL ,Jnd Wil lng, potable and firewater piping; installing dock 3lf?apOWer pedestals instal Llng a wastewater vacu~m syst~m for Do<;ks :, C\.: F; . ln~talL 111g fhlder~ng and moorlng systems; ~nst<3:111ng lan~slde ,-~c:"ctrlcal condult wlllng, meters, and sWitching stationsi ] sta111T.g landside potable and firewater piping and wastewater ~lping; a Deductive Alternate and a series of Additive Alternates ;,) Y.Jide f)r other o;tions such as additional floating docks, a new ~;:i':.e access system and wastewater vacuum system for Docks G & Hi and .'1 1 at he t work nc ident3.1 to complet ing the work described in Oldani. wid: t lIe plans, :3pecifications and contract documentsi /' 1 be 1 ce i 'red crt r:he 01 f1ce of the City Secretary until 2: 00 p om. t Wednesda~, March 15, 2006, and then publicly opened and read. Any , .:j recenre :ttter ('lOslng time will be returned unopened. A pre-bid meeting is scheduled for Tuesday, March 07, 2006, at 2:00 ~ The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. Bidders shall address all -1 ,'.st lOIlE; (RF- s to ;irent Moorf~, P.E , Project Manager, at (361) 857- 1 L ,L, Did Dcnd 1 n the amount of 5% of the highest amount bid must ar:omI?any each pr-oposal. Failure to 'provi~e the bid bOl1;d will :.flstltute a non re:3ponsi,:e proposal WhiCh Will not be conSidered. F,] lure '0 prov 1 de required performance and payment bonds for )ntracU; over $25, )00.00 wi 1 1 result in forfeiture of the 5% bid bond tc . he City as liqUidated damages. Bidder's plan deposit is subject tu mandatory forfeiture to the City if bidding documents are net ret 111 ned to the Ci ty wi thin two weeks of receipt of bids. Plans, proposal forms, speciflcations and contract documents may be procured from the City Engineer upon a deposit of Fifty and n07100 Dcllars 1$50.00) as a guarantee of their return in gOOd condition vIi. thin two weeks of bid date. Documents can be obtained by mail upon receipt of 3n additional ($10.00) which is a non-refundable pc stage/handling :h0rge. The bidder is hereby notified that the owner has ascertained the wage raLes which prevall i.n the locality in which this work is to be done dI:d that such wage scale is set out in the contract documents ()btainabl e at the cffice of the City Engineer and the Contractor ~;hall pav not 1 ess than t.he wage rates so shown for each craft or t \pe of ".aborer, ,. "'iJorkman, ")r "mechanic" employed on this project. ! "-c' elt y reSt~rve~, ,he right to reject any or all bids, to waive :regula! .tles and 0 accept the bid which, in the City's opinion, s,,"ems mo,.:t advant ~g!"ous to t:he City and in the best interest of the pt,blic ~ITY OF CORPUS CHRISTI, TEXAS Is/ Angel R. Escobarr P.E. Director of Engineering Services Is/ Armando Chapa City Secretary 'e'dsed C / 00 NOTICE TO CONTRACTORS -A ...... NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Rev L sf>U;ept ernlx> r, 2000 ~ 'ert flcate ot insurance indicating proof of coverage III he foll;Jwing amO\lnts is required: =l TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-()ay Notice of Cancellation required on all certificates Bodily Injury and Property Damage COlllmercial General Liability rncludlllg II \.ornmerclall'orm 2 Premises Operations 3 Explosion and Collapse Hazard 4 tinderground Hazard 5 Products/ Completed Operations 6 Haz.ard 7 ( 'ontractuallnsurance 8 Broad Form Property Damage 9 Independent ('ontractors 10 Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE IIABILITY--OWNID NON-OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' (OMPENSA TION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT EMPI,OYERS' UABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY i ENVIRONMENTAL IMPAIRMENT COVERAGI: Not limited to sudden & aCCidental discharge; to include long-term environmental Impact for the disposal ot contamiuants [8J REQUIRED o NOT REQUIRED BUILDERS' RISK See Section 13-6-1 I and Supplemental Insurance Requirements D REQUIRED [8J NOT REQUIRED -- INSTALLATION FLOATER $100,000 Combined Single Limit See Section 13-6-11 and Supplemental Insurance Requirements [8J REQUlRED o NOT REQUIRED US Longshoreman's and Harbor Worker's CompensatIOn $1,000,000 COMBINED SrNGLE LIMIT Act, Jones Act, and lor other applicable endorsements and lor pollcres. Page 10f2 ) lhe City of Corpus Christi and the Engmeer must he named as an additional insured on all coverages except 'volker's compensation habIlIty coverage. ) I he name of the project must hI listed under "description of operalions" on each certificate of insurance. Corpus Christi Marina Development Project - Phase III (Docks E, F, G, and H) )!'or 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 (overage The ( 'ontractor shall provide to the City the other endorsements to insurance policies or coverages which are spn Ified m section B-6-11 or SpecIal Provisions section of the contract. :\ [Ilmpleted "Disclosure of Interest" must be subuutted with your proposaL Should you ha~'l' any questions reKarding insurana requirements. please contact the Contract Administrator at 880- is Of}. Page 2 of 2 NOTICE TO CONTRACTORS - B .~ NOTICE TO CONTRACTORS B WORt::":'::?,' S CC>;PE::';SATION COVERAGe: ~OR BUILDING C~ C:NSTRUCTION PROJECTS FOR CCVE?NMENT ENTITIES .::xas 1 aw requi:::es that:. ::-.ost contr3.cL.ors, subcc::t::-actors, and the:::s ~:::oviding work or serv~ces for a City building c::: c~nstruction ~rc-ec~ ~ust be covered by worke:::'s compensation insura~ce, authorized eL.~ ,s~rance cr an appr2ved worker's compensa~~=~ coverage 1qree~t::~.~ :.:vt?:l 1.f Texas law does ;.ot require a contractor, subcontractor :ir othe~s performing project services (including deliveries to the job s ~te) .:.~ provide 1 of the 3 forms of worker 's compensat:ion coverage, he C_::.', will requlre such coverage for all individuals providing work r:::e:::": ces on this proj eet: at. any time, including during the czlai:'::'::::2rICe guarant:y perloc. :'~ot.or carriers which are required to reg~s:e: wlth the Texas Depa::::~ent: of TransporL.at:ion under Texas Civil St.a~~~e Article 6675c, and which provide accident:al insurance 'over~~c under Texas Civil Stat.utes Article 6675c, Seccion 4(j) need ~lOt. =:T'-ide 1 of the 3 forms cf worker's compensation coverage. )f -:'exa ""hie;: PleasE ~" C:Jntractcr agrees - ~ comply with all applicable provisions Administrat:.ve code ,"itle 28, Section 110.110, a copy of attached and d~emed i::corporated into the project 'contract. Dte that u~der sect.:.cn 110.110: certaIn language :..ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontracLors and others providing services for the Project, the '-:ontractor _s required to submit :::0 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 ConLractor 13 requlred to post the requi~ed notice at the job site, 8y ~~~Lng this Contract, the Contractor certifies that: ~= will timely : or.;;; I nth these Not::..ce to Ccntractors "B" requirement~. NOTICE 70 CONTRACTORS - B (Revisea 1/13/981 paqe 1 of "1 8/7/78 :~ ~~e ~ , '- Title 28. I~Sl hA_"'CE P3rt fJ TEXAS \\ 0 rlliER;-;' CO\lPE::"[SA TrOt\' CO:\L\1ISSIO~ Chapter 110. REOC1RED NOTICES OF COvcR.-\GE Subchaprer B. L\lPLO't'ER 0'OTICES ~ 110.11 0 Repornn2 Reauirements for Building or Construction ProjecLS for Governmenw Entitles (a) The roUowing words and rerms, when L:sed in this rule, shall h::.ve the following meanings, unless the context c:e~ly incica:es oL~erv.rise T e:ms not de5.ne::i in iliis ruie shall have the meaning de5ned in the Texas Labor Code, :i so aeSnd (1) CertlDca:e o{ cove:-2.ge (ce~iiiQ.re J--:"_ copy of a cer-..iiicate cr- :..::..surance, :l certificate of autbority to seu"'uL"ure issued b:: U',e C<Jr:1IU1ssior:., or a worke:-s' compe:lS2..ccn coverage agreement (1WCC-8l, T~CC-S2, TWCC-S:;, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or e~tiry s e:n;Jloyees (wciucing those subject to 2. coverage agreement) providing services ;)0 2. ~roject, ~'Jr :.he duration 0:' rl::e project. (2) Builuing or cOn.5tn..lc:an-nas rne me2.!'.Llg defined in the Ta2..S Labor Code, S 406.096(e)(1). (3) CjnrT7.c:cr--~ De! sar bidding for cr awarded a building or cO:lStruction project by a govemment2.l enoty (4) Coverage-Workers' compensation inS'..lfaIlGe meeting LtJC statutory requirements of the Texas Labor C)de, S 4010 1(44). (5) Coverage :!.g:reement-A writte::: :::.g:ree~ent on form nVCC-81, form TWCC-S2, form TWCC-SJ, or form TWCC-84, filed willi the Texas Workers' Compensation Commission which establishes a relationship between the panies for purposes of the Texas Workers' Compensation Act, pursuant to the Texas L2.bor Code, Chapter 406, Subchapters F and G, as one ofemployer/employee and establishes who will be responsible for providing workers' compe:lSation coverage for persons providing services on the project. (6) DurauoQ 0[ the project-includes the tune from rhe beginning of work on the project until the work on the :Jroject h~ been compiete:::; ::...;d accepted by the gover.1.'11enta1 entity. (7) Pe~sl)ns naviciin; se:-,lc~s on Lf.Je proJecc C'subcomractor" :....: 9 406.096 of the Act)-\Vith the exceotlon 0[ oersons ex~uded under suosections (h) and (i) of this section, includes all persons or entl~"S :)erfo~g aD or Dart of the senrices the contractor has undertaken to perform on the projec... regardless or whether In2-! person comrac:ed directly \vith the contractor and regardless of whether that person h~ emoloye::s. Tris includes but is nOt limited to inde:Jendent contractors, subcontractors. leasing comcanies, motor carriers, o\.Vl1er-operators, employees of any such entity, or employees of anv e'1tiri fi.:;rjshing persons to perforrn se:-vices on the proje~. "Services" includes but is not li.......uted htto II> w,~ scs st::.te t, ',Js.. tacJ23IIU I GlEIJ 10 110 hrml ~;QTICE: TO CON-rRJ\CrORS - - Revised 1/13/981 paqe 2 of 1 817/98 Page 2 c:- S r , .=..___:;n~, o. de:..:":enng eC;Ulp~e:1~ cr :-:-:_:~:-:~s. Cf ~r~\1ding iabor, :i"~"1SCC;:::::Cn. or oth::- s':;-\" ~ ':2.:::::C ,} proJe:::. ':;~;-','1ces' does om L-:::::"::::: acn\~~:eo '~;.;-eiated to the pr;..e:::. ::..:ch ~ L'oe:', ~~~.::: ','er;acrs, G:c~ suopiv deLivenes, 2..:::::: c'e:ivery of :or..zole toilets. (8) 1'-c e:::-- ,::::udes L'Je crc',-:sion of all services j~2:ed to a ct..:i.:.:i."1g or cOnstrucL:on c:~:::;-act for a gove',..;'::::::::,,: '~:1uty - , (b) hC\;G~::;: cr caUSUle: to ce Drovided a certifiC2.:e or coverage ;;ursuam to this rule is 2- ~ - .. - .. represe:::a:.:::~. oy the insure~ :hat all employees cf :.'le insured wno are providing services en the proJec: ,~e C::', ered by workers' compe~ation cove:-age, that the coverage is based on proper reponlL~ or' c;2Ssincation ~cies and payroll amour::s. and that all coverage agreements have been filed \l.1th the 2-?;:rocriate msurance C3.ITier or, in the case or- a seif-ins'-1fed, with the comrnissioc's Division ofSc!f-I:-:su;::.:::e Reguiatiof'_ Providing false or misie2.ding ce~cates of coverage, or failing to proV1de::r r:-.zimain requlfe:i CDverage, or failing te re?ort any c::.c.nge that materially aiIe~..s the proV1siO:l 0:- coverage may sJoject the CDntractor or other person providing services 00 the project to adm.!f'is::-::::\'e r-e:1alties, ~:riminal penalties, civil pe::2.ities, or other civil actions. (c) A gcver.'~-::~:1!a1 e~tiry u:zt enters lato a buildi."'1g or consuuc-..:on contract on a project shall: (1) iIduJe ir: t:-Ie bid speCu1wUOfl5, all the proY1sions of paragrzpil (7) of this subsecricu. esing the languzgt" re8'Jired by paragra?n (7) of this subsec:ic:--.: (2) as pan 0: t:-le comrac::, using the language requIred by parag:!C.ph (7) of this subsection, require the contr::c: to perform as required in subsection (d) of this section; (3) obtam 2-c;n the contr~c:or a cen.ifi.cate of coverage for each pe:-son providing services on the project, .. 'lor to that pe:-soo beginning work on the project; (4) obtaL.'1 ITem the contractor a new certificate of coverage showing extension of coverage: (A) befor ~ tr.~ end of the c.;r;-e.'1t coverage periocl if :..ie contrac.:or's current certific:.te of coverage shows tb.t the coverage per:od eods during the duration of the project; and (B) no iater ti-..:.n seven days a...i:er the expiration of t!le coverage for each other person providing services au the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain cerTificates of coverage on file for the duration of the project and for three years thereafter; (6) prOV1ce a copy of the ce:---.iii.cates of coverage to the corrunission upon request and to any person entltJe<' them by law; ard (7) use the la.-.~.Jage contame~ in the following Figure I for bid specllcations and contraGs. ",l,ithout any addit;onai words or cnanges, except those required to accommodate the specific document in which rh~'. are contained cr to impose stricter standards of docu::1entation: T28S 1 ! G ] lO(c)(7) rbl http://\>.r,,,-,,,, SOSSi:ate.lX us!ta.c.':SlIlJ 1 1 GIEII J 0 110 hlITj NOTICE ~o CONTRACTCRS - 3 Revi.sed 1/13/981 paqe 3 of 7 8/7/98 .,-, ~ ) \1 i Page':; of6 = i A :cnrractor sn::..L ,j) proV1de coverage Ear its empicvees croviciing services on a project, f::; d:e duration of the project :z.sed on prope:- re?orrml! of class;=C:'::._~n codes and p2.;.Toii amounts a.::c E::g or' any coverage 19reeme:1ts; 2) pro\f1de a certifiC2.te of coverage s~owing workers' cOGlpensation coverage to the governmental ~:lt.ity pnor to beginn:..,g work on :he ::',oject~ {3) pro\f1de the gove:nmental enti~;, ;:~or to the end of the coverage pericd. ? new certificate of :overage shOWIng eXleUSlOn of ccverage, if the coverage period shown on the contractor's current :eruficate of coverage ends during t::e duration of the project; . (4) obtain from each person providing services on a project, and provide to t~e governmental entity: (A) a certificate of coverage, prior to that person beginning work: on the Frojea, so the governmental ~:1tity win have on file certificates o{ coverage showing coverage for all persons providing services on . , . :_.':e prOJeCT; a..'10 'B) no later than seven days after :-e::ei;n by the contractor, a new certificate of coverage showing extension of coverage, if the cover2.ge period shown on the current certiiiC2.te of coverage ends during (he duratIon of the projecr; (5) retain all required cem.ncates of coverage on file far the duration of the project and for one year thereafter' (6) notify th.e governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have ir..nown, 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 noc satisfy other posting requirements iruposed by the Act or other commission rules. TIlls notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, ,...;thout any additional words or changes: REQUIRED WORKERS' COMPENSA nON COVERAGE "The law requires that each person working on this site or providing services related to this constructlon project must be covered by workers' compensation insurance. T:-is includes persons providing, hauling, or delivering equipment or materials. or providing labor or tranSportation or other sef'Vlce related to the project, regardless of the identity of their employer or Slams as an employee. II "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to repan an employer's failure to provide coverage." '-::tp:liwww sos.staterx:usltacl28/IIJIIO!BIlIO.IIO.html NOTIC::: -:0 CONTRACTORS - B Revilied 1/13/9.) ?qe -4 ot 1 8n/98 , T _ .I 1, page 4 or 6 /8) r'.c.~"__.l'- ''''"1'' ~"'r~ '>'.J""~ ~ 'C,..... \ ..".. - .""" -......... 'G' ."..... 1 ....r . . \ C" .... _l.X::J. " re~~.. ~ ..__.. :-' e. _'- n .van \\ r;cr:: .. contrac:.> . - ,... - "1 e se:\'1C"S Coo - ,..' oJect to. (A) orc\'1()e CDVer2.ge ::lase:) on pr:J;Jer re~on:...g of classiii~uon caces wd payroii a..7..ounts and filine of an\' cc\'er2.ge ag:ree:::e~':s for 2i. of its e:noicvees providi1:; se:-',lces cn the projec:. for the duratio; of the :JrOjec:, (B) pr:;v~de a certific.:.:e C~. coverage to the con~actor prior !O that person beginni..~g ..'.-ork on the proJe:;: (C) induce in aU contrac:s ~o pro\,de serYices c:-: the projec: ..~e language in subse~.icn (e)(3) of this seeno ~ (D) pro\'1<ie the contra.c:c:;-. prior :0 the end of U.~e coverage pe:iod, a new certiiicz.:e of coverage showing extension of coverage, u the coverage period shovm on the current certiiicz.:e of coverage ends dunng the durauon oithe project, (E) obtam from each other person Mth whom it connac:s, and provide to the con:rac:.or: (i) a cemncate of coverage, poor to the ocher sef'Son beginl1i...~g work on the projec:; :;""1d (ti) poor to the end of the coverage period, a !1ew certific2.te of coverage showing e:ae::.sion of the coverage period, if the c;~verage period shown O~ the curre!1~ ce:-:ificate of cover2.ge ends during the durauon or the project; (F) ret2.ll1 all required ce,ificates of coverage on file for the duration of me projec: 2.:~ri for one year there;iller. (G) nouiy the governmer:tal entiry in writing by certified mill or personal delivery, v.i.thin ten days after the person lcnew or should have known, of any change that materially affectS the provision of coverage of any person providing services on the project; and (H) conrracrually require ~ch other person with whom it contra.c-~, to perform as required by subparagraphs (A)-{H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroil amounts and filing or" any coverage agree r:: C:1tS; (2) proV1oe a certificate of cover2.ge as requird by its contract to provide services en the project, prior to beginning work on the project; (3) have the foUowing language in its contract to provide services on the project: "Sy signing this contrac: or providing or causing to be provided a certificate of coverage, the person signing this contrac: is representing to the governmental entiry that all employees of the person signing this contrac' who will provide services on the project will be covered by workers' compensation coverage hnpk,\,",Vwsos.state.tx.usJtacl281W1101B1110.110.html NOTICE TO CONTRAC.ORS - B Rev1.sed 1/13/961 paqe 5 ct 7 817198 t'age :l O[ 0 fer c:: ~'.:~ation of ~.~e orolect, that the c;:;';e:-age ...nll be 8::.sed on proper reponing of classification :ooeS~G oavroll z.:-:oums, and that all co,'e:-age agree~e:::s '.viil be filed with the appropriate l!lsurz.:::::e ~er or, :.:: the case of a self-ir.screc, \Vim tr.e commission's Division of Self-Insurance Relreiz.tion Providing false or misleading l:::ormation may subject the contractor to administrative oe;ai::::s :::iminal ~e::altie$, ci'vil penalties. or other ci,1.1 ac-..:ons, " (4) previae the person for whom it is providing services on the project, prior to the end of the coverage period shown 00 its current cer1i.5cate of coverage, a new certificate showing extension of covera2e. tithe coverage period shovm on ~he certificate of coverage ends during the duration of the proJes (5) obtain from eacn person provicing se:-vices on a project under contract to it, and provide as requirea by its contr2.c:. (A) a c.enificate 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) noufy the govern:nental entity in writing by cenitied 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 -.vithin ten days after the person knew or should have known of the change; and (8) contractually require each other person \Vith whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of my coverage agr~'Ilems for all of its er:1;Jloyees providing services on the project, for the duration of the proJect; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period. a new certificate of coverage showing extension of the coverage period., if the coverage pe:iod shown on the current certificate of coveraee ends during me duration c{the project; - (E) cotam 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 co\'erage, prior to the other person beginning work on the project; 2lld (ii) prior to the end of the coverage period, a new certificate of coverage showine extension of the cQve:-age period, if the coverage period shown on the current certificate of coverige ends during the hnp://\VW\lIsos.staterx usltacJ28/II/l1 OfBllIO 110.htrnl NOTICE TO CONTRACTORS - B Revised 1/lJ/gel paqc 6 ot 7 &17198 Page6of6 durarlOr. (:.le contra<=:: (f) ret3.lil ail le:~Ulred ce;:.:::~:esJ{ coverage on file for the duration of" ~he project and for one year thercie; (G) nomv the govemmer::ai e~~ry in wnting by cerTIfied mail or personai delivery, within ten days after the pe:-son knew or should have known, of any change that matef.aiiy affects the provision of coverage of anv person provicing services on the projeC!~ and (H) comrac:ually require e3.c~ ~e;son 'Nith whom it contracts, to perform as required by this subparagrapn and subparagraphs (A)-{G) of this paragraph. with the ce:tiiicate 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 circ'.1.-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 applica~ion., and to this end the provisions ofws rule are declared to be severab I e (g) This ruie is applicable for building or construction contractS adve.n-..ised for bid by a governmental entity on or after September 1, 1994 TI1is rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid (h) The coverage require:nern La this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 667Sc, to register with the Texas Deparunent of Transportation and who provide accidental insurance coverage pursuaot to Texas Civil Statutes, Article 6675c, 9 4(j). (i) The coverage require.-'nem in this rule does not apply to sole proprietors, partners, aod corporate officers who meet the requirements of the Act. 9 406.097(c), and who are explicitly excluded from coverage in accordance '.Vith the Act., 9 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, S 1.20). This subsec"".ion applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is deliver-cd, issued for deliverY, or renewed on or after JanuaIV' 1 1996. . . , Source: The provisions of this S 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://wv.w.sos.state.tx.uSltac/28/ll11101B1110.110.htmJ NOTICE .0 CONTRACTORS - e Revised 1/13/98) paqe 7 of 7 8n/98 PART-A SPECIAL PROVISIONS Corpus Christl MarL,a Development. ProJect - Phase III (Docks E, F, G, and H) SECTION A - SPECIAL PROVISIONS ~_~.ime and Place of Receiving Proposals/Pre-Bid Meeting .;eale,j prOp')Sd I, i] i it "'eived n confonnity 3.dver,ic;cment ill'., tl';g bId, 1, the PZOJf' t. Proposals 'hE' c,ft ~e of 'he C ty See r'etaIY, located on the first ;201 dt-')paJd Str>'et until 2:00 p.m., Wednesday, March 'nailed liould bF' ~dd essed In lh,. followinq manner: with the official will be received in floor of City Hall, 15, 2006. Proposals City of Corpus ChrIst I City Secretary's Office 1201 Leopard Street. Corpus ChrL;ti, Texas 78401 ATTN: BID PROPOSAL Project - Phase III Corpus (Docks E, F, Christi Marina G, and H) Development A pre-bid meeting will be held on Tuesday, March 07, 2006, beginning at 2:00 2!!.:. The meet ing wi] 1 convene at the Engineering Services Main Conference Room, Third Floor ('ity Hall 1201 Leopard Street, Corpus Christi, TX. and wi]] include a discussion of th,o project elements. Bidders shall address all quest.iollS (RFIs' to: Brent Moon'" P.E Project Manager, at (361) 857-2211. No addi! lonal or sE':Edrate vLsitations wi 11 be conducted by the City. A-2 Definitions and Abbreviations :3ection [,.1 of the General PCOvi.:lons will govern. A-3 Description of Project Corpus Christi Marina Development Project - Phase III (Docks E, F, G, and H) Base Bid consists of demoU tion and removal of existing concrete and asphalt paving, electrical '~ondui t and conductors, timber piling and decks and miscellaneous canopies and benches; installing new concrete and/or steel dock piles, floaUng docks; installing new concrete slip piles; installing dock electr ical conduit and wiri ng, potable and firewater piping; installing dock area power pedestals installing a wastewater vacuum system for Docks E & F; ~nstalling fendering and mooring systems; installing lands ide electrical conduit, wiring, meters, and switching stations; installing landside potable and f irewat.er pipinq and wast ewater piping; a Deductive Alternate and a series of Additive Alternates provide for other options such as additional floati ng docks, a n~,w gatE access system and wastewater vacuum system for Docks G &. Hi and all other work incidental to completing the work described In accordance with the plan", specificat.ions and contract documents. A-4 Method of Award The bld,; Will bE e'ialuated ha[;ed on the following order, subject to the ava i labi ] i ty of funds Total Base Bid p us DeductJve Bid Item No Total Base Bic Totd Base Bid p us Additive Bid Item No. Tot,,1 Base Bid p us Additive Bid Item No. 4 1 plus Additive Bid Item No. 2 Bid Item No. 1 plus Additive Bid Item No. 2 s _ Tota] Base Bid plus Addi t i VE' plus Additive Bid Item No. l Total Base Bid p us AdditiVE pIu" Additive Bie Item No 3 Bid Item No. 1 plus Additive Bid Item No. 2 plus Additive Bid Item NO.4 F) Section A - SP (Revised 9/18/00) Page 1 of 28 ,'0' 1 r3 ~1. :; t- t'I,:\ pi , Id ,,; i"'dd 1 t i" " Iten: fie' ld It"m fJ,) 1 us (I.lid 1 t i 'fe: P lu?, Hid Additive Bid Item No. 2 rem No. 4 plus Additive 1'(j i I,dd i t err. N BelSt Hid pI,s Pviditin" J\ddlt j\,~ Bid Item No. em Nr ,~ Add 1 1 V,' Bid Item No. 1 plus l\dditive ., I d r t em Ni h plus Additive Bid Item No. 2 Bid 'tern NO.4 plus Additive f~ 1 pI ;:) Bl ne i.n1 ~~~l tnt-' "Ii l l:; to Awnd the mdXlmum amount of work, within the he proJel, 'ai 1 al fund nq t 'I r :cegul 11 Lries :::ivanta. Je,_)us t I rld t he r qht to Ie ject any accept t he bid wh i ell. Hi y and n t he best i III erest Ot all bids, to waive the City's opinion, is most of the public. ne c t e~:el'.,,'e~ t, ~lf~ Cl 8xplanation of Proposal Base BId consists of providing all equipment materials and labor necessary () con:;tTuct all cemporar~y sitE' fencing; dock entrance paving, curb and .~utter landside electrical conduit, conductors, meters, and switching ;Lation", landside potable and firewater p~ping; Docks E, F, G and H landside :elnital'l sewer piping Docks E and F sanitary sewer pumps; Docks E and F 18" 45' long C(lncre:e slip piling; design, manufacture, deliver and Ilstal at ion cf t loat r ng concrete Docks E dnd F; installation of Docks E and dock p jing; [kicks and F electtical conduit and conductors; Docks E and F cJotabl. ind fLrewa:el pipinq; Docks E and F sanitary sewer piping; Docks E nd p.-jynuwer powe p.irts and f e centers, installing Dock E and F entrance ;dtec:; A,'(, llliI-r'hemen' <3; and all lther,^,ork incidental to completing the work serit.e: in JrCUlCT "lth the plalls, specifications and contract )cumel~t c,dditi e Bid [telli No 1 cens st:. of ptoJlding all equipment, materials and dbor~ [l('es~;ary nstall Duck G 18" " 45' long concrete slip piling; !esign cnanuLictuP", delive:' and installation of floating concrete Dock G; lnstalia1lon (.f Dock.~ dock piling; Dock G electrical conduit and conductors; lock potable dlld firewater piping; Dock G Hypower power ports, light :enter lnd filP cpnt~rs; and installing Docks G and H entrance gate. Additive sid g~mt-J'~....?: censue,ts of providing all equipment, materials and Labor necessary to design, manufacture, deliver and install the Dock H main walk, floats, framing deck. cleats, and dock piling. Add~!...ive Bici_It~f!I No 3: consist s of providing all equipment, materials and labor necessary to install Dock H electrical conduit and conductors; Dock H potabl dnd firewater pipinq; and Dock H Hypower power ports, light centers -l nd fIr e ~ e n t f, n; Addlti ve Bid Item Nt. 4. ~ons lc>tS of --------- -- - providinq all equipment, materials and :Jeli ve rand nsr:a i 1 Dock t' sOllthside -leatf: and dock p lilig at Elips Hl, ' ~5, 2 9, 3 and 3r) the im;t.allation of slip piling and labor necessary to design, fabricate, finger piers, floats, framing, deck, r), 7 9, 11, 13, 15, 17{ 19, 21, 23, Additi ve Bid -----~- - -- provid Iflq a 11 de live 1 d nd Item No. 5 ~onsists of equipment, materi a] sand Lns,td 11 Dock " !JOt t hside the labor finger installation of slip piling and necessary to design, fabricate, piers, floats, framing, deck, Section A - SP (Revised 9/18/00) Page 2 of 28 Ie :1 t , d }( r. ! 1 i oJ d , I P : , '. 6 G d. l , i. H L4, 16, 18, 20, 22, 24, l~ddit 1\,'(- ~i<:!._f.tem Nc b (ons i ats of providing all equipment, materials and Labor n.'c:essaq,' t,) ] istall Dock:; C; and H :;ani tary sewer pump system; Docks G ind H sll1italv .,,,:,,,,,er pq:JJ[lC :Hid install lJocks E, F G and H electronic gate 3cces < sterr rhe Cem anno' 'anno' cact, Jt I, xceed 41; xceec .. 4 rrude dW,lrT _)1 the 'f,<al the T t ,I j that id !3Jd the C)st for Mobilization/Demobilization Price Also, the Mobilization cost alone PI i ce 160% of the 4% total). A-5 Items to be Submitted with Proposal rhe f;)l owing items ,re required to be submitted with the proposal: 1. ~~.Bid Bond (Must reference PrClj~<::);=Name as identified in the Proposal) Corpus Christi Marina Development Project Phase III (Docks E, F, G, and H) (A Cashier's Check, certified check, money order or bank draft from any St.ate or National Bank will also be acceptable.) DlscLo~;ure "f nterests Statement J. Statement 01 Qualifications Shall be submitted with the proposal. A-6 Time of Completion/Liquidated Damages (See Addendum No. 1 & 3) The wUlkinq tIme f, compietJ'}il of the Project wlll be 180 calendar days. The 'OLtractor ~;ha COrrlll\enC(' work within ten (10) calendar days after receipt of wrItten notlCt' Irom the niyector of Engineering Services or designet' ("C ty El1gi :eer") to proceed, For "a'll calendar iay tl,at any work remains incomplete after the time specifi<:d in thE, C,ntract f'Jr compl.etion of the work or after such time period as extended t'Ursuanl to other provisions of this Contract, $1,500 per calendar day wi 1] b,' assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that th(' City wi] 1 sustain from delay in completion of the work, which damages by therr nature are not capable of precise proof. The Director of Engineering Serv ces (ei ty Engineer') may withhold and deduct from monies otherwi se due the Contractor the amount: of 1 iquidated damages due the City. Time of completion lor the Tutal Base Bid is 180 calendar days. If Additive Bid ILems are awat'ded, the wOl--k shall be performed concurrently with the Base Bid and ';hal be 'ompleted ;,;ithin the "am,' time frame. A-7 Workers compensation Insurance Coverage If the Contractor s workers' compensation insurance coverage for its employees workIng on the Project is tecminated or canceled for any reason, and replacement workers' compensat ion insurance coverage meeting the requirements of thi,:; Contract 1.5 not III effect on the effective date of cancellation of t he worker s' compensation insurance coverage to be replaced, then dny Contractclr employee not cuvered by the required workers' compensation insur'ance covETaqe must not perform any work on the Project. Section A - SP (Revised 9/18/00) Page 3 of 28 lrtnE iT; e 1 ) let caj"n'lcll it', ln,' udlllq awl after the effective date of lei ].';i th,' 1,'<'nttd'tOt" workers' compensation \;.. t'rnp;(,/ee,~ "'''lk,tKJ ()li trw Pt'oject~ until the date ~__ompell'-,dt lon Illsurdnce overage, meeting the Contla t in effe,.t to] thuse Contractor employees, 1 bf,,;s.>,;,:ed against and paid by the Contractor at the IFe'",lhre l,'ecifi.:.d '[1 tit,; ("nlract, Such liquidated dtc-'~itl not !turn Lhe City Engineer to the be ij';,;eS\;,c.j and p-ll ,'ven i! the permitted time to '~'rmin t ,n )i 1ni []SUla ('. 't'JJ' f . f.~plaC"'m, 'Jlt ,......);k, 'r, equir.cm,'ntt; )f t" IS I qu id~ t "d damd'-JT'; W] ghe,. 1 'It IdmcKlt") \ i j dnu '"nll'a if1.j ,;;,1 ':.>mp lee h. I ' tiP, t j a s [] 0 t e 'T ] t ed, " dC' ,] iane e w] UI or her n" lU j n?ments ,f t hi '3 Contr deL, the Contractor shall ;:,t pc-.1< c3ubccnt r'a, tOl;: I ,t hers work on the proj ect unless all such ndi vIiu I s work i [g :.>n th. PI CJ ect are covered by workers' compensation nSllra, and un] is,, the t equ ired documentat ion of such coverage has been l]ovid..el 0 tl,P ['optr ;ctOt and the Cit Enqineet A-a Faxed Proposals Propoi3d:, taxed oin,ctly to the City will be considered ProposaL" must COrita n original signatures and guaranty and lccord~n"ewit h Se"t] m B 2 of the General Provisions, non-responsive. be submitted in A-9 Acknowledgme~of Addenda ['he C,nl I acter shal J acknowledge receipt of. all addenda received in the ippropl jJle \;PdU:' provided II! the proposal Fai lure to do so will be nterp:eted a'; nor' n'ceipt, S i nee addenda can have ~"ignificant impact on the ropos"l failur'~ to acknowledge receipt, and a sub~;equent interpretation of Ion reE'ipt could nave an adverse effect when determining the lowest espoll j t! I e b del," t A-10 Wage Rates IHev sed Ie/on l.,abor pI eference dnd wage rates t::.>r Heavy Construction, .-ont ract 'H sha 1] ll,;e 'ligher waqE rate. In case of conflict, Mininum ~rev~i IjI!3. W~ge_Sc,<~,~s The Q:n-pus Christi CIty Cbuncil has determined the general prevailing mininum hourly wage rates for Nueces County, Texas as set alt in Part C, '!he Cbntractor and any sul:xxmtractor nust not pay less than the specified wage rates to all latDrers, WJrkrren, and rrechanics errployed by them in the execution of the CDntract. The Cbntractor or subcontractor shall forfeit sixty dollars ($60,00) per calendar day, or p:ntion thereof, for each latDrer, ....orkman, 11 rrechanic errployed, if such person is paid less than the specified rates for the classif1cation)f \o.Qrk perforrred. The Cbntractor and each sul:xx>ntractor !lUSt keep an accurate record showing the narres and classifications of all latDrers, WJrkrren, ani rrechanics errployed tJ'j t..hem in connection with the Project and sha,.;in::J t..he actual wages paid to each VIOrker l'he Cbntr actor ....i I nak( bi....eekly certified payroll sutmittals to the City Engineer. TIle ContractD! wi I.l al~;o cbtain <::q)ie..s of such certified payrolls [ran all subcontractors and c)thers '....orJr-ing on the Ploject 'Ihese docurrents will also be sul::rnitted to the City Engineer bi-\\eekl.y (See section for Minority/Mi.nJrity Business Enterprise participation fulicy for addi tiona I requj rerrP.nt s concerning the pn::per fonn and =ntent of the payroll sutmittals.) ':.:me and one-half (l~) tiil-eS the speclfied hourly wage nust be paid for all hours WJrked in excess)) 40 hours i i i anyone \.veeh .'lJ1d for a 11 hours v..orked on Sundays or holidays. (See ':ecl iar B ] ], Def j [\ i t jor of Tenns, :lnd Sect ion B '7 6, Working Hours _ ) Section A - SP (Revised 9/18/00) Page 4 of 28 A-ll _L~tia:l Wl.t.hPublic Agenc~~ (Pe'Ji;erI;/:Ji)) Ihe Cuntrdctor sh,'lll ccxperate widi aU public and private agencies with facilities operating 'Niehili the ] imits cf the Project 'The O:mtxactor shall provide a forty-eight (48) hour not to any app! icabl agency when '..ork is ant icipated to proceed in the vicinity of any fa;'iJ C\ by u3inq 'he Tex.as i)ne Cei! I System ; 800245-4545, the wne Star Notification '.l:npcii 8'lO ';6'1 8Y. I, and I he :~)uthwestern Be 11 Lcx:ate GIOllp at 1-800-828-5127. For the ContI. !!:t '~; (nnVenH'nCf the tc 11 Ow'1 rKJ telephone nurrt:>ers are listed. l Eh3ineer Pi i 'jeet EngIneer Shiner fvbsele'y' and AssCX:Lates, D Brent Moore, P E. 1'1 aUic Eng"ineering p< "j ice Depal tnent WaLer Depa.rtnent Wastewater Department Ga:; Departrrent Storm Water DeparTlTeI1t Parks & Recreation Dept. St reets Clod So I id Waste Selvi ce:o AEP SHe ':..' ty Street Di/. 'or Trafflc ignal/Fiber)pt. I.iX.-at" C,ihlevisiol1 At ~;T (Fiber Optic !<M:' (Fiber Opt lC) ChoiceCcm (Fil:>er 'lpticl CA.PRCCK ( F it:>er Op; ic} Bn:oks Fiber Opti (MAN) A-12 Maintenance of Services 880 3500 857 n11 Inc. 880 3540 882 1911 8S7 1880 (880-3140 after hours) 85'1 1818 (880-3140 after hours) 885 6900 (885-6900 after hours) 857 L881 (880-3140 after hours) 880 346] 85'} 1970 299 4833 (693-9444 after hours) 881 2511 (1-800-824-4424,after hours) 857 1946 857 5000 88'7 9200 813 1124 8815767 (~12/935 -0958 972 7534355 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) <r"bbile) The Contractor shal: take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility reeor df;, ete and j 'om as much field work as normally deemed necessary for the 'om~tructlon of this type of project with regard to the location and nature f underground utillties, etc. However, .t:..h..~~ccuracy and completeness ~,...?us:h ..lnf<:).!:1l1~t=: ic:~r'_i~_ not guar:ant~e9 It is the Contractor I s sole and comp] e1. e respons i bi ity to locat.e such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters uti]ity services along the line of this work, it is his lesponsibi lity 10 maintain the servIces in continuous operation at his own expense In t lie event oj uamage 1.0 underground drawing~;, the (\lnt actor shall make the utili t.ies back in sEl\Tice '0 construct the the Contract price. All such cepairs must company or agency trut owns the utilities utilities, whether shown in the necessary repairs to place the work as intended at no increase in conform to the requirements of the Wheno, /'xisting SE'werS arE' encountered and are interfered with (i.e. broken, cut, elc.) flow mu<t be maintained. Sewage or other liquid must be handled by the Cant ractor ither by cunnect ion into other sewers or by temporary pumping to a satisf2ctory outlet, all with the approval of the City Engineer. Sewag,' r othE'1 J i'1\ id mUSL [lot be pumped, bailed or flumed over the streets or gr)Ulid sur t dCte aLd Cant cae t '_H must pay for all fines and remediation that may 1 ",;u 1t if ,.;ewag, or' ot hel i, quid cont acts the ~;treets or ground surface. Section A - SP (Revised 9/18/00) Page 5 of 28 s '.) [1t de t - Ie Cd ] .ns d 1J ,1:' J u LITle n t " t ncrea e i n t hi' or rac t p I Q le.cd .n s .. ! < ~ Wt r e r'v i c t 1 r ":;pons i b 1 J i i to make the satisfaction of Matellal" for ne,' must DE' provided a 11 necessary repairs, the City Engineer at no repairs, adjustments or bv the Contractor_ 1 ( A-13 Area Access and Traffic Control uff JC P "ld t ( r L t t! c nLt'() I ne,-:i~3UreS mu;::-;t IV 1 d~ 1 r1' n I ',urn 1 ni:CL:\ enlence ne used t c assure a safe condition 10 ~)torists and the public_ tIe v :11 inlmu pub 1lC wI dt h,: dC~__or I",-j :)e !-eq::lirf:~j idvcr;e lmpa OlJ' hI 'l\i,e rna, llc,ude, !)ut IS .)nst U'J i n f temror.n) to schedule cess ]t'll] i ty not iinlIted ramps pt IllS operations so as to cause at t:he Landry's Restaurant and to, working driveways in half rhe C..'n racU.] shal camp ly Ai i th the '1 ty of Corpus Christi I s Uniform Barrielding S':.a!lddrd~ and Fladices as adopted by the City. Copies of this iocumeIlt are IVdllablf, through :.he City'~; I'laffic Engineering Department. The 'ontra t silal Si"Ute nelecessary permit tram the City'S Traffic Engine"] ng [)"pd'trnen ,dl C()t:t fur tr'affic cantrell an, consJc!erf'd subsJ.dlary; therefore, no direct ,laymell' ">': 1 i be made ' 0 Cont la,.t (I ~~~onstruction Equipment Spillage and Tracking ('he Cc ,n' ;pi] Ie 'nechan 'leal raet( r sha 1 na t e r i. a 1 s go . (' ,1 c:.'tqUJ pmE.nt J,}b ]pL-nec' .nCt-ea {: !n t:if' itl keep the adjoining streets ng to or r com the construct ion must be 'lsed where necessary mater I ai, Such work must be let pt 'P free of tracked and/or area. Hand labor and/or to keep these roadways completed without any ,;treet .Hld (u r t ,- reque 11 t i l , i f sewer svstem, Nc allowed') I el'la 1 il 11 e must be .} eaned at the end of the work day or more lb :e~;,:;ary, '.0 pI t~vent mater ial from washing into the storm is Ible mdter Ld I that could be washed into storm sewer is ln he Project site at adjoining streets. ':ont ract H hydrau i prior l C slIa i i c.1 ean work cl I'ea fluidsI' )theJ unsightly camp Let l ng t he wor~ of aU materia] engine oil, transmission and from existing or new pavements Any detet'minat.iol1 as to when streets and curbs reqUl.re clearing and cleaning due tc any tracking "I' spilled materials falls entirely to the Engineer only_ The Engl neer wi I] a1;0 be the sr:)le judge in determining when the tracked or spilled mater als 'lave been satisfactorily cleaned from the area spoiled. A-15 Excavation and Removals NOT USED 'ffte--'e~H~-a-v-a-Ecee --d+etl&---behind --etH'cfr& afi& adj accnt- -to. G idc..'alka and dri yc'.,ayo muot 13e--.f+:l kd~.fl-J.Le-l'eaH-IL-El-iH c-1L(' 1 e an " dirt. in de f-i.ne4-an d i It that i 0 capable O'E-f7HYVi4iHq-~-a '3'eod'--~-fl-of grana >Jhen applied '..'ith accd/ood and f-eT-tc-i-l t7'ceF-cc 1".hE- B+F-E- -ffltIBt--be--t-I'~-eE--Be&l"-i-s-, caliche, aaphalt, concrete and ':tfiYet tt+" .matef I a--lt.ha-E--Bet~Fa-€-E-5~-i.E-S-appeaFafi€€ -Q-f' hampcro the gro.....th of ~.. AH-~-i.st,ffig-. -eoR€-i'eh:c----a-ne--a.spfi.alt-w-i-t-fi+H -t-fte--~B--Bf the Project muot be FefftOV€d uftl-e-s.,.;- ':+t:-he'FW i:s-e--.net-ee- Section A - SP (Revised 9/18/00) Page 6 of 28 Ad-. 'If",''''S,,d' Y I '<ffK"'dls 4He'bH+ng- hut Hut liffiite€l.~..tc&- pipe, dr-iveways,. ;~Mew+~~;, f""'~ H+ t.f) hf" eOH:7IGered c,.ub,,.idi-ary---t.otc.he--bid item for "Street ~'av,T4 "em" ; -tchf'T'cH.. e-; no '3i+eet pa'y'ffien-t wi 1.1 be--f!tade-Ee-.c~ A-l.~ Disposal! Sal vage of Materials E:xceE; .'xcnat,='d mdr:erjal broken asphalt, F)thel (,:wantod mater ia1 becomes the property ,'emov.'o fl)[T t'It' C' te by the C:ontractol ~laulj'lCj ,C .:on:,i,jer, i c3ubsidiar., thelef ee, ::0 CUllt jet 01 concrete, broken culverts and of the Contractor and must be The cost of all disposal and no dJ I'ect payment will be made A-17 Field Office The Cant ract)r must furnish the City Engineer or his representative with a field (it fiee at tne 'onstruct lon site. The field office must contain at least L20 ;:qLure teet )f lseable space. The fIeld office must be air-conditioned and lledted dnd must be furnished with dn inclined table that measures at Least "x 61J" and two (2 ):::hai rs The Contractor shall move the field off ic>; un the ,; i Ie ,1S required by the Ci ty Engineer or his representative. 'Ffle--f H' 14 e-f.f-i-ee -ffitlot be - 'F-B-Fflcis-hea-.-w-i-E-fl -a-telcphGHe- ("..ith 21 hour per day aftS-W€1'-.i ftg- BeF\fi,,-"€ t -an4-.~. -maefrHle paiEl--fBF--ey'Ehe.tontractor. Communications for this proj ect will be via cell phone and e-mail. The jobsite superintendent and project manager shall have access to both communication modes at the field office. There J s nil separate pay item for the field )f+ ie,' A-1.8 Schedule and Sequence of Construction rht. Of1 ra,:t.:>I :alend2! da')s clubml t "d to shal submi t (; the Clty ThiS plan must detail the c:i l Enginer:r at least :nee lng Engineer d work plan based only on the schedule of work and must be hree (3) working days prior to the pn. )n;t_ru~ri The F La mus lndlcate the schedule of the following work items: Ird tial Schedu Le: Submtt to the Cj ty Engineer:- three the Pre Conf;triiction MeetJng an Jnitial Construction f i t-ev le'v\ (3) days prior to Progress Schedule 2. Items _t~. Include: Show complete sequence of construction by activity, i dent i fyi ng Work of ~;eparate stages and other logically grouped ditivities Identify the first work day of each week. 3. Submittal Date~:: IndlcaU" submittal dates required for all submittals. 4. Rr Submission: Revise and resubmit as required by the City Engineer. S. PC'l ~odic Updi:l_t. Submit Updated Construction Progress Schedule to show at ual prugl es~ of eadl s:age by percentage against initial Schedule. A-19 Construction Project Layout and Control The dLlwings may depict but not necessary include: lines, slopes, sectIons, measurements, bench marks, baselines, etc. that are required to construct a project of this nature grades, normally Majol controls and two (2) bench marks required for project layout, will be prov ded bv rhe eLt) or Consultant Project Engineer Section A - SP (Revised 9/18/00) Page 7 of 28 .' tie '-'0 Jnt ['(., tC:")1 '; r,cl t rH: if".'1 t ~ urnl s! 1 nes, s I ('pes lnd Incas urements necessary for tabl )st t : lie> n'~e : tJ . '.' )'1' ), t r)n J:-' 'lecessary to distur b or destroy a control ILl' k Ult' ',Hl! 1 dctor ~;hall provide the City or Consultant '3 'lour,: lot 1 so that al ternat( control points can be ;]( C t i .il ,:on:;lll tant PI. OJ ect Engineer as necessary, at no I" Cunl r c' i p'Jint:s ]' bench ma.rks damaged as a result of leaLigencl Will be restored by the City or Consultant t. ,f:: pxpellSt' the Cont,'actor j. l,'-1 '( [l,' be-!l{ t: l.ll ec ,':ng ~:) ,.::..d !-te C n< ~'d(> c'r I ': 0 !et f<il"] ! ll( e 1 ,ie c .,ha:e/e: ca on it ecessary to deviate' trom proposed line and prup"rl .,x, (!ute tC')e ''"' rk, the Contrac'tor :;hall obtain approval of )[ ,It i11t P[)jec Engineer' prior to deviation. If, in the he . J Y )J Consu i I,nt Pr oj ect Eng ineer the required deviation 11' 'esslat eV1S10L ,.() the drawings, the Contractor shall provide '1'1 mfas'~ nme::ts 'i'; r eqill red for the City or Consultant Project '0 rt\' f' ,h, dClwlng:c f ' ~ t' aof-:' ,pin in ,j()U 1 d ;uppor Engi ne' 1 The Cun' "xisting he comp Eng.l.ne"l personlle r aeCOl ;lldl tie 1n Ul reference all va Ives and manholes, both and pro!=)(,seu, for the purpose of adjusting valves and manholes at Let on <)f th paving pr',)cess. Also, the City or Consultant Project mal requln that the Contractor furnish a maximum of two (2) fur th( pUt {)ose of n~'S i st ing the measuring of the completed work. rhe Cont actor ,ilia .I dnd ve t i I i Cd t 1 OIl () t c ,;pee i j C.l r ion, ~;a d ilr' a Tf j j Pat It iide .l.cen~:,'d n tLe ,;t ltc' ')dr; y ,. L :ha iisc:ref)d 'lP~3 ~:;hd.-l L 'ompl l.'''' ',' r d!1 eg rovide the following certification for documentation )mpliance with the Contract Documents, plans and ompliance certification shall be provided and prepared .endent Registered Professiona.1 Land Survey (R.P.L.S.) of Texas retained and paid by the Contractor. The Third .e appr_.vc'd by the City prior t.O any work. Any noted by the Thi rd Party Surveyor- and certify lator) permits. [Collo,^,.nj u the m nlUUffi schedllle of documentation required: St.-reel ,}- . --A.l-,J ('urb f'f4+H--ft:i-ar -pEHflt. 01 tangency /point----B4' circumference ..-L"lH'b ..HI'€! f:f\.t-E-I.:ref How-l-ine oot.-lr--s~-~ otreet on -<:1 200' intervCll, ..--,C;.8',,,€, €rOWfH; .....Htti ~'.. j H-8-;r-va 1 Clnd-a-E--a++----i-ntcrocctiono. '...Cl(l te\/at e~ . -AH -fi-mfffi.ve-f.r-t.~~..t-e v-a-t;:-i-BRS -at - ffiClnho leD ( ..---AH i n tc ro c ct i ng-l-i-fles.---ifl~ .-t-asHtEf--elevCltions-+wp-.Bf~ Clnd flm. line) (TXDOT Clnd RR permito). Water . All top of valves bOX; . Valves vaults rim . -(;-asHt<:f elC'rClt~OrH3- ~...~ ~if* -afl€l-+lBw-.l-i-nei-+~ Clnd RR permito). L to rm'.I ,)} t.er..., . ---Al-l -l i:mf-iftVeTt cl-evationD -at-fllJ.nholco, . ----Al-l -i n~-&eBt i-ng -l Hies--i1i --manholes--; . -{]-aBH!<J--elevati:eft5 ~-ef ~.t-pe"Clnd Elm/ line) (TY.DOT Clnd RR permito). Doc k , .. P l e1 s,_anci._I" i!.l I~:. . Elevation and horizontal control of centerline on a 50' interval and at all corners of ,lock; . Tor elevation f riles and~lCJ! izontal control at corner or center of pile. !I--20 ,!,e~ting and Cert.ification Section A - SP (Revised 9/18/00) Page 8 of 28 t 1 ,C Contractc be ,lone by a recognized test ing The cost DE the laboratory testing [hat any' t ,~st fails, that test must have been t.aken, and the cost of and deducted from the payment to r CqL ti:.j ! \/ ;( 1 t. ;j lndel t hi:' t.he i, at" H ':. ,~ 11 . 'E' De derw etes\ i :)or nt' .' l-.ht: Cl t l j I :tem T1lU~)t Eng i nc,' 1 t he event. o':eI dft r correct 1\'C W 1 De b, cne b;. t i]f' rneaSUI e~; "he C'J!l' , act C 1 ThE '::y ! rd,_:"t 'l:llS' pl.)\' l d,. 1 1 ] appli.:able cell ifications to the City r-:ng l nee A-21 Project Signs NOT USED 1'he~-Gfltt-ae-EO-iC, .fffii-S-E-- f-\i-F-n-i-s-llc--aOO -inoto.l-l---!--P-fc-Bj-ee-€--H~no 0.0 indico.ted on the follo'..'lo-Htj.- -Eka-w-rfl<35-c- (.'\t to.(~'.....p"y... --"I'-fle.-.--s-igno -ffiti--S{~ be inoto.lled before ~l~-i-B&- ~-R-S- dfld--w-i-t+-~ mo.into.incd throughout the project period by €-lie- Co n t.r 0. c to r -'f.he-- l-eea-t:-i.o-n-.of.t. -he-.~s ---w--i-ll be de t ermined in the fie 1 d by t.fle -t i~-v .~fteeF- A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) i. Po i icv ___J, it 1S the policy of the City of Corpus Christl that maximum opportunity is afforded minorities, women and Minority Business Enterprises to par ticipate 1n the performance of contracts awarded by the City of COt-pus Christi in SUPPOl t of Equal Employment Opportunity goals and )b)ectives of the Affirmative Action Policy Statement of the City dated Oct ober ] 989, and any dmendments theret.o. In accordance with such pel icy, the C ty has established qoals, as stated herein, both for mi!lGritl 3no fc.>male :Jarticipation by trade and for Minority Business Ell c~rprtS De t in i 1. ion3 d. Prime Contractol -~-_._-~._- -. _..__._--~. association or awarded a C:ity Any person, joint venture as c, )nt ra,.:t . firm, herein partnership, corporation, provided which has been b Subc~Qtractor Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City::ontra,:t ~!1grltLJ\usi!1~i3s _EE!~...!"~is_e.' A bus iness enterprise that is owned and contrclled by one or more minority person(s). Minority persons incl ude P Lacks, Mexi can-Americans and other persons of Hispanic or ig in, American Indians, Alaskan Natives, and Asians or Pacific Islanders For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively '.)wn, opeld.te and/or actively manage, and share in payments from such ar' el1terpri:3e i.D the manner hereinafter set forth: 1 . Owned (a For a sole propr i etorship to be deemed a busines:; enterprise, it must be owned by a per ,;on. minority minority (b For an 1 ea,;t enterpr ise doing bus iness as a partnership, at 51.0% of the assets or interest in the Section A - SP (Revised 9/18/00) Page 9 of 28 3 . 'Joai s pdrtne m J_ n ( t i' ") 1 P pri.)per t"'l person(s) must: owned by Lie one or more (c Fur an 1 f,a~ t lse doing bus j ness as a corporat.ion, at. asset s or i nt.erest. in t.he corporate ,wned by one or more minorit.y '''lterpr J% of the lot' ;::;ha 1 C'S [Ilust P<' r , (JI1 .:01 t ro 1] e j rh, primacy power, direct or indirect., t.o manage a business '"11' erpris'~ le',t.,:; with d minority person(s) Share_i_f!..u F'~ll!.ent:.~ Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be ent.it.led to receive ~l 0% or more of the total profits, bonuses, dividends, interest. payment.s, commissions, consulting fees, rent.s, prt <:urement, and subcont ract payments, and any ot.her nOtlet.dryJist .bution paid by the business enterprise. M i no [ it ( : See defil1it Ion under Minorit.y Business Ent.erprise. Female owned whns,c women Owned _Bus!!l.e.1>s Ente:r:E:r__~~: A sole proprietorship t.hat is and controlled by a woman, a partnership at least 51.0% of :,ss,~ts or partnership interests are owned by one or more Jr i corpe,rat i all at least 51.0% of whose assets or interests or porat e f;hatt"c; are owned by one or more women. nth ~..~ clo n, ','.'nt"re: r jOlt venLure means an association of t.wo or more pe' SCll~' f,artner:,lnp,;, corpc)[ at ions, or any combinat.ion t.hereof, fOlmd"c t( carryon ingle business act lvity which is limited in C>Jpe nd direct }on The degree to which a joint venture may sal is the stated MBE goal cannot exceed the proportionate JnLerest ot the MBE ar a member of the joint venture in the work to be perf )rrred by thE' uint venture. For example, a joint venture ,,'h ell] t perfunn ',1).0% of the contract work itself and in which ;, minor Jt;, joint venture partner has a 50.0% interest, shall be deemed ;,quivalent to having minority part. icipation in 25.0% of the '""ork Mi nority members of the joint venture must have either firlarwidl, manageriaL or technical skills in the work to be performed lY the jO]ot venture. ThE' goa is for part icipation by minorities Ent erpr] se:; expressed 1n percentage terms aggregat e work force on all const.ruction award d! e IS foll'Jwf:' and for work Minority Business the Contractor's for the Contract Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % 1S % These gc al:, are a[Jpl icable to all the construction work (regardless of [edera j part 1 cipat ion) performed in the Contract, including aprroveo c'lange C'rderT. The hours of minority employment must. be subst dnt ia ly un i for m throughout the lengt h of the Contract and in Section A - SP (Revised 9/18/00) Page 10 of 28 cl del I'll, oL:;fel ut m:norit'f employees from Contractor Cl t ronl project t pr'oject for the sole purpose C(m!'act'l:'" peJcentage is prohibited. to of "(,nt lt3( to meet] nu tie +, ' mpl 'Lane, Uf'UI, om, let Ion ,)1 the Proj ect, a part Ie pal LOll ,;ub::tantiated by copies ,'Lbm it t ,.cJ by t h('~~c:n r acto! to ('he City final breakdown of paid invoices, Engineer. of MBE shall be o The Contrictor sha 11 make bi.weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female par.tieipation, by trade, which has been utilized on the Project .z\1ol1g wit h the request for final payment on the Project, the CortrdctO! will indicate, in writing, the overall participation If r:rte::e ,reas.oJhic:h have been achieved The City Engineer may wlthhold nonthly OJ final payments to the Contractor for failure to submit bi weekly payrolls in a timely fashion or to submit overall particIpation inFormdtion as required. A-23 ,Inspection Required Revised 7!5!OO) NOT USED 'Fhe--Contr.:lcter-5hai 1:-- a&St.H'e .the .:lppropr-i:-a-E-e- building inopections by the Bti-Htlffitt 1 nopectiBft m.vi&iBft at -t-fle-~BH-s intcrv.:llo of "ark for .Jhich .:l ~L~ i-B- ~-F+4-dft&---tB -ttfTStl-f'e----tt-- fin.:ll inopection .:lftcr thc building io eemp4e-tffi--a-fid i'eaGy- 1'Bi' .oeeupo.l1cy. Contr.:lctor .-Iffi.tSt--obt.:lin the Certific.:lte-&€- Oee~YT -wRefl' -at1fH ,-eaI3-1-e- fTe{,4H:m---B-f,-2 eE'" tHe Cener.:ll Provioiono io hereby .:lRlcndcd . i-ft-that -.thef'Bflt-.Faet-t:n fHHS-E--f'ttY~-a-l-l---f-ees---a-H4 ch.:lrgco lcvied by the (!,i-ty.l D Bill l-tl:1 fig t-ftSpe€-tH7Fl .Depa-r-tffie-H-t, -aoo-- a 11 other' Ci ty f ceo, incl uding wa-te'f WdStewT-t-t-er. me-t ....-F-.t'-ee-s u+rau tap---f-e-es"-a&-r~~ -by City. A-248urety Bonds Paragraph tW'J (2) ot Section 13 .Jn4 of the General provisions is changed to read'l.s Follows 'N' surety wl1 j be accepted by the C.i ty from any Surety Company who ,., now in de fau l t or de 1 i Ilquent on any bonds 01 who has an interest eP any litigatj)fi against the City. All bonds must be issued by an -ipproved Surety Company authorized to do business in the State of Texas If performance and payment bonds are in an amount in excess )t ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and suq)lus with reinsurer(s) authorized to do business 1n the State of Texas. The amount of the bond reinsured by any reinsurer m,lY not exceed ten percent (10%) of the reinsurer's :apltal and surplus. For purposes of this section, the amount ::>f al lowed capita] and surplus will be verified through the ;t ate Board ot Insurance as of the date of the last annual ,t3t:utory financial statement of the Surety Company or reinsurer luthorized clnd admitted to do business in the State of Texas. The SUlety shall designate an agent who is a resident of Nueces County, Texas Each bond must be executed by the Contractor and the ~Ltety. FOI ontracts 1[1 excess of $100,000 the bond must be ,>;.:!Ccuted by a Surety company that is certif ied by the United States Secretary of he Treasury or must: obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified [)') the Un i ted ;tates Secret ary of the Treasury and that meets all Section A - SP (Revised 9/18/00) Page 11 of 28 ;It at)-)\., P r t~':~Ul ement~)" Fed"r-l Re( i.steelS r f1t lIlSU roe t )! re 1 nSU[t=:r f:n!ding cert ificates )f must be listed in authority on the h. ; _~:i n,"-' w s i ;~;S\l;2ld 01 A-25 Sa~~E...Ta~~x~~~l?t:ion (NO LONGER APPLICABLE) See-t-f:.<.'If+ B---622u;l'dX- t~xempt4on PFov-i-s-4eH; - isdel-e-Ee€l --ifi---ito entirety-and---t-fie f M+BW H+q -suh,Tt t -r-H ted -i-H .li PH--I:-heFe$f-, ':8fH_~*'-tb --IIH -1~effieRt-s- h) H~-pID~r+y -awa-F€le-Ei---Oy-- the City of Corpuo thH-s-tl- de--~E--tfHdH t-y---fBF €*effipt-i-eRs-;:4- -Bttles-T~-se , ;) nd U 0 e T ,:me 0 un 1 C O:J Ebe-~HH'fttet-er- €-1-eet'7--t:-B--E:>f'€ra-t~~--tlnder cl - oep.:1r.:1ted-~~ontr.:1ct .:10 defined by ;::;ectiof+ ; c-~<:q --B4--tflapE€-F-+,- 'fa* Atim-i-R-ist-Fa-t-H7fi--e4'--'F-itle 31, Public Fin;)nce of t-fle-4'e-lttls. l',dminis-t-ratPJ.eu--tefle-,- Hf "--&uefl ._~ ruleD - BF- regul.:1tiono .:1S m:ty be f3 romu 1 Efa t~e4- {}.v -t-fle. wffif7t-Htl-l e-ro-l-Pul:H-ie---Ac c 0 un t-s---e E T e )(.:1 S _ I-~ {'+:>~'af~F-t'-l-e~--t'-B" o~e-rcl-t-e--uOOe-r -a ..oep.:1r:tted--e<~.:1ct, he oh.:1ll: l--{*B{ clHl-t'JctE-fl€€€-f'Stt-Pf -S-+l-eSl,~-m-it-!3-- from the Si::c.:1te Comptroller_ ~-i4eHt--i-fy --t-H-Efu - .:1ppro~i-ate~eemeH-- the "8t.:1tement of H:tteri.:11o :tnd (IE-he-F- Ch.:lrgcnll. i-R---tcne -~t'Ht70Sa-l-fBIm --Efte---eest: --e-f m;)teri:tls phyoic;)lly H+"'-~atee icruB-tohe-PFBjeet, {,- -- 'Pl"OVMe- Fesale--;c,e-r-t--i-€--i"~e<; t-e-~l-+e-r-fr~ 4~ ---PHwWe - ~ - -{'-i-t- y--w-i-t:-h- eo!" i e s--ffi m.:1 t C I' ia--l---i-R-vo i ceo to Dub 0 t:tn t i .:1 t e the p-R~a-cl va l-He-++E---ma-t:-e-Fi-a J-fi- f€-~ -{'BR-t-Fa€-t":>F -OO~---RfJt .eJe(~t -8:r-"opcr.:1t-e--tlHEleT- a--- sep.:1r.:1ted contr.:1ct, he flllii3-t-pdY t'B-f ,...+-!. -S'l-+-e" E*eci se df~ "FacXes~ble to thiD proj ect. :;UbCOIll'l-d($H'-;' dft -e1~We tOt -s-a-lest.cl-* cxcmptionD if the Gubcontr.J.ctor a-l-se----e6fflFt-H-es -wi-t'-h- 'fie .above !~-FeffieHt-s-,The-Gentr.:1ctor muot iooue ;) l~ -+'e-R-H-t-€-dE-f" -! 0 the BUBe,oHH-aet.OF ane---E-fle oubcontr.:1ctor, ia turn, t-~ a f'e-5a-t-e--eeTt--.i t-i-e-at-e te his~liei' A-26 Supplemental Insurance Requirements For each insurance coverage provIded in accordance with Section B-6-11 of the '.;ontract the Contrdctor "hall obtai n an endorsement to the applicable lnsurance POlICY, signed by the insurer stating: In the even; )f cancellation or material change that reduces or res t_ rict~; the insurance afforded by this coverage part, each insurer covenant:, to mil il pI' or written notice of cancellation or material ('hang~ to: 1 Nam.'; Cit:y of ('(Jr.-pus Christi Engineering Services Department At tn- contract Administrator 2 [,dd"ess P.O. Box 92'1'1 Ccrpu~ Christi, Texas 78469--9277 3 Number of days advance notice: 30 i'he Contractor ahaJl provide to the City Engineer the signed endorsements, or :'opies thereof certi ied b,: the insurer, within thirty (30) calendar days Cifter the date the City Enginl'er requests that the Contractor sign the 'ontra('t document s Section A - SP (Revised 9/18/00) Page 12 of 28 WIth !l that tl the 'r y thirty 3,)) Contractor Eng i net" r provl de: " "t ' h, > 'alenddl sign t 11e with :3. worker 'ontra(to ddy'S after the date the City Engineer requests Contract documents, the Contractor shall provide certificate of insurance certifying that the s compensat ion insurance coverage for all employed ~n the Project described in the Cont I d( r or empl, (:O!l t Jf.', FOt 1"3.( ! rlsuraw,,~:lVerag'~ pr,)\!ided in accordance with Section B~6-11 of the t:1e C mt 'actor sha] 1 obta in an endorsement to the applicable ell'e P') 1 i:1' igned by t he insurer, stating that the City is an unal insured (.,Ider the llwurance policy. The City need not be named as i(,nal i:1sured (fI Worker'" Compensation coverage_ Conti :3.: lnsur add i t addi! For :onrract.ua lidbility Insurance coverage Sect j on B 6}1 (a of the Contract, the endorsement '::0 thts;overage ~;tat ing: obtained in Contractor accordance with shall obtain an C:1l1tractor agr.'es to indemnify, save harmless and defend the ~ity, i-agents, se 1 vants, and employees, and each of them against and h" j d it and hem harmless from any and all lawsuits, claims, demands, L iabi ! i ti es, losses and expenses, including court costs atld attorney's' fees, for or on account of any injury to any person, o any death at any time resulting from such _Injury, or any damage t any pI :)pert which mal arise or which may be alleged to have a sen out of or it. connection wi th the work covered by this C'llltract Th" foreqoinq indemnity shall apply except if such If ury, death ,Jr damage IS caused directly by the negligence or 0' her fault of the City, its agents, servants, or employees or any p'"1 son lndemni j led her-eunder_ A-27 Responsibility for Damage Claims Paragraph (a) Generd Liability of Section B 6-11 of the General provisions lS am~nded t) i nc 1 ud" : Contractor mus provide Installation Floater insurance coverage for the term or the Contract up to and including the date the City finally ae 'Cepts the Pr oj ect )r work. Installation Floater coverage must be an ",~11 Risk" form, Contr-aeb')r must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The C I Y mnst be llamed add it;onal insured on any policies providing such i ',;;urance cc.vet age A-28 Considerations for Contract Award and Execution (Submit with Proposal Due March 15, 2006) To al h,w the ('it Engineer to determine that the bidder is able to perform its obi igaUons !md,r the proposed contract, then prior to award, the City Engineer may requln a bidder Ie: provide documentation concerning: 1_ Wllt,thel dny 11',ns have been filed against bidder for either failure to prl'y for servie~s or materials supplied against any of its projects begun wi thin the preceding two (2) years. The bidder shall specify the name and address of the part'y' holding the lien, the amount of the lien, the bd,,;is for the i ien cJ aim, and the date of the release of the lien. If ar such 1 ien has not been released, the bidder shall state why the "im bas net L~en pa ld; 'ind Section A - SP (Revised 9/18/00) Page 13 of 28 -it to, - r t; ~ :1t U ,;tand I n9 unpa ld ,; aims against bidder for :;UP!,[ ed which relate to any of its projects begun 'w, yea t s The bidde r sha 11 speci fy the name Illr,Ll the amount c,f the claim, the basis for the OJ! \thy the claim has not been paid_ ~c t 'Iice; nat ;~t'i a"1~) ,v t hi II tht' l] j add re " i 1 m i.n'-~'-1 r-e,ed Lng )f ,he cL , <p I ana t bi;,,]- ma DC Jll r to upply ,construction references and a ina.n 1, ,it It'~:nt. t plepa eel I' I at PI than [linet:, (90) days prior to the 'i ty -n j I nF,'e] " r, qu st s] gned dnd da: ed by the bidder' s owner, president or ,ther d t hori?/:- ar spe'i t, :1:-; all current asset,; and liabilities_ 'Jpon ,w" I'd ,)1 o pr J le H (,"ltlact t tl< "ont] actiO! wi 1 J have seven (7) business days InsuranCE' C, rt : [icate w! t I 'I set fc,'U Notie.' to required coverages, in the required limits, 'ontractors A of the contract documents. l\:idit Lcna i in: 'IrE!d "Ild J] ,;pment sand 30 day notice of cancellation el:dorsement, Irisurance requ ::>:Jfltractc and jneumentat: Ion ,s rement s d I/: NOT NEGOTIABLE AFTER AWARD OF his lnsurance agent are expected to required for the project within the seven THE PROJECT. provide all (7) business j,:i\" time pe r lor: " P'-r formanee anl! Payment B)nds f(n ] 00% of the total amount awarded. The ;1Jtety agent will previde the Cit_y with an original Power of Attorney, one that contains wet, physical signatures, or a certification of Power )' At torney signed by an Officer of the Surety Company. The Surety l\lent rT':.lSI is, sign .jPsiqlld_te a re~3jdent agent in Nueces County. A-29 Contractor's F1.eld Administration Staff (Submit with Proposal due March 15, 2006) The C,n: cactell shal emplc~ dlld have on site f;taff that include: (as d m nimuml one (1) Superintendent 'lnd two (2) foremen, who are acceptable tc the City Engineel (See Technical and Section 01450 fOI addit onal information_) as its field administration Project Manager, one (1) careful and competent, and Specification Section 01310 The cri teria upon iN-hich '_he (' i ty Engi neer makes this determination may include the followlnc The superlntt:ndent mUf;t have at j east five (5) years recent experience ,n field management cmd 'lversight of projects of a similar size and ..:omplexi ty to this Project _ This experience must include, but not necessar i] y I im i ted to, schedul ing of manpower and materials, safety, o'ndi nat ion 0; subcont ractors, and familiarity with the submittal rocess. federa 1 and stelt ( wage rate requirements, and City contract I,}f.;e out prc.cedures Th, superintend,'nt sha j he present, em the job site, at all times that ,,;)! ~ j ,:; be nc; pi [former! Foremen, i f- H-l ~ shd 11 have at least five (5) years recent F"xperience ir: s milar 'work dnd be subordinate to the superintendent_ FOI emen cannot dct as 3upe t- i ntendent 'without pr ior written approval from t n(" Cit:y Document.3 t ion Engineer ThE 3ubsti t ut ions ('()neer ling ttlese tequin,'ments will be reviewed by the City C':mtriictor's field administration staff, and any subsequent or ]'=p acement:; Ulf"reto. must- be approved by the City Engineer Section A - SP (Revised 9/18/00) Page 14 of 28 n w ;)n Ie t ilC .i ~ it ,'I "q, I nt eIl<li' I: , dCi';UnnnCj r espons ibi lities on the 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 approva I ie, not obta i,ned, he .3ward may be resc inded _ Further, such written 'lpprOJa al so neessary pt j O[ to d change in field administration staff iur inq tIe term ! his ('"nt td('L If tLe Contractor fails to obtain prior ~ritt n approval 0 the Ciey EngineeI concernillg any substitutions or tepia 'elnents l l[S fieJd ,idm,)listratron staff fOl this Project during the term )j the-'on! ra t, su~h failure constitutes a basis to annul the ~ontr iC pur,.uant La secr iO,1 r 13 _ A-30 Amended "Consideration of Contract" Requirements (Submit with Proposal - due March 15, 2006) UndeI C:ontr lC' "Genera 1 Pn ,vision,; and Requi rements for Municipal Construction " Secl lon B 3-1 Consideration of Contract add the following text: WithiL rve ,); ~or Ycing day, (unless noted otherwise below) following the pubU Jpelnng and reading of the proposals, the three (3) apparent lowest bidders (based or: the Base Bid only) must submit to the City Engineer the follmoJinq informal io': '\. j isl )f t.h,~ ndjol c('mponents of tht, work; ;~ _ A] ist )f the roducU. to be incorporated into the Project; ~ - A :;chenule )f values WhlCh specifies estimates of the cost for each ma )or c,)mponenl of t:he w,:)rk, q chedult- ot cnticLpdted monthly payments for the Project duration. ) - rh name,; dnd addce,;sec; of MEE f 1 rms that will participate in the Contract, a:i onq with a descript ion of the work and dollar amount for ~a. h firm, and substalltiation, either through appropriate certifications 01' federal agencies (,r '3Jgned affidavits from the MBE firms, that such MBE firms meet the gu idel i nes contai ned herein, Similar substantiation wlll be required if the Contractor is an MBE _ If the responses do not clearly show that MEE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faitb effort has, in fact, been made to meet said requirements rut that meeting such requirements is not reasonably possjble_ b. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not compJ eted his evaluation of which subcontractor will PC'! form the wod, rhtc City Engin"er ret ain~: the rJght to approve all subcontractors that wll1 perform w,jrk on rhe Project The Contractor shall obtain written approva l by the Ci ty Engineer of all of its subcontractors prior to be-ginning work on tht, project_ If the City Engineer does not approve .3 1 proposed subcontractut:;, it may ! escind thE' Contract award. 11 the event 'hat a subcontractor previously listed and approved is scught to l.Je subst i tuted for or replaced during the term of the Ccmtract, then the 'ity Engineer retains ttle right to approve any subst itute (Ir ceplacernent subcont r actor prior to its participation in tht Project 'uch approva 1 will not be given if the replacement of the Section A - SP (Revised 9/18/00) Page 15 of 28 'IL-,)ntrl':':,n WJ resLlt ,he C)ot rd .te to or Imp I y '~dl i 'h to anlll] , t ne Cont lact !l an increase in the with Ulis provision pursuant to Section Contract price, Failure constitutes a basis upon 87-13; t'lelin,illar,; fcogres" :;chedule !I!d :ompc nfnt of t !le 'work_ itLITlltted he ~itl' F:ngLneer at indicating rt: lationships between rhe final progress schedule must the pre construction conference; the be D.,c,uneIltdtloL rEcquired pursuant to the Special - m 'ern lllq C, ,ns de rat iJn~' tor Cont ract Award 'I 'a. t(lr' lE d Admini"t J dtion Staff Provisions A-28 and A-29 and Execution and the 9 Submit in letter form, information identifying type of entity and state, i e_, Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity A-31 Amended Policy on Extra Work and Change Orders 'Jndel "General ProviECions and Requirements for Municipal Construction Contracts" 8-8-5 PcJli<:y ,)n Extra Work and Q1an9~ Orders the present text is deleted and replaced with the following Cml ractor acknowledges that the City has no obligation to pay for any extra 1NOrk f 'r..mlch d chanqe ordel has not been signed by the Director of Engineering S",n,-lces or his de.dgnee_ The (~ontractor also acknowledges that the City Engineer llHY authorize change orders which do not exceed $25,000.00. The Contractor adQlowledges that my change orders in an amount in excess of $25,000.00 must also b,' .lppnJVf-d by he Ci ty Counc i ...... .... A-32 Amended nExecution of Contract"_Requirements -. Juder "C'eneral Provisions and Requirements for Municipal Construction Contracts" 8-3-5 Execution of_Contract ad, j the fo 1 lowing : ..... Tne award of the C::mtract may be rescinded at any time prior to the date the City Engineer del i vers d contract to the Contractor which bears the signatures of the Clty Manager, City Secretary, and City Attomey, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, aga.l.nst the City, nor is the Ci_ty obligated to perform under the Contract, until the date the City l<:ngineer deli vers the signed Contracts to the Contractor. .... ,,"' ..... ..... -.. Section A - SP (Revised 9/18/00) Page 16 of 28 A-33 Conditions of Work Each bidde1 must. farHLliarize himself tully with the conditions relating to the camplet! on of the Plilject, Fallure to do so will not excuse a bidder of his obligdtlon to CdtT'y' Oilt the provisions of this Contract_ Contractor is reminded to attend the Mandatory Pre-Bid Meeting referred to in Special Provision A-I. Attendance !WsteJ:_f}=:OIIl Mandato!y'Pre-Bid Meeting (Attachment No.1) A-34 Precedence of Contract Documents In cast')f cJnfll t in the Contract documents, first precedence will be given '0 addenda issueo diiring the bidding phase of the Project, second precedence '.vi 1 bE 91 ven tLe Spec ia I hovis ions, third precedence will be given to the <: ollstnlctiu[1 pLillS, fourth precedence will be given to the Standard and Technical SpecI.f ca! ions and the General provisions will be given last precedence Ir t.h[ event ~t a conflLct between any of the Standard Specifi~ations with any other referenced specifications, such as the Texas Department of Publ.' Transportation Standard Specifications for Highways, 3treets and B1ldges ASTM speci t icat ions, etc , the precedence will be given to addenda, Spe<'ia PrO'. is (.n,' and Supplemental Special Provisions (if applicat.Jle) , :onst:uctior. r1ans, referenced specifications, Standard Speciticatlons, and ~eneral PccIOlsions in that order-_ A-35 City Water Facilities: Special Requirements NOT USED A v-i -&+-ttHf~un~ r-_oc t (}-F{}Fi e!l:!.::l.. tt_ {7f~ P1-iBI Eo -t*'-l'-HH'ffii-r -we-Fk-----at- -aR'f----t'-t-E-y' \Io.ter fo.cility, the Geffi,.ttt'te-l,----fi-i-S -stibe<:7flt-FaeteFs, ----aoo--eaeh---Bf their employeeo mUGt tta.ve Oft '-E-llelc-F".-f7ef'BBH.. a. .va-l-i-d'-ear--d---€er~ing their prior o.ttcndcmcc atd lJi&ir~--BREFaeEor--&a-f-ety--{}riento.tioIl Progr.:.lffi conducted by the H-Ey --Wa-t er---Gepa-l'j.c-ment:~-Per-sBflfle-l.7" ---A-- Vi-s i to r I Con t r o.c to r So. f e t y G1ci-etrtat-iofl----P-t~ffi wiH- be Bf-fered -by--- o.uthorized City Wo.ter Depo.rtment --~-FsofHt€l for thGSe-~--seftS--wfl& do not h.:.lve ouch 0. co.rd, ane-whH---Eh:s-H:e--{O---~-l'f'BFffi---any- '.<ork ..oithin o.ny City '.;.:.lter f.:.lcility. Fe-F---a-d4-i-t-H3fia+ inform.:1tion refer to- Attachment 1. &. Operation of City Owned Equipment 'l%e- Contractor ohall. not otart, operate, or atop any pump, motor, valve, equipmcnt, owitch, breaker, control, or any other item rclatcd~ City~-facility~ any time. 1\11 ouch itemo must be oper.Jted by o.n operator or -B€-her o.uthorized mo.inteno.nce employee of t--tte- -P-i+ y-w~ --Be{3aFt me n t _ G-Protcction of Water-- Quality TIte--G-i-Ey muot dei+ve-f wa-te-r-----Bf-drinking qU.:.llity to ita cuotomcro .:.It a++-4-~ ---'Ffte -C~roctor oha11 protect.. the qU.:.llity of the \".:.lter ifl-t-fie---j-aE}---s-i-t-e- -an4--slta-l-l- coordin.:.lte ito-work ....i th the City W.:.lter B€pa-fEffiefil --E-B----fH'{*tet.. t-he--qtiol i ty -e-f--t-fle---wa-te-r-,- 9-- Confor1llity with ANSI/NSF Standard 61 M-l--~ia-l-s-aoo--e€fuipment uoed in --Ehe- repair, reo.ooembly, HttRSflBr-t-at-ieR, r-einsto.llo.t iOll-;~-aREl---ffis.pection of pump 0 , or o.ny &tner--i tema , -wfl-i-eh- could come into contoo.ct with pot.:.lble .....:.lter, muot eefHBFffi--- Ee-~. --Ame-f-i-eafl~--N-atiBfta-l- Cto.ndo.rdo InotitutejN.:.ltion.:.ll 8afti...E-at ie1l --Fetlfi8 aEler'! -tAN&flN&F-}- S t 0. nda r--d--6-l .J 0 de 0 c r i bed in the &Earuja-FEl--h~i-f-i-eat..b.Hls-~- Section A - SP (Revised 9/18/00) Page 17 of 28 Suehmat:-er 1-cHoS- -ine.lude-a-l-l--s{)-lven-t;-s reI eanelO-fI-,--B1frHean ta , 9 a iJ ke t s , t-hr-ead--compoundo. -eeati-ngs-, ~~auH-e equipment. TheDe items mus-t- ru>t:--be--used -unl-ess---Hley .~w4-t-li ANSI/NSF Standard 61 and ual-efrS-- &\left it-ems- are --inspee-t::-ed-~-en -~ -&ite by authorized City per.ge~ Hmned4-ately p-r-i-e'Em~ use lhf< "'HH-b;.'-tctH &Fia--l t pr-ov-ide the- -Bng-i-fleef' - ~---copieo of ',Jritten p-roo4 +.f AN&ij-N-hF StaR€l:a-Fd6-i ---af7p-nJVa--l- ~r .:111 m.:1teri.:110 ....hich ,. Hui ,i {'ome -h-n-tc-o t' onl dt'l -w+-tc-h 1*:4 a--B+e w-a-tce-r F -Hand-.li-ng-a~ op 00 a1 e-f--'l'-Fas-h Al-l--t-ra--s-fl--Ej€-fle-F-a-t-ed - by-Efie-.{;ont r.:1etor- -B-F-- hiD employeeo, suf**>fi-tc--F-aetcBFS j-ffitl-S--E ee--€Ont.:1 i nea- -a-t---- .111 timeD .J.t fa-Eq-b-t-y-s l-t:=e~ -&-l-ewci-tlEJ---t-fiHI-fl wci-l-lm-flBt---Be--a-llmJed. The s-hd--l-l -ke€-f' -~ d--f eTl-s---e-1-ean -a t -- all - --Eimes- .J.nd remove ea' -t-v .J.gento, or the \:.J.ter Contr.J.ctor .J.ll tr.:1oh CONTR."..CTOR I S ON SPl!E--PREP.'\R..".TION ;- ---(;e-n--t-T~-ct-{?--t'-e-F- ; -S--~-S-efl-Re-l------ffH::l-S--E--.-------we-a--r-~-'--ee-l-e-f::cd uni farm oy.rc r .:1110 other I hd-R{H~eT-h-WeT -e-t- --wft-i--Ee_- ---Eaeh- ~oyee uniform. muot pro....ide company aame-and- indi-v-i-dua-l- employee-identification. ,- -C-eHE-+ae4 -e--r s-fia-l-l- p-FHvide----t-€lephones for Contr.J.ctor peroonnel _ Plant tel cphonco -aFe--net--avai~e-f-er Contrac tOE---U-5e-,- H. -*H'k-Ht3 flE>H--Fs--w-ill-he 1~-A-A4. t-e<;--'B-B---P.M--c-,--Mond.J.Y thru Fr~ -tBnt_--Fa€-f-eT- --fftUS--t-- RBI, U5e---aR-'f--B-i-E--y--faci-l-i t-y- reo troomo . Contr.J.ctor ftltw-t- fttf~' ie---BWH Sa-tFt t a r-y----€-a-€ t l-i-fc--f€ s ---Al~ - - .{;6-fl-t--Fc,-e-to-B-F--veh ie- J eo muD t . -be---pa-r-*ea -at de 0 i gn.J. t e d D i t e , .:10 Eies~t€6 by-----f:'-i-ty---W-a-t:-e~rtment -s-t-a-H. Z'.ll Contr.J.ctor vehicleo fIttl-&t-Be-€le.J.rly -+a-beled \/it-fi-comp.J.ny n.:1ffie. No pri.....J.te employee veh-ie-ks-~Fe---a+-l-.-~a{c---{}.,. --N,- - Steveno W<.lter Tre.J.tment Pl.J.nt. .".11 ~_.__.._......__._-- --- ..~~-_.~ --,---- ---_._~.-.._-_.. pel' oonnel ffitl-S-t---ee- -in comp.:1ny- T,fehicleo _ During '..Tor]~ing houra, €ontr.:1ct~ employeeo fltttS-E----f1Bt- le.:1T...e----E-fl€ deaign.J.ted conotruction a-F€--a--HB-F----w.:1nder tM-ettgh .J.nybui ldingo other th.J.n for required work B-F- -a-s4-i-FeeEe4-By --Gk-y --Wa-E-e-F Dep.J.rtment peroonnel during emergency eV.:JcU.:1t+6-fl ... -C Bft-t--Fa-€-t-EH' --Qt;la+--i-f--ieat-i-Bfis --- --- -- -.--- ---- ~'J~+! - SC.'\Dl\. (SUPERVISORY CONTROL l\ND DAT1\. A-fPr'-woT-k--t,3---t:--he e-emputce-F---based- -~--er~ <.lnd control oyotem muot Be- -pe-r4'~--BR-l-y-fly- qU.J.l i f i ed--teefl-rt-f. -e-a-l---a-OO- a upe rv i Dory pe raonne 1 , as- dctcrmiRee---by- --meet-ing the qU.J.lific.J.tiono 1 thru 9 belm.. Thio Wf:H -1<.:- i-fH__~des-,-----btit -+s-ne-E-----t---imi-ted-t-Br --modi f iC.:1tionD I .J.ddi tiono, CR-afi3€S --se+eet-H:tRS ,--f-tt-Ffii~ j----lnot.J.lling , connecting, fH'-('9-l"ctR\R\-i-Rq-,u-t'U-&1=-emi'C i~T- ~t~h---ea~ ibr.J.ting, or pl.J.cing in ope-la-t-H>H-- d-l-lhaHlwa-le --a-Rd/-BFse-F-tcWa-Fe--specified or required by t ht--se -5f:t€€+ f i C.J. t ieft+;- 'f.fie Contr.:1ctor -Bf.--ht-S GUbcon{c-Faet-er---p-repeoing to perform the SC.'\D.". Wf:H*-ffiBst--he--a-B-l€ 8+- eem-en&t-+-ate--t-he--f-e l-l-ew-~ Section A - SP (Revised 9/18/00) Page 18 of 28 2-. L 4 '>- ..,..~ 8, 'f, He H; 1 ,,'gti .at jy-uefl~d-i-H-the ~cr b.::wed monit-BF-i-Rg ,H,. ieontJ 01 "3YStem--btl-S--iRe&S,~feF'ii.b-l-Y---;:10 ;:1pplicd to the ffiHniei-pa-l wa-ter 'aOO-Wd-S-t::c'.I;:1ter -i-R~~ He -has-f1e-r-!or-mcd './ork--oil oyotemoe-E- comp;:1r;:1ble oize, type, cHFi .-(~i€*-i-t7 -ttfr--f-etfU-1-rea---ift---t:hi-s- Contr;:1ct on ;:1t le;:1ot t,-f1' ee--p-F-i- '''F-f-l r 0 j-eetS-_ He ftaS m--en .iteti-ve+y-~ -icH-{;ne- type of './or]\: opecified It€' j ei+l-f-e t'dt l e-as+--5-yed-FS--, He emp-lB-yos- a. -~iotered---P-mt-e-s-s-ion;:1l Engineer ,--a--8::mtrol SYitems-Efl'3'Hlee'F,---B-F-an- E+ee-t-F.:i:-e-a-l Bng ineer to- oupe r7i oe or p-etffiFffi-tfl€- work--Fequ-i-ted-by thio specific;:1tiono_ Heefflj3-+eys---peroonne-l---on -t-fl-i-s proj ect '.;ho h;:1ve oucceoofully eemp 1 e t ed-a - --ma+J-tl-f--ae-E-tH"er.-4r-t~ fl'3' c ou ro e in configuring iHv~---iffif,7-h'ffiern~i~---Efie-- -spee-i+i-e- -eDrnputero I RTUf: '0, ;:1nd 50 f t-waFe- fH'-E-tpeS~ --the---toR-t--F-aet::-- He -mai+l{oa-Hl-S ii- perm;:1nent,--~-ly-- ot;:1ffed ;:1nd &e !v-i-ee---t --ae i+it-y----w-i-tfti:-fl --4-O-G- mil e 0 0 f the Pro j e c t ffia Hl.t-a-ifr,-- F-ep-d-i-F,-- c;:1l i br;:1te, --aH€l- progr;:1ffi the s-p.'"eifi ed-heFe In-o- He-s-h-a-H -fUHt-ts-lt- cquiprnenE '.Jhich io the product ffiaHti-f-a,,-'-t-tiFe-f-to. the ffi;:1ximum pr;:1ctic;:1l extent. Where Re-'---pr-aet-i-e-al; -a-l--l--.. equipment--~ ;:1 giv'en type '.Jill IH"~-Bf---oRe m;:1nuf.:lctl:H'eF-, Pl:'+BF-~r-ffidnce ;:1t -tfte---{}",--N", -Steveno \l,1;:1ter Tre;:1tment p..f.!frt-- -w-ciH_Be ---HSe€l-----ilt--evaluaE-~ ~/hich Contractor or &lriJcontrae-Ee'Fp-Fogramo --tcBe--ne.... '.:or]~ for thio project_ 'l'fi. --C-onE Faet-(H .. --s--fial-l-- produce---a-ll- filled out progr;:1mming lrJ, ,ek-SH~H trw----t-e .-sfiow---. the programming ;:10 needed ;:1nd r-e<-Iuired, -t-e- aOO----E-he-5e+we--sy-s-t-ems- to the exioting City .';t",8A-s-yst-Pm - -AtE-at'-heEl---iB----afl---€*arnple of the required p-E."3't-amm--ifl"J- e-loe-ks-wh-ieh---E-he--G-i--E-y requireD to be filled in aRd-<:jiv-e+I t",-the---B-i--t-y Bngineer--w-i-th--all changea made during t'-h. prograflt!lt-i-flgf*t-ase~d_-'I'fle attached :::heet io ;:1n eKample and i-5 +Jet.ninE-e-n4e&--t:-6 sftew--a-l-l--eE-the required sheeta. The (~nH-a-<:,.t-er --w.d-l ~-ae a1Lp~Q:9..!';:tmR1ing blocko uoed. equipped a i te to ayatemo of one thia io be the b~~fl(j-~_~ J:'_eITl.~ fl_t77 A11~{::r-efl€fl~-f-e-F'--Eftrs project ;:1t the O. N. Stevena Water Treatment P--l-a+J-t~1 be performed uo~-a b;:1ckhoe or h;:1nd digging due to the number o-f-~t-i-fl'3'- -underground. obotructiona _ No trenching m;:1chineo sha-t 111€--" 11 m/edHfl +he--pFBj-e€-t- A-36 Other Submittals L. SpolL Qra""lrl9u;~l:>lT1i.!:~al The Contractor shall follow the procedure outlined below when processIng Shop Drawing submittals: i Quantity:::ontractor shall submit number five (5) copies of each to the City Engineer or his designated representative. b Submittal Transmi tt a] 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 o! ig Lnal submi.ttal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or suppli.er-; pertinent Drawjng sheet and detail number(s), and Section A - SP (Revised 9/18/00) Page 19 of 28 fl' (' fOlm at ':l11 :) ~.~ numbc r i' ~-~ " appropr iate, on each submittal '01 Cr _:-i("1 01 s ~; tamp l.y s 1 'lnect n ,.f Pi' n WOl" WI t h r I ('ant racto! must apply Contractor's or inItialed, which certifies that m,cts required field dimensions, lnci COOt d inat i on of information, is requl r ementc; .)f the Project and stamp, review, adjacent all in Contract ,JPI,ropr at er (:t j )I ~;! t.u I t i 1(:( () > ld i \Cf 'JO( llm"11 ., :~ched\J 1 ng Cont tact Ul must schedule the submittals Pre'Jeet- jnd deli'oct to the City Englneer or ! eln~sellta lve f.~)l Jpprova l, and coordi nate the tea t "c it. 'me; to expedite the his designated submission of Mal kIng productc; , manufaCl ur. ~( r ( , It. ( t Contract,)! must mark models, options, rs' standatd data to each and provide copy to identify applicable other data. Supplement information unique to this Val iat inns Contr acto] must identify any proposed variations from thf COntTa~t document f; and any Product or system limitations which IDa,> he det imenta I t (~ successful performance of the completed work. SpC(ce heq"irements ('ontractor must provide adequate space for Contldctol and Engineer review stamps on all submittal forms. h ReEubmi t ta s: Contr actor must requl red ty Ci ty En9J neer and Sll,ce prev ous submittal_ levise and resubmit submittals as clearly identify all changes made Dif(tr' buti )n: C"ntractor must distribute copies submittdls tc subcontractors and suppliers subcontracors and suppliers to promptly report, an) Inabil ty to comply with provisions_ of reviewed and instruct thru Contractor, ;;;~:mp~_es : !'t!t. :mt lact Ul I ange of manLfa,turers' Engineer'S selection_ must submi t samples of finishes from the full standard colors, textures, and patterns for City 3 . Test_andI<~Ea ir Rege>rt When spEcJfipd n the Technical Specifications Section, Contractor must ubmit t hnlE' ( copic"s of all shop test data, and repair report, and ,d! on-site test data w'ithin the specIfied time to the City Engineer for approval Oth~rwi_se, the related ~gl]iEll1e_nt__~~)l_not be approved for use ;n the project_ 1 Te:; t ~.ngu Schedul :;etvices) ,;rlal AI] test i ng, except retests (including_ costs for QA be pend for by the ity. Re[;ubmittacs I the "vent that ~antractar ale required be E'nors, the Cantractor -,;hall engineering ser\ ices r~quired to more that 5% of all submittals by the resubmi tted due to incompleteness or reimburse the City for additional process their submittals. A-37 Amended "Arrangement and Charge for Water Fw:nished by the City" Under "General Provisicns and Requirements for Municipal Construction Contracts", B-- '" .!..5!Vr:angement ana c::Large for Water Furnished by the City, add the following: Section A - SP (Revised 9/18/00) Page 20 of 28 "l::,,~ Cunt: actol must C()ITqJL y wi tll the City ()f Corpus Christi I s Water ~OIl,;et vatiun all. I Drought Contingency Plan as amended (the "Plan") _ This Ul'; iudes implementing water conservation measures established for changing x:ldi t ions The City Enginee [ will prov ide a copy of the Plan to Contractor at Uk' pi e CO!lst ruel ion me(;ting The Contract_or will keep a copy of the Plan on 'h,' Prcl)ect ,;! te throughout construct ion " A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirement_s 'If "NoticE to Contractors - B '" are incorporated by reference Ln th i s;pecl a i PI ov I sian A-39 Certificate of Occupancy and Final Acceptance rhe i S,iUanCf- elf const it II t e f !nd 1 a certificate of occupancy 'l.cceptancE of the improvements for improvements does not under General Provision B-8- (1 A-40 Amendment to Section B-8-6: Partial Estimates General Pro'visions and Requirements fOl Municipal Construction Contracts Section B 8 6- Part ial Estimates is amended to provide that approximate estimat.t's from WhICh partial payments will be calculated will not include the net : nVCl.ce val Ut-' c f acceptab ie, non -per ishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documt,"w -', satlsfactury to the City Englneer, that show that the material suppl e has been paid for thE materials delivered to t_he Project worksite. A-41 Ozone Advisory NOT USED ftF-im-in<j aR4--he-t-ffl+*-pav~ operationS--flllit3{:-fle-E- -ee-€e-fiEiucted on days for '..hich aft- ~Bfie--aEiv-~-lta:~ been is:Jued, excepEfor repairs. The City Bngineer '.:ill f~r- {3JntractoF-aB8tl-E---e-Be-fie --a~_----1-f--a- del.:1Y ouch ~s this is experienced, t--li€-da.y-widl- flEH;----be---€B-lHtEe& -a&----a- - we-rk day ---afiEi- the Contr;1ctor Hill be compeno~)t-eBa-E t-fle--ttJ~~ee--indicatcd---iR the proposal. A-42 OSHA Rules & Regulations It is t.he responsibility of the Contractor (s) to adhere to all applicable OSHA I-U les and re':jula.tions wh i 1 e performing any and all City-related projects and 01 Jobs. A-43 Amended Indemnification & Hold Harmless Under "General Pre.visions and Requirements for Municipal Construction Contracts" ~~t)_ ~l_.lnde",-nif!catioI1__no.-._ Hold_Harml~ss, text is deleted in its entiret and the following is substituted in lieu thereof: The Contractor shall hold t_he 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 the i r officials, employees, aClents, or consultants, or any work done under the contract or in :onnection thelewith by the contractor, or any subcontractor, supplier, materIaLman 01 thell officials, employees, agents, or consultants. Section A - SP (Revised 9/18/00) Page 21 of 28 [\,hcli t lJl 1 ! ill' ('it it,; offici,;!s, employees, attorneys, itl jig"nl " ha-mless and shall i.ndemnify the City, its officials, 'mp]oye/~sJtt( r-ney,;. 3nd !1gents from any and all damages, injury, or !ibili'vNlLlt~')eVPl from I neglIgent act or omission of the city, its Ie 1 a -, p,npl )yees ,it t ())neys, and agents that directly or indirectly d L;e!. In U 0 an ',rnpl()'.,/oe of the contractnr, or any subcontractor, u 'fJ];t:":' klt r:,:=tlm..:j A-44 Change Ord~.Es Shoul" ch,!n':3" or furni,'lh t he engltH~er f tI., hang Jeler {)reak>i'-)v..'TiS CU', tJreakejown 1 n r Uurla i.u pr] ('e th,'~'hanu.e ier- (s) b, ,equired by the engllieer, Contractor shall a c'Jmp lete breakdown as to al] prices charged for work (urn t pJ l' >:1;, hourly rates, sub--contractor I s costs and materi",]s and equipment, wage rates, etc.). This shal be submitted by contractor as a basis for the rder A-45 As-Built Dimensions and Drawings (7/5/00) " C'onttlC 01 shaLl make appropriate daily measurements of facilities 'onst n.l ~te i and keep accurate records of location (horizontal and '.'e,-ti lei) )f all faci]]ties_ b Upon comp, et ion of each facil ity, the Contractor shall furnish ()wnel witL one !;et)f direct prints, marked with red pencil, to ::-;ho',^, ..I<; bt:llt dimenSIons and locations of all work constructed. As ,'lnltl101d01 the flna! drawings shall include the following: YOI izonta -;ul stJ t 'It orE; dnd vertical ! i eld changes_ dimensions due to 'h, ilgeE ] j E:'.ju Lpment dnd dimensions due to substitutions. '3 Deletions additions, and changes to scope of work. 4 .....n} other ,:hanqes made_ A-46 l?isposal of Highly Chlorinated Water (7/5/00) The Com! factor shal be Jespow; ible for the disposal of water used for tesr.iliq, dis i nf eet iOl and i i.ne [lushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and lFay exceed the permissible limits for discharge into wetlalJd~; or E'nv]]()nmt~ntally sensitive areas_ These are regulated by numerous agenc] e: such a: rCEI), EPA t't It wi 11 be the Contractor's responsibility to camp y with tht n'quirementE;)f all regulatory agencies in the disposal of all Wdc,r USEd j nth, project The methods of disposal shall be submitted to the C! t for appr, !va i - Ther e !;ha] 1 be no separate pay for disposal of highly chlorlnated water ContractJr shall not use the City's sanitary sewer system for d l;p'jSa] )f ~oljtarninated watE:) A-47 Pre-Construction Exploratory Excavations (7/5/00) NOT USED ~. 8,aflY- €Bfi5-t~'~-wflat.'-e-V~-Efle- projcct ,--'~ontractor ahall c)(cavatc ,:llld cX'j3ose--a-:l:-l--e1f-f&t:;-Jng pipelines of the project thJt crooo within 20 feet of propo::;cd - pipel ine:3--of---tAle-iff-&ject and ContrJctor- ohJll curve)' the eXJct 'v'ertiea-l aoo--\1&Fi.zeR-t rrl-~ffieat:-+6fl of c.Jch -eroo:Jing Jnd potentLllly conflicting p ipc 1 i H<" F:er t )(-i5-t.~- --p i pe !-HteS----wfHcefl n pa raIl c l- aOO- --a re--w+-Efi i n tcn fee t ( 10 ') 0 f ~,eOp-i-pe iiHe.,3-oi ~-t:-he--pI-o-teet ,--t-BHt-Fae-lc-or-s-ha-l-l cJCC.:l'.fatc- .::md CXpOGC Gaid Section A - SP (Revised 9/18/00) Page 22 of 28 e*l bl Hg t-H pe line:.; a' a Fcfle-'-cH~" I Fa r e hore I ~ tea 1 :'rt}{} -f et ' ffid}f- dRUm , f .-( fHcHlffiHfh of ~-DO--tE"'1 ,i_I' -aHd---GoflH-a-e-EBL ohall our-vey -Hl.j,-,.t t leal lOE'"tlons of uaid paral~-l-iRe-s--a-t:- (BHE-id-E'to.:7l'- shall. t:-ht'II--pn~~-l''€' d- f~.t-ttnd-----s-uBm-i~--it---EO thc City for approval +n4iea-F t~ --the -GWfle 1---m -p-i-pt-t+ nes--eiHc-av a-t:-eG- -ana--5ti-FvCycd ,--a 0 ,/C 11 ao thc ~;':-HHa-E-e- stat let- +fleTC,"04, d-i-s-E-af.J€e-EO t-fle pavemeHt=----€-e-fl-Ecrlinc and eJ:-e'lf-d let ,ms B-f- --+ he -EEl P H f e l\ i -s t i IKf-p i pe IHws_ C~aet~ --shal-l. -perf.e-na -ftO - ~natruct-wn---weH--&ft- the project until all eJEPlorat-eEy~<=avationa ha....ebeen--made-4n their entirety, the reBulta thereof ~-Eed ~-Ehe -Bng-ineer--and-Ufl-EH Contra~--~eceiT.Tea Engineer'l] appro'...al of ~t:-. ~rat-erY--e*<'!-a-'+a-t:--iOHs--s-fla-H-ee-~-f-EH~-efi--a lump sum b~ois. l\.ny p~vcfficnt ~-f'-1SaOC iat-eE1 --w-i th cJCp l-Bfat{~Fy---e7{€-ii'lf-dt-iBH-s--s-ha-l-l--be paid for according to t-fie--+.s-talHi-s-fieEi-un-t l-l---~ce of p~vcmcnt patching, -Gontractor ahall prmridc a-l-l-lll-5 OWn--S-tHv-eY--WHF-k---e-f4 OF~:l no OCP,l ra4e--~-fEH cxploratory cxcavations. A-48 Overhead Electrical Wires 1/5/00) Contract or sha 1 1 ccmply "i th ill OSHA 3afety requirements with regard to proximi y of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the constru tion route_ Contrictol shall use all due diligence, precautions, ete t. ensure that adequ,lte ;;afety is pr-ovided fOI all of his employees and )pera!()r:; uf equlpme'lt and 'Nitll r-egard to ensuring 'hat no damage to existing overhea,i eie[.~tt 1('11 ,'jires (J fOl J litie;; O'_TUr-S Contractor shall c.,ordinate filS work. \-lith CP&I, and inform CP&L of his construction schedu],' with reqcJ1d to said overhead lines. Some overhead lines are shown In the construction plans, while others are not It shall be the Contr:.ictor '8 sole responsibility to provide for adequate safet '/ wi th '-egard t.) overhead lines whel:her shown in the plans or not. A-49 Amended "Maintenance Guaranty" i8/24/ooi Under "General Provisions and Requirements for Municipal Contracts", B-8-11__!'la.iIl.!=~!1ancl3_.s-;uara!l~y, add the following: Construction "The Contractor's guarantee is a separate, additional remedy available tl benefit the Cit1 of Corpus Christi_ Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or reI inquish any right s or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individuiil or entit( " A-50 Trench Safety All excavations or 'lnderground work shall be in compliance with all federal, state, dnd local requirements for trench excavation and safety. All costs assoc Lated with meeting these requirements shall be included in the amount bid for the item in "Trench Safety" as sh()Wll in the proposal forms. A-51 Pavement Restoration and Project Clean Up It J:; the intent ,f the within the limlt;, cf the canst r-uc-tion operat j ,)ns be plan;; and specifications t:hat any and all areas propc>sed proj ect that are affected in any way by restllred to the same or better condition than that Section A - SP (Revised 9/18/00) Page 23 of 28 I " t I I'> ex ,~ el,> "'Jet ks The em! ',f se, t. 'he Eng .l f inc4 1 Idcter .,ns (f Ola'_ be requ, reel to t h.' P oject elul.l n'J Jp',n 'ompletJOll f I r.le ent re pI perform "clean ups" of the entire project the course of construction, as directed by construction, the Contractor shall perform ject, again as directed by the Engineer. nee lean up All s t. rest oral. on t he V" r- : )US hid i t emf and pt'oJe,'l there:'otE' clean-up no d i l-eCl shall be considered subsidiary to payment shall be made. A-52 Soil Boring Log~ ::oi 0' r lnq , nforn ,> r:)n on 1 t he a c li T ael , heen p'epdteJ ,-,g, ire pI ov ,ded on the drawings for the Contractor's T'le Ci ty alla the Engineer disclaim any responsibility for I :LW)Cat Ion, and extent uf the so1 1 investigation that has by ,thers FurtheT, responsibi lity is disclaimed for i h, da ta by [, 1 dders, as 1n proj eeL ing soi 1 bearing values, and 'he pn,Sell('(' leve 1 and extent of underground water and ntert ("'lat '0,] soil :t"bility, ide j ,"\ 1 s A-53 Signal Light~ fhe em' r dcte 1 shali displ ay 3 Lgnal lights and conduct his operations in accordance with the (}eneral Regulations of the Department of the Army and of the Coac-t Guard gover-ning ights and day signals to be displayed by towing vessels with tows on which nc, sIgnals can be displayed, vessels working on wrecks, dredges, and 'vessels engaged in laying cables or pipe or in submarine or bank protectioJi operations tight to be displayed on dredge pipe lines, and day signals I,) be displayed by vessels of more than 65 feet in length moored 0) anchored ill a fairway or channel, and the passing by other vessels )f floating plant WO] king in navigable channels, as set forth in Conunandment ,S "Oeist Gilani In:;tructi)n MJ 6672,2, Navigat ion Rules: International inland i'OMDT [NST Mlf 672 2) ')T 33CFR81 Append ix A, (International) and 33 CFR '34 thtlu'.:jh 89 ([rllind as appl cable_ A-54 Protection of Existing Equipment, Structures, and Utilities The Con1 ractor shall use Cdre during construction. Should damage occur to dny equ I pment, :3t ruelures I or utilit ies, the Contractor shall contact the ')wner immediat:e]y All :epairs shall be at the Contractor's expense. i)tiliti locations nav,-: not been field verified. It shall be the Contractor's :esponsibllity to JeT Ify eXJstinq equipment, structures, and the condition of existing 'ltil ties ani locations thereof prior to bidding. Section A - SP (Revised 9/18/00) Page 24 of 28 i'h, j I1'J' .c> j)(' 1 l.r, ,f d I k:)own surfa,'e structures pertinent to ';h.' ile ::aSt und"r-gluund ur underwater obstructions such as eX,S'Ll water ,ew, r, "teem ~ewer, gas, electrical lines, piling, debris, or pa r't 'l! st niC't res hat al e l1el shown on the drawings, their location is not .JLLU nt .ed The 011. leI 3S:;Jm,';; no rf",;poI1sibi 1 i ty f.')r failure to show any or ,\] '1<:e ;tlU t'.,r-e on tll Idwlngs "1 1) show them in their exact location_ Fa : l :;Ii.1t. II. ilU"ons ide red su f f ic ient basis for claims for 3.ddi! 1. ,:a (omCer sa Lon ..} t r a wor k ]:1 any manner whatsoever, unless the Jb:;tr '1' 'i(111 en,:oult,. red II sud- as tD nez.:essitate ,;ubstantial changes in the line: '-:Jr ade's teqLI t"O the bui lding of special work for which no prov :c; 'd1 IS madE i the c!la'.-.iJfl(Js and Wh1Ch is not essentially subsidiary to some i em (fJJ01'k fOl '.IIhieh provision is made_ It is assumed that as elsewhpre pO~lded the C.Jntractor has thoroughly inspected the site, is in tor mf" dS 1_' t'le ,0rTec I oeat ion of 'ourface st r uctures, and has included t_h" -c,' ')1 :;ue Il ncident a i ",;ork dlle to variable subsurface conditions, wb"tller su,:b cundlt JnE, and ,'U'-[I work art' fully and properly described on the draWIng,; 01' not M nor clL3.nqes and variation of the work specified and shown <::>n tilE drawlIJ<:Js sf'lll bf- expected by Lhe Contractor and allowed for as in,'ider! a] t t ht s ,tisfactol', (,(Jmplet iUJ: of a whole and functioning work or impn'vt'ment The 'all ra t 01 shal j eXlst LLq ,;lluctules precd~t lonarj llevlcf Contractol allow lh,' st I-UCt:U ~ es repa 1 rs tbe 'it sfac:iCln )f mai nt aill ,;uffic ient clearance between his equipment and at ad jac-ent property, or port ions thereof, and utilize ~ such a~ buoys or other means as necessary. Should the equipment to become in contact with any portion of these to the damdged areas shall be made by the Contractor, to -he Enqin.~t'i at nc) additional cost to the Owner. A-55 Misplaced Material Shou i i t he Cant r del r, clUl 1 nq he progress of the construction, lose, dump, throlt, 'verboanj ink, )r misplace any material, plant, machinery or appl] ance, whi eb ma be dangerolls to 01 obstruct navigation, the Contractor shal t ,covel ann 1 emove 1 he :,ame witb the utmost dispatch_ The Contractor shal 'Jive rmmedidte nuLi:e, wit_b description and location of such obstluct ions, unt d the same dLe removed, Should he refuse, neglect or delay complrance with the above requirements, such obstruct:ions may be removed by the (lwmCr', and the (-,::>st of such removal may be deducted from any money due to the "ofltractol, )r may be recovered under his bond. The liability of the Contr actor j 01 t he removal of a vessel wrecked or sunk without fault or negllgence shall be limited to t,hat provided in Sections 15, 19, and 20 of the Piver and Harbol Act at March 3, 1899 )33 U_S.C, 410 et. seq). A-56 Vessel Traffic Traftlc boats (j barges ContI a( in thE' in the Marilla Area consists oj seagoing vessels, small cargo vessels, vallOUE, sizes, tl!gs, dnd tows consisting of a tug and one or more The Contractor is 1 nf armed that vessel traffic may interfere with t01 's work t. some ("xtent, and allowances for this shall be included 'on1 r.lct ,')] 's Hid The Cant raetol WJ 11 be required to conduct the work in such a manner as to obstruct navigation as lit.tle as possible. If the Contractor's plant does obstruct the marl na navigat ion fairways and makes traffic movement difficult or endangers the passage ,)f vessels, said plant shall be promptly moved on the approach 01 lny vesse L to the extent necessary to afford a practicable passage The Contt actor s encouraged to contact the Marina Superintendent Section A - SP (Revised 9/18/00) Page 25 of 28 i LOt t)]ddLO 311 'pon ~'E' completl')] lanc, illcludinq rIng' ~aced t)- hjm unde! t~ i Tl f I [1l t i ) f t he w,. t ~. .s, bu( \'8 ~: cont l( t iil:;e 1 f ,", thl' conditions to be Cont ractor slla 11 promptly "ther marker:; or temporary expected. remove his structures t_he f des, ~~~p~~ical Da!..", infor-mdt ,m furn shed below,,; t)t the Contr'aetor's review. However, it is -xpres,:L undelst(,od that the Owner WJ 11 not be responsible for any nterpre' atian ,)] 'onclusioIi drdwn thel e from by the Contractor_ The Owner 1so shat no': he re:;pons i b Ie any Lack of information herein pertaining phy i '.11 c,)ndlt ions of t~le slte_ The Contractol shall make every effort ;)C)ssibie to familial !.ze hirns,~]f with clnd research the conditions to be ~xpect~d at tbe ite h Tidal Conditlon::_ Under ordinary conditions, the mean monthly tidal range is ,bout two feet, exclusive f any tropical activity. The height of tide lS Largely dependent on tl1<> orce, direction, and duration of the wind. Str'mq nort herl winds mdY depress the water surface as much as, in some ,ns alH:es, mOl e tL.,n, till ee 'eet be J ow mean low water (MLW); while south- eas eriy winds may raise the water !curface as much as, and in some ins allces, mOle thIn, three feet above mean low water (MLW) Over d perlOd f 0 years 1':190 2000) seasonal low and high tides have typicd]ly langed from elE-vati()ns of to ',' to +2.5 NGVD '29, respectively_ Frequ<::ncy of ,)c:ur rence n Uu s range was 90% of the time. Peak lows and highs )ver Lt.", :;ame time periDd maxllnized at approximately -1.0' to +4_0' NGVl ,~9 respect vel:; I l~; common that tida I elevations l.n tropical tu m,: Cdn tt'dcl e evation;4 NGVIJ '2') and above_ det lVP ex st- LS notified that construction wil nq m,rine and waterfront facilitl.es occur wi thin or around H The Cont ra<:to The :;ite ~ adjacent_ tc C<:JlpUS Christl Bay, condit ions and el,.vations wi II change_ The costs fOI dewatering in his bid, Changes in not bl> just caUf;e tor increased compensation and subsurface groundwater Contractor shall include all groundwater elevations shall The C<.:mtractOt' :3ha 11 ant] cipate the following number of work days lost due to rain in determIning the contract schedule_ A rain day is defined as any day HI wh] ch the amount of rain measured by the National Weather Ser.vi.ce at the Pc,wer Street Pump Station is 0.50 inch or greater. No exten,3ion 8f time wi 11 be considered until the expected number of rain days [laS been exceeded and he Engineer has agreed that the status of const ruct j,m w"s such t hdt there was an impact detrimental to the c.:onst n.lct i'ln ';cl1ed,lle January L,ys May 4 Days September 7 Days Februar/ Cays June 4 Days October 4 Days March L1YS July '3 Days November 3 Days A.p r il Lays August 4 Days December 3 Days A-58 Protection of Job Site -- The Contractor shall be respon~;ible for protection of the job site. The Contractor shal l be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the property of himself or any other person, as a result of his operations hereunder _ Drawings and specifications as wel1 as any additional information concernlng tLework to be performed passing from or through the Engineer Section A - SP (Revised 9/18/00) Page 26 of 28 ;h"i I,," it 'p led "'JjJLlIl'J"Jr d!OWIIlg ,'ontractor to deviate from h, I d III pl' i1 CallO!,;, the intent' t such drdwings, specifications and tn', .t ';lier 111st ucti_0113 belng to defLne with particularly the agreement )f tll,.' ,)art },':s dS te the wurk t he Contractor is to perform. Contractor shall De ft,] and compLet'~ly li"ble, at his own expense, for design, construction, n~;ta ]" i,n ,nd U! OJ nc Il lse, of d L 1 i terns and methods incident to per t'C!rT,j-1C' ''', 'O!lt ca, dlH_i for all loss, damage or injury incident I hen' e f,! t he 0 pers,:m OJ ;Hoperly, including, without limitation, the Idequ,c (1' "1 temf'Jrar-y 3upports, "horlng, bracing, scaffolding, machinery ,r equ, pmeill i:a t et precdut ion,; 0[' ,-:lev] ces. and simi lar items or devices :lsed U\ 'lirr <iU! n, c .nstruct i"ll A-59 Qualifications of Manufacturer's Field Service Representative ). ~enel'l_l The te hnical specIfication require that for certain equipment and othel I terns the manufacturer shall include in his cost to the Cellt 'ciCtOJ spe,-if ed per iods of on sit,~ time of a qualified factory field se t Ii l:e ellg lnettr 0 pro'lde certain selvi ces _ Pr'oviding these services is an ed:remeL'y impel'tant part of seeing that the item is installed, adjusted and c;erviced properly_ This, in turn, wlll help insure that the item fll In 1 :3hed WI I . unct iOl1 a:, int:ended and have a useful, trouble-free sel\' ~e 1 fe P_l Ie !'pprova 1 As pa r t comp I ete qua 1 if iC.itions of hi lepresent:a'iv, must be rele pe If r.m any pe SOli who, in the ,equi J ed services u the submittal data required, the name and the person the manufacturer proposes to send as included The Engineer will have the right to he Engineer's opinion, is not qualified to based on the information furnished. ,- On S: t:e Rt~ject l.on In the e 'ent a manufacturer's representative, while on the jc)b site, iem'lIlstrates n the opinion of t.he Engineer) that he/she is nut t horoughl') q,al if ie,j ;:0 perform the r-equired services, the Engineer shal i have the r :ght te immediately stop these services_ The Contractor i::: liqated to '-eplacf t he manufacturer's representative with a person whu s qual If ied to redo dE much of the completed services designated by the Englneer and complete the remalnlng services _ This shall be done at no ll;~rea:;e nth' Contract amount (no cost to the City) 4. Vid~,)~'I'CPEO.f3' Trle City reserves the right to video tape any and all ser-v ices performed by manufacturer's field service representatives. The Cont I-actor shall give the Engineer seven days advance notice of when se n' l,;es ....i] 1 be performed by the manufacturer's representative. Should the 'ontractor feul to provide the required advance notice, the Engineer sha.ll havf~ the riJht to reschedule serv ices to accommodate the City. Section A - SP (Revised 9/18/00) Page 27 of 28 SUBMITTAL TRANSMITTAL FORM PROJECT CORPUS CHRISTI MARINA DEVELOPMENT PROJECT - PHASE III (DOCKS E, F, G, AND H); PROJECT NO. 3297 OWNER CITY OF CORPUS CHRISTI ENGINEER: SHINER MOSELEY AND ASSOCIATES, INC. -,-,..- ^. . CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A -- SP (Revised 9/18/00) Page 28 of 28 PART C (:URRENT WAGE RATES AND REQUIREMENTS I aD\'" j I':'" ;lP .~ , I 'nl-" , Ib T\ J 9 p,- c~ J, (,'-'[ O() :l t ' .L\: n-'":' r J I I .~ f A\ '.1!i' i ,~~( ,AI PAT"l 'jEAV ) )ti Tf< 1)(' r I , 'N i'P' fE("1 ,-J , n I i i nq ~~, :,....r (...~ " rl cJ Wale r 1. l.ne ,ns , I )1 J 'I : ; ! I i ! :iC]f J J , "'ocli I i J j )1 N unlt:'o, f'llhJ Jf1 Ddt ill ))1 liNT WeE i\N'ATP It i.JTX 0 ) j R.!t " F1 I nges ,PPENTFR (F.::' j ud L j ! no ;e t -:- 1 I l :,1 ~ I " )NCRF:Tr ,Nl;fW}< I, LeT"'[ _5::3 .>'HORER. ':JmmOJ f ij li )WER E()IJ J H-1ENT ')f'EFi\T( ,(S: Hac kh, ''lot< 1;1 lie: ,) . f1 . 7 >' wf,LDEFS cat 1< " Pe'(>,l ) wh I ,~r' rat' pleSCtllJHl tOI 'taft \-J' , I c: n q 'c. n, - J d p n t a I pcrtorminq , 1 ,I. s t e(j l is:,l )1 i or, J h" I d is I JS pr(ji, Ld"d (a i ( I l ) needEd work Ill>! Included WIthin ieat]( I:S j I. led rtuy Le added at ter n the I ai" r stand nd cent ract .:lauses scop.> w.,rd or! 'r o cr'P ,:h,' ) fl'l III Ji' 'lldt ld t if:' ,. :;U' ,j, lqfidtlC>i' [llPdfl.-; that I,:ltes It-I ref I Iler-lively I! 1 ,dE':: _ h,.,r dE':3ignat ions \P 11 det ,-'[mlned to be [qain,,- -11 catE va: 11' ..) 19' l1joJ LOr.,:==; wr-~ J.c; nl f i.e r LII je beLf ) j t (' she' s t~eci f'JJ WA;F DETEIU1IfJl"I( iJ Jl.PF'F!'1 t l.:()( :E~) H.:iS t t 'r.e t)f.~f_:. i1 t I Jr', )[ l ] I, t" mil I r? I'hlS can H. "Xl t I rig pill)l :-,1'''''1 Wclq. '"' t, In j [ldti j surv' y lnde!l.'f [l'l " wag' ,jet,'rnJnatl':'i, http://www _ wdol,gov Iwdol/scafi les/da visbaconffXJ 9 .dvb 3/2/2006 Page 2 0 f 2 Wdgi -)S 1 t. c ,n 1 J '1;) j r n 1 ~..j 1'- i i 1 j, on t ! ~~... ~n naJ ,-i ::; -I t i fl-J Hid t te r - d I ] )'! Ii' '1 I J : h EI 0'] fl, t 1 11 '; I i 1 fie ~ U t Vt '> I fj l' ] ,1 1<1 In t di'! -1 l,],J II] t :quests Wa']e l!1,j diU r- jf'! Vi 1:> nducted Illt'/ =:)1 the t I' lm : hi:Ci L n i 1: i a 1 ,'1,':" - r i.bed ifl 2.) sUlIm j r l'Olla s i:::'i 1 ~, tH- 'I: ,1 dre,j \:-1; "nt h hi' h th .i\11 lu;~)e h e P"'1 'f] s-Ba S 'J r ~ 'to) oq ftlec h dll\. Ii r't?sp')(l;::; J t r ac' 10T (1! a( ory, In r'e SP,-)]" l;3 f:' t t t' pre, 'F' 3 h \11 l'i' 1 o"ed _ 'Ai r-eg_:iI t, . fI '1' 1 b, d : t1e matter initldl 'jet 1 Fit de t [lpe Cor the [,'[-mal "hou] d be wi th I he Branch cess ie r'le'] e, :onst Il t l')n Wd:;E De ermina'_i, [] Write , : Frla ,:Jf (01, tlue ion WaF' [),'termin,ll i, liS Wag' lid HUll [)J vi 1011 (l '~'I'dr t ment () Ldbol 200 ~ nstltut lor ^ en\le, L W Was!, il ,toil, 20:'10 If ti,,? nS.-JeJ th' erest,,,j fell ty (t h, .3e Jew al,d l eC-'lf) ]<)("Ilt '(-1 29 (Ft" Pd rot !j HI question [II 1.l 1S yp.s, then all If fect,'d hi the det: 1011) can reqlles t )n t ['(Jill I tl' Wage dnd Hour ,L\dmini st rataI' 2(1 ':1"1' ['" 7) Wri I -' to: \I\"go> arlC Hi.ill /\dnllIl1.;trlt '[ J. [>'Fl[l 'net I ,.'>1 ].,,))(![ O\:()n,c~titdtl)n!\\JeIlue, r~ w. v~l:;hif1]tlll D (- It:)ll -'tJ! r-equc,t shou ld [ltc, a, ,:ompan i ed tlY a full stat€~nt of ,'pr-estpd 1'.111 y's po it LOf) anc b( dllY inf rmdti.on (wage i,l, pH E.' t de3CI ipti, ii, are,' p dctice mater ial, (?tc.) lUestor nSld"r 1,'lt'Iant \I the issue. the payment that the If thi' iec}s:.u[ trle AdrnJni:3traLor is not favorable, an tprestei party may lpp~al direclly to the Administrative Review end ifor-m,'rly 'h.... W,lge AppealS fk"nd) Writ.c to: I' imir i r d t (I s t)epc{I ve Revle" Buard meot of labor It] )11 Avenue, ~J. 0_" 2? 111 W. U I O/ISI it W);hlnq!.')l!, .1\11 d,'\' i III he Administrdl] 'Ie Review BOdld are final. r:N I (W;E:NEP\ L [)Ee] Il iN http://www - wdol.gov /wdol/sca ti les/dav isbaconrrX39 _dvb 3/212006 A G R E E MEN T THE STATE OF TEXAS ,si c-' COUNTY OF NUECES (; ee I c ,_Y , rc "t ra :'t 1 es 10 t ,) tetE:- co r, h kma n} ),:::hed lC~?S ]mer-It jd_f:~ ,f c c:: l.DqS Jme!j t nor T rl J T .1 :~ F' E :>J l'J I h, 28TH da of MARCH, 2006, by and i::;' ~ t tE '1 t CITY OF CORPUS CHRISTI I, r; i) l' t '/ 0 f N u e c e s , S tat e 0 f n "'" t i ti \lanager, termed in the ::..:: ~ 1 (:~,:j ] r ;:"~ CCC Group, Ioc . termed In the :or __ ,flEe! " t r , 'I I ~ "~les terms, performable lD '1 1:. , T , 5 s dee r t $3,835,988.00 by City and other t "1 j ;men ~1 S <; ~-~ her, ] (i[tra tor will construct and r+ -~ r'p H"2'ne 1 s r:J ::l ws: CORPUS CHRISTI MARINA DEVELOPMENT PROJECT PHASE III (DOCKS E,F,G & H) RE-BID - PROJECT NO. 3297 (TOTAL BASE BID + ADD ALTS, #1,#2,#3: $3,835,988.00) I j f:' '1 ,~ t:)E i f L 'ations In a good and I -'Ie' I l} .,l " !ldi t ons set out in their LC J J s P1= ng t hei r expense such materials, a; (J. 1 '( _If cJ::-:: ] 1i re{'i 0" the attached Contract .. v q l\i he: ,..,b The Contract Documents Tl(~ r , -lnd n~;tructions, plans and JC ma l a -t.S , lueprints, and other r md Pa ,-- cis addenda, and related i. t '"J L 'r r nt ract r this project and are Agr ('mellt Page! f 2 Corpus Christi Marina Development Project - Phase III (Docks E, F, G & H) BASE BID ] I BID ITEM II QTY & UNIT III IV V DESCRIPTION UNIT PRICE TOTAL PRICE iE- 1 ab')j matel1als (J _ f~ Uif-"f:1E~1 t -nds I 1 ~ISU t,:tnc~c i arHJ " 1>1 "J terns tlE'C",SiC',-'lJ'/ t mplc'LE ti,'fork cleHcl,l::'ed in the I 3nF,j],j opecifJCdc ions to. I rfc'llTl 1 c>molitiul1 ()f paving, It',c; t t f ellC 1 nq L;:;llards, nbe it-' 'f 11g Cind stringers, e ecE-li ~l,anoples and utheJ m scella1eru; itemiC' :not including t cnbel pi :ng), !'Ieet all t 'np<.:nal '_ felLinc" install dl :1 main' IiI! r-aft.ic cuntrols, and a cot h, '1 ''^' rk ou t L irH'd ill the p UIE':mJ E'E""'lfieatiun::;, complete a' ] in p] d( e per LUMP SUM, except f, wurk ce'.'>" cd under Bid Items ::. tl couCjh '6 0; Additive 8id Items_ '1- \ \ 0, .1r\ 0 $~~t\-\0 P1 ;'1 i ,je F e( 1 IpmeJ 1 ell .met el P1 'v i dt~ 8 .. Ll-".. ec I ipmen d I ,lTlE;; , 1 ,1 -Ibor, [na t, 'cxtra:~t ~ 11mb"r pileE-: .,1 I,bol, 1!ldt "xtrcH't .rials and t 14" -------- ~- 1 i a 1 i' and! t (I 18" tL71,OD $ ~~-'=--- tl2L'roo --~- $ \'3,5lL , jlJ" J pile;', i lljt)or~-lIlat f'J i~i:-;~n(:q .lemoli,on lectr leal I '.'tors Cind "Cll.lipment, I' landside 'electrical .ndllit ncluctors, II NltchinJ staticms; n pj" pel LUMP I I It)(_,l, T!!d:':!l;c!l~i -~lnCI1i. ; I ' sa 1 t ( i n E' t a 1] tl_j i 1"'I:oIte1 I' i-I'i3.~_i~LL__ dIld if ;,1,1:" pel a 1;; and I ----- ------ eli,:t all I c:uum I I I 'Ill', cIne! (',) E~tf-" tLri in f'lace ! t . '! 1 d J "'~l~;d+-- llJsla]] I Pi ;\~Tid(' lipme!l' dUJ t , t Jut,]] f- ,nd,e!t Jlf: elEl if11 .lpIel E'j].d ec; CC" an 4- '(554<;] 4 $ (S5 4,57 rm' C() su ._ fil ....7 ] i prne:-'ll T , ICJ j d d:::; i ( F ~;_t1'J;). Ll'7 L__ t" c, T JIj'l, ;e 1'['1 , 1 '1 1 lfnll,'ll i lE,: i j" L1 I ;, ' <~=~,~-t r- i- ctfJS3 "1-- ,~ ry ~ =' \'v' -::=_ 6 $ q B<;J1 enl l- llclLit -j. L lW P f pel '_id' IT j, 1- 1,7'\-1 $ \'1 4-8 L I:Hi f'IlI I in j.llacE ]a t es I El,CH _ -_.._-~~-~-- , '(,nipl, lIlc: pC' 1 1 1 1 H 1 ' u I ~ I I +- r I : 0"1 i (iE- .'l}] ill iPl:lf-'] t d:ni t ,ck E ed t~;, lnejVld1" .' ,ecit i elt 11' r1 t u ilitiu;) 1- r LUf'-1f ::; '[" ':")\7 j I',}(- -i J -Llipmel't t ,bI i at [ck F , , , I j :~~ I ,--, ! , ( I ~I iF ~:: 21 t 11g'''_l1': ec i fi 1)-' 11 ilitie3) r LU~1P S\ '[,' , Jvide e Ll i prn c:; 11 D ::k [, ndui t, t -1 11 E-i f 'J1"':1(, I :~ I II' ! Pi ~ce pe )'1/_1 :.1 e lir'me11 D' ik l' lell)] , ibor, mdt~rials, and "eSSe'll dh"siqll, 1-:liVt;l ;lild install '1 S, framing , deck, lL'purt pI 1. inti and uer Ult' ! 'el formance 'lL; I, de :.'k ~,tructurf_' Lncl ueii 11' :J:::JcksielE' , nnp 1. e t ,1 i 11 place "bcn, rll,:it [--ialE;, aI1U clE~f; i gn, d1,(I install r t~ {'essar 1 i -ver f d f t dml n'9 ,I deck { ;, 1p1-',)rt pi 1 inCj and [Y"l tJ.e' ]('IfcHmance (elc,ck structure.) Inc1udinq dockside "lllplet and ill place ~~ r .S I "t i n ~' 3.1 il_10l, maL~rials and essar~ install j. ,:ksidE:' leet rica] 'ondue't Ul " and nc:.::.,:- LUi'1l comple!, SUM. and d1 11bOl,. t '1 iali3 and t install lectrical Lt~ '(::ssa:r~, ,;"ksick, " melllet and p t j HI,_' f! n I'l!' 1 camp j C't I lex IJE' L J[,1J~ Survl 1]] Pi 'vi de ~,! lipmcLt D"k F f ewatel [k LUrvn-, ,:(1[,1 PI ,vide " eq Iprnent Dr k F I, ' ; j ~ f ~'j ..J lum jf" }iC'l f-'l /.L (it" dlld tL i [lIat lialf1 and in,ltall ',v.ltel and il)or f l' 'ssary 'h':idp i:f)let ( i'; ,ill pLacco l,bol, mat f rial,: and 1lC ""SSdl Y i 11" t. a L] Ksidp W,:Pl dnd [:'I,let( in] In d f~'(-:' ,; 'ct j,' and IlL tall ; ,; 1 C' ! l 1 I ' f .we: 1 ])11[0';1 e')[],I L I ,t - ;Ui'1 I ] a; E,' aI~-jl Im:t aJ] 111:-1 IJ [[il t :3S al t ( -['.' i'" s('wer E1 ,11' l t t"! , 1 'I .tIJ1l jn (Illf ::Ufvl_ : Lo,. r, I[ kl1!-- I ell ,c ,if_ d :',,~ac, ill,1tal] !I~ I j ,~.::::_, l~ '.'\'~~ f 1_lc~ _~ t f' , l1lU place' pet Ej\CH_ in t L\- \0 P, '3 9'\ 4-5c'170'; -_.~~~--- . - ( 10 ~77 I ~ I I , , I 1-- ~~y, L ) 1 ,L 33_ J'1 'J 4. "37! ---5 + l3 "" ", -, .~ J ( ~~ L't-(, J s~_ -~- f 4- L\-35 -] $ 4,oJ)~~~ $ 5'7 ~L__ $ 170,~77 $ ') Q -,,- 2. '( \ $ 3B Tj'Z, $ __~iJ_1 1 '.1,_ ----- $ ..J],~L,=-_ --.-- $ (L\ b)5' $ ---.21_ 7 (0 ~_ -, '--', 'l LL 2 2ij 2 c, ---- t.- 2,- I ~ 1 L ~ C'cf., n ~ h I c ovide rUi)AIE'J t ck l' 'mpl et f C'! l Ie jUlpmE'I ,ck E mpl,c,t f =:J'/1 ~~E- ';,::' :::k 1 Ii" , ~' mp.l (C,t '0 311', 't: )vidE: ,;} ,-1! 1 Jabor, mater:.als and irwta L J l'-'lts, JEI EACH, j ,:-l.bor , <:1.1 E: an(i Ie,'eSSay, i_II tal] 1-1 ;,_)'".;er l~'jr( (_~'enter~;, aIL :n pLl'P 1'-;1 EN'H. 11 i t 'essar,' . J' )I,,yel c~ti J (I ill pIa i "bar "essac', '''^''t:::'T r r lJl pL{,'e !A't EACH. lnt:ll lial~, dnd :l.bOl' ! \:-. uiprnelJt I1cret" 'd,d 1 'lll t t:: t r LIJr'H' St'j.1, l]< (' (_.'Il S t ;;,1 ~spha] t }i,.-j- _'l1lplct 0](j ':.cnch ~ 0 f f' t :' J :ill pLace I<';J ::tall lip [J] .1 i LJ I' I: td L 1 ip P aI i in I' -;'0. F j e b'jj d~ Hnet el ;,1 tIel u bi ci t ]:>1: ChcH1E Ct iCl.-eLt" (I clude pt cel PJVlrk ,i I eq ;j plllen t III LE' l' [ L _~ If ! ,.:..:.-:. 'na ki n'~J, LUi p.::'r" C1 ss-wa 1~' as emb 1 'i all'-' fl:d t t t L i] c ;].11(1 iw.tall :-\_'1 t f~ r~; neVi '11rb:c n (-lce' MeaSUl'?S, . 'umplete per LJ NEAr? FOCT_ ii, (, luarp t '(":oIl' ['1 Dc i- L ,;pr E]',(']! 'iU "Juau, 'IlC "f' -,1 LI( 'C f F' ie' EACH, dLc1 ::~I_'l J ,t c, ~.] J u; dll' . pat"..; hI! ~'r d..liE-;}-J ljn! t p e l-,iles '( 'll1P 1 et E' r (-, pi] e EC '( ;IT1P 1 et e f,,)' 18" pel LUMP included '_'in Istd] ] i liameter! i, fNEAF ].i. JOT_ '::t'1lli;c;11 'lICit [)1 pf~l d t 1 1 pI i,',,) 11)01', tf-li;--1.J~::', (:lnd ';"~:a1-'- ,,], '[lle,] i:d, 1 rl" lIlstd} (2) H/C pat:.c, inq ;c:icjn ill 1I I'd -','c'rnen t ':>If'1' ': e 1 ill [.1,] !X11 -~- (. I ) \32...<-\ ~ ( 2. 0 ",- - -~-_.._~~ 1-1, 2.. Q C; --'--_.~-- ~ ~- \ 0(" ~<;,:'- i- 1 - i 't S3L.. I-~ .;. - '\, 1\ J't' I --..------,--- i t~ ~ 0,74-] ----r----.- __t.J- Q 6 - ,- - C)-l 5Jl $ 75000 $ b,OL..'>_____ $_('/ ,:) L...:~ $ I o~ '-~<;,;,- $ 1,75 ? $ 3': SIb $~~O(",,+\0 $ ~3 '7'T:3 $ t,03~_ $ 7 531 .,'-'-----====-~.'O_==7=--_.= _===--.== TOTAL BASE BID: ~'-'l~4G:".,CoJ L_" 00 [) ,j It c': wIt 11 lU 26) F I BID ITEM AI'I 1 I API ] ABI 1 AET L. :;Bl ['1B, :..B :,Bi II QTY & UNIT !- S El' ADDITIVE BID ITEM NO. 1 f ,'I )'1 j rl p c' 'Ii pmpl1 [.1 :k " 1 i r, )Vitk' E:' Ilpm':']l f 'il _ it I' ~k I ~' c , -"cl t c' 9 -]9wa/~ 8] ','el fi,' 'i CI ul pt }' lit t' ~ LUMf .";uri] 1::- PJ,vic!to el! tipmc:ll' Dc'k " Idll it, tl 'n~:f ('1'1 pi iCE' pel Pl 'l j de IJ-' PC] iprnE-nt 11' Dc k Ii i, f 1 eWl t te , pc, LUr"U'lJi,l Pl V] ,:k eq F jc, (':_C in:' PI vi d" '=:q'. i 1=>111(' n! Dc}; , II! f:::.t '~' I Il( ;'1 rj ,J, , i I 'q .pTJI f.; l!- t Ii f] !1',- I I 1 t- J.. ; Lllf.ii III DESCRIPTION t!JOl , i:-~.~;~: ,:i 1 ' r'(' gdt reACH, DOCK G O~-'~~~F"-" IV ~ UNIT PRICE TOTAL PRICE V li::-j t - 1: a 1 and t 11lc:tal.- mple' f' and t I I i I , I i , i _.m__'_'_~4---- ,-]' --I 1 c' all0'! rJ~., ! lnr;tall: "le,'l:rlc:al and [Iii t ,_ ,'I l~:, dnd clE'~;ign , dn 1 Jl:c:tall 11 1111l11Cj, leek, i I J nc; and !J"r f (!llllanCEi: I [,-n , '~~SS~-J.I'y ! 1 '1 ;->i Lrt ~i " t h,. (cL',,}; ll1cluchng ',npIet ,- dll :,;t ]'ul::ture dOCkside ! in pLacE- -tnd i I III I I .~~ld "'~7 ~ 0 " () ~ $ 1,10 L it. I .bur, 10:. . ~ ~3 S ,:;U ]}-_sick "'Jnc]u c! :ornj' ! ,'1 SUM_ i j --j['.'or, r!t,-ttt"ri;~l t ~:~sar'/' 1Il:;t:c:tll 1 cit'c Vi, tel. ,1'1d rrr:lplE 111'- i,y! ,') 1 !l: )Li t f'r .sal iI; ,', " t ! ".tI.~: pIal P") !' dce [ I ':;,:,::f 1- pI ;-2L~) I i __l:~A~'}~_ _~ " ~_ i d 1;:: dlld i m,;l all I I Cen t E'r,'3 , EACH - 1 " .'li~: allO .i5~::;t,jl1 I ('1 j t 1-- 1 ~ F;\('11, l' 1,,' I' I E , - _i '~4[7"'7! 1-' ~ 0 , L . l '3(:, , (l ? i [ , . L ti ; 17 $ '152.,o7i { $ '136001 $ 2~, 11 $-.i'1 ~j3"'? _ $ 4-", I ~<;.- $ _ Iii\-, 7 C, ~___ I -' ') ~-.,--~-- --'-- $ 70'727 T)TAI. ,\DDITIVE BID ITEM NO.1: :::; _ .1 C'?5.L GGr:3, 00 ____ 0---'--==..-'-=" 11 ) 1 sar t I Lj'illt pIa rJE-l it at , '/ 1 1 !~ I j Ei"i '} c~; FI ,j.'~ 1- L!7cro '17:31- .f iC;3 ,';J. 'Hi! it-ems ABl1.1 thru ABI1.8) I~~j I I i I A}jI ,.~ 1 AB AB' < - hB ,\B !\B' ADDITIVE BID II _._.-- QTY & UNIT I I L ITEM NO. 2 SUPPORT -k H '" _1 '_ q i"lq\-;; i :;/ :~. ,~; ; . -f" I (' r 'Klf.' 1 ] L U llltie ), Pi I LUMP ,C;n'j III DESCRIPTION ,j-(!l t I r 1 i '~::~ sa 1 liVf:l:IIJ;l f t " , j I -'lllJ c]Cl I , 1 ];, lllc1 ic ~ 'i 'JII ill." tal ~ deck pi L ll~! DOCK H MAIN WALK AND PILES :f:1111'=lnCf' ~nlk doc}"_ ] :,iding 'Ckfiid(" 1 ': Inplet (" .m -Jill pI dC" tl'n)t ( I IV V ,oj 'i.) 'T ,c:>rt f <'-,1: t h, UNIT PRICE TOTAL PRICE drld f- II ') '7,\ C; $ __17 jU '3.19_ -jt-- J ( Illl - Il -'-=""""'~-=-=-="-="-'---- =~,-~..._=-- == TOTAL ADDITIVE BID ITEM NO.2: $_ ADDITIVE BID II QTY & UNIT L t',; r: lli 1 rdll~:,n i; " " 'k l<L"i} t I ::! .nt:: f:1 [It" 1 pl ,ere f'P; 1, Ij.! PI,vi:j, ,11 '~Cj i I'ri'" I! ' Dc k E fi e\'iartl pi, LUJ\lI: PI.' il, ':'C; lVI!' I_I k pl 'J '~q L )'11" Ii: + t:'" ITEM NO. 3 III DESCRIPTION .-JUJr! DOCK H UTILITIES L-- IV V ! ~~;sa]-~. -[!d t ~_. L i-'i 1 ~~ ,=nlcl in:'tall .ttical ksi dl,' Inelllc: comp.1 et: sur" _ 1 J lei ibUl,ltLlt,jial and '" sac:' i tJ"lall ,~idE t '"l and !'1plettilEl Hi ace (If.] l:"ur- I '.-] t :; C-i 1. I-'L r, 2211 T ( "I Li'l:1t 1'1 d', ['f ! i 1 t i,jr, ["[l,-11 nJ >;sar}' r FI 1:1' 11 pIa, r : ; Clnd I all ,\,.,',-, ! fJ > t },.'.:\ rH , i!' 1 :L I d 1 'I t t',--; ,iI' 'J ,,: and r 11': t a 11 r 1 t t.:' r:-' T()tal Additive Bid Item No.3: ~J\('H . ;';POPO:~,;' : UNIT PRICE TOTAL PRICE dnd I 54-Go 0 $ 154-,(,00 In 'f- 27 <;'1<1- _____.._.~__L__._. ~__ $_~22-7L l7 -r _. .70 $_55, 5') ~ ~ VI $_J, ~~b_ ,\ ~1~3 -~------- $ t, B~I c ,\ B, J L I, 0 'J ,c. d Item ABI3. 1 thru AB13. 5) - .'--.--- ._.._-----~ --~- --oo- .___..____ __"__..___ ADDITIVE BID ITEM NO. 4 DOCK H SOUTHSIDE PIERS AND SLIP PILES I BID ITEM II QTY & UNIT ,. I_Leuner. i bl-ll'-,~-it AliI 4 1 L d: if f c-llllllLj P 1 i a Jl j t ii' ! L UfVl P,;( 1[, 1 Alc I 4 11 3tal1 (; Lil-' p: a1 ! in pc <i C , E f. ADDITIVE I II BID ITEM B :t:] I n' j "I '1' J'I' ..i 1 j t ] '~i LIWH' ,c 11['1 l f<'j\ n" d 11 1 ' '31 P piL illd 11J I 1 III IV DESCRIPTION L-"cn- f 'IL-~it ! J ~lJ~', dlhJ j-:f t_'ss(:~r dE-';3ign, lV'=', dI:l 1w;tal1 .if IC~I fluats, ,nd $ 101,4;,.:; . , I---~-- 8 ~ ete _~'l z.~ i I $ '3'3,5:S4 ---~- -.------.-- -_._-~_._--_.._._----- No.4: :;; Jr~J ,_?J1..0 ~ 't id Item J\.BI4_1 thru ABI4.2) 5 DOCK H NORTHSIDE FINGER AND SLIP III PILES -~~I , IV ---I ~IT P~ICE ~~~t --- d (-, ~3 i ] n, I i ; i~; t .j] ] TOTAL PRICE ---'--'".---. ._--._--~....._~._-- --'--- -------- --~------ V DESCRIPTION ! l t -- c':_-,-, r f [n(1 t ^::-" 1i ,:11 ~:~ S<3L". J' j i \'el iIJ';1 I ' t .: (.- t::~ / ihtt_'i :1 j :; IppUlt I I ] L' I" . r I J:!J I 1 'J !lid!':(' I 'L J !':l r j PJS I j'Jd 1;11 .j',,:'k; i de [[i,I';'I" 'll;I )11CC' ( I u ( c) $lo'JTjl j 1- e c:) n Dc,ck J! , El\CH 1 ' t (' pi] es '-,te $ 3'3 5'3 L\- ~~-- 'j J, 77 b Tot:aJ Additive Bid Item No_ 5: l ~~7 3:~~r~; f 0<7 - --- ---- .--- - ._------. ------ .oo- -~._--oo--------- WI i item ABI5_1 thru ABI5_2) ADDITIVE BID AND DOCKS ITEM NO. E, F, G 6 BID ITEM DOCKS G/H SANITARY SEWER AND H ELECTRONIC SYSTEM III ['- . ! DESCRIPTION ; i:e rhUl, Il!d r: - , 1 ("'1..1 ~, 11 )lIne I'k ~-_' :~~ S a J 11 de $_~5~_ :U1.1[', t-: I' P -11"- p'C:, 1-' Y"/ i cl",::, j L I AHI 6 2 e! upm'::'Il D 'k Ii } t fj 0'] 2 $ _~3 0 j_?~__ v' 'uum pi ICE' pe ABI 6 1.' PI ec: iipmellT n c Bisch .ne tem Ll !HP SUfJj . .': 5_6, 3 \ l $~~_B, b\~ Item No_ 6: $ ~G, '-\-3.0 t? 0 .. .L icJ Item llJ3I6_1 thru ABI6,3) ITEM NO. 1 o==--~_-_,.-=",.~ __._~=="- DEMOLITION I III IV V P'=' r f. 1 f!l 3t .il1~J 1u('r ---- i ,'.- I UNIT PRICE TOTAL PRICE I , 't, 1',[' ',t':,: f:, t] -1 ,~.,\rancc- L-'__' .' r:~ _~.'_ - he l!ell\( J! L 1 CoIl ,)f: , i 'UlJdL1L,' '11.3117 Lt' ,1 rll.i:-~l dl:'-} ti Illb!~l i I . I Ilc, ~ ;], I td $ L B 337 DESCRIPTION Ie. ".'C' :11' 1 I t I J'-~L: -1 f t ht" 1 L '-1// i IllU ~ot~l Deductivp Bid Item No.1: $ c ~, _,__=-~_~~~Z~__ (~::~_c-_=~ iR;'lI:t.,: 1':0 t'l-j"~ n'l- ,).- n :.::-; l : t h E C ~,,. t 1- CALENDAR DAYS 11 t ra ~ 11-: n i" r - " CO '__ rn:.:-r ! l' ,- ci ra'" ~i '.' 1 'j re3~' eJ I ~ 1 ~. ATTEST 1/ I r I 1 S(~C / I r '-..' )(V\{.~:t,:-' ____ __ _ _ _ 'J \", 1:- r . f. ~ " 0 -;-;~7~/ V 71a),~ ATTEST: I en r~ .-: 1 n ----- .'.:(..~. '~',..--1L-k~.. :11 Be; , (Note: If Persof'U'A~~ORDAN corporation is ~t lfrii~~fJ8ecretary attach copy of aU~nOr2Zag20n to sign) 1 ) 1 ;- {.::. 10i calendar days from r l j j ':I ~mplete same within 180 t'; :31 d Contractor default, 1(1] Ii t '.:1 cLirraQ s as set forth in the 'I f Ilnd:c f or performance of the T: b '= l I a t cuments as the work rp 1_i ,~; t l I 2xas on the date shown CITY OF CORPUS CHRISTI "- ~,> .~,-~-\/\.A, "- ~as5ey, Asst: ~i~ Mgr. C VJ 0 I' and U tlll t l' S 3, : ~-flcr E~_; .~ ./,/ ~--' , /;C--- ~/;:< [):0' ( ! R_ E:scobar, P.E. j , f E~lineering Services ,///\ ~~RACTt /CCC , ~--p\i ~ 6364 HOPKINS Il\cid t'e.ss CORPUS CHRISTI, TX 78409 it ,State) (Zip) * 361/289-1404 ( Fax) r r t IJ'2-0 DC:, - 0 ~ .f AUT",*W-l ; - .- 3/ ((lot If C*Jfltll._..,1L1~ .....--~,l gr-:r.~ARY WV "age CERTIFIED COpy OF RESOLUTION PASSED ON MARCH 21, 2006 ATA SPECIAL MEETING OF THE BOARD OF DIRECTORS OF CCC GROUP, INC. The undersigned hereb~ certifies that Robert L. Urban is a Vice President of CCC Group, Inc., a Texas corporation~ that the following resolution was passed at a special meeting of the Board of Directors of said corporation duly called and held on the 21 st day of March 2006 at which meeting a quorum of the Board of DIrectors of said corporation was at all times present; that said resolution is a true and correct copy of the resolution; and that said resolution has not been modified or rescinded and is now in full force and effect: RESOL VED: that Roben L Urban is hereby empowered, authorized and directed in his capacity to exe<.:ute various legal documents on behalf of the corporation, including the contract for the Corpus Christi l\larina Development Project- Phase III (Docks E, F, G & H) Rebid Project No. 3297 Corpus Christi. rexas IN WITNESS WHEREOF, I have hereunto affixed my name as and have caused the corporate seal of said corporation to he hereto affixed this 21 st day of March 2006. ~"- 1< ' ~d/ 7 Rita K. Jordan Vice President/Secretary I CCC Group, Inc. SWORN TO AND SUBSCRlBFD BEFORE ME THIS 21st day of March 2006 "'~~~~:~~~'" INA R. RAMIREZ t.?i:::"'Cy,\ NOTARY PUBLIC \;V~: STATE OF TeXAS ....~,'1f.:...... My Comm. Exp. 08.02.2008 /~ SI.AI Notary Public My Commission Expires "'I'!"""'". .,.-, ~' ( o S A L F 0 !{ M F 1- CORPUS CHRISTI MARINA DEVELOPMENT PROJECT - PHASE III (DOCKS E, F, G & H) ;,[,.r,';'[,nl1' F EW;TNEE"'tJC 5'f-;WdCE lillRPI ,'HRf:II 'n:XAS ;.RC)POS,\L t'\_;Rt,~ 1'.4GE 1 'F"1 ( PRO P 0 S A L L lace: '-__'_~_' ---.1. I ~~ at", : ::, 15-(.)C- F '.-c i J (- 'I' (7 f::' C 'J i' Cl ( <1 1.- I f II lnl~c":' ,ll "xis! in'l uncle 1 tIv laws of the State of :JR a F.," .te:E31ir !- ndi-l1 111" I ((Jinq hi! iness as TO: The City of Corpus Christi, Texas Gent ]i"'1 hi 10' rs iqnf'! ~ ..~ pt q> >ses 1-0 furnish all labor and mat-.f E t ' I , , Il1cl nE e :'ICY equipiflent, and to perform the work reqt, t Corpus Christi Marina Development Project - Phase III (Docks E, F, G & H) I t t ( I , IC ,cot :11.) ] I C_' I' ~ II, dIlU :3P':' 'lfications and 1n strict "i' ! I It i' 'Uill! ;,!: f'll the allowing prices, to~wit: ). EM I BID ITEM .2 ;orpus..,hrist:l Marina Development Project - Phase III (Docks E, F, G & H) BASE BID II QTY & UNIT 1 I I I I rc 'If 13h I, :1ICltf'lial qUl_p:Tifllt -'n(1~3, lnE;lt'anct-'; jIid 1J l-lE:-"t i tctn~:; lJE 'essd:-'i ')rnp! 1 Jjt 'Nod: deE~C]ibecl in i:Le 1an" .-i' j speci f i tlen:,:; t erf(lIl a j demo1iticTl f Pd'/inu Ul I'-,)S, fenC]llCl, boLLard2 ImD(-] d-'J,Lng (,dFI strillcJeuc 1eet]'] 'a canopl e,e; and othE r iscel l'lIk'icIS items (n, t including imber [, i ing) , red a1 L ,1::. Y t. e f LellC i ])9 ' in,; t a II raffi c(;ntro1,;, ani () t ,," 1/, 'r k Ci u t 1 i) K d n t rF' '3p',,'i ficatI()11;3, completi:; ::11i(>, per I,liMP :-:liM, excep J:ed undel Bid Items ) it Additive Bid Items III DESCRIPTION I, - )l 1;.')1": :110\.1'311 .2 :ovid,' al]abor, mat t?rial:3 anI ]uipme)1 extra,'t 14 anlet(.' t- J lnber pi leE) . o',;i,]" [UI pm(-;, , ameli" Ii! abor materials extra.'! : j nLi-,:r pi.1 e~: L~ ovielE'il labor, mat '~ri_aJ S dTld ( [Uipmel elernolLsh '~Jectr-ica~ , ,nelui t, C'Tlcluctors and equipment i! 'd t- Jnstal! 1anclsHle e1ectrica >undat ()n:;, 'ondui I ',:)nductors ILterc(, ('lrd :3witchinq stat'ions mp1 r, ,Ill n p aef:' per LUfl-IF , 'M_ -)vi de 11 i :ui prrer I 1 d1d:3 [-j, -1.bor J rrtdt L1al.,::~ dI1Ci , e s sat ' i ru:; t ;3-j I , -jh Ie "ncl f i I.TwatE;r t ,- ;Ul,j i, pJ.r per it,()} 1 !1[(:1 t: ,'1-' c\[=-~sal -.- r i cd" ,mil ins rcdl ,;;tary ] ~. i fl.] , ( )) ",,; 'lTlplet :;1)[.] ;~~ el.'./;-- vacuum P'Jmrs and f ~ iLl In [,1dCf:Cr ) , il 1 ,b(~.I1-1 'ndtr-"rial;-_~ dnd SSdlY t install " entlan.'e gates, 1 pIae, pier EACH_ r '. Dc -k 'np1e 111 '-\ 11 ! !'RUI f{f'1 -=---='==-----===---==--~~--==-~=---'-'= ~.- IV UNIT PRICE - -~ 4 \ \ 0 I ~\ ~ 'tL71 oD and 18 tl2-,-'roo --------~ <' '[554S7 -~-~ i-I'D:b 4-"IL -"-"---- _~ '1-'3 <;3 "1-" _ t '1 7+-1 ~~ V TOTAL PRICE $-~--~ $__11, o~_ $ \'3, 5~_ -- $ iS5 ~ts7 I --- I $ _\ _M,,<')'7 L__ $~. C;-}:l__ -- $ I '\ "',8 L ~-'-~~_.- c 1 ( 4 ?rC'J cit gUlL'DIE Lt 'abl' ,te 'cel<: E leat::, 1an]'Jfaj ~: :pec:fl<'Cl' j n11' ,til1tJ,'S f'er LUf\IP ;ilfi ,.Jck 1. t:'d t ~_:; , anJv.a'! I~ pe(~j f i 'd t i nly 1 tiLLti<;) er LUf.jC) "'lJr.1 rovicle a '1111 plW' ] t ,)ck EO: mell] i I (ansf 'me I laCe:' l--.-'.--'r CO'! I -Je. j, JUJp'Ir.' It )ck mclu i r-ansE" me.! Lace P") [,1JI.1P L: "O'! i de 3. 1 , IUll,meli , ,ek l rE::Wdt,'J 1 .,1' LUM! sun (wide tJl I Illlpme! ,el< j 1 '",-fat 'lee' j--'<') Ei ,,1 f [ d: E c mpLet tl~s t>'!2-- $ 1'3 B9L --- --------~.~ a ! J Labor, mat eriats, and ,"ess,lll r rlesiqn, l'c'l i '/ '.' ! n cJ 11 S tel.l ! '-1 .,tts 1 t l",:-:tnlinq I dec~~ r Liport p 11 1n9 dnd per performance ille d, ,ek cruetuI' i.ncl :_tdin~J t:1r.;(~'ks lel;:::. (Jmplpl I' ,nel ill pldc~ t 1 ,'lbar, iTkl"~lia]l3, ;l[,J ~. c es 3(1 L ~' ele s iSlfl liv':'1 <end install cl t s, t call,ing, deck ll'port P] 1 in'::1 all j per t ll~' performanc,~ liS ( ci<<~k ,c; t ruct u:r incl11Jill:J docksid,=, ompl",t"-" ..dld in pla':>-> 1 abOI 111.1' er LaIs and ressal instal' j,<:ksidc electrica "OJ)(Juct: is an.-j cOlTII-,ler 'e: and 11 LTJt.U SUT.1_ a! a.bOI, rn.-iter.ial.E3 an:! 'PSSdl .' instal, ickside el,'('trieal _'onelu':! ,; and comp 1,: clnd 1) SUf\1. l'-=" labor, T1ki! er-ials aDO install ';Jater and ~rl In pIac( I I ~ i._~ e s sa r '/ d, .cks i de mpIet i' labor ---- ma t eria18 and il1sta 11 ',d t 'e' r allei ,n: 11 p la"e 1_' -, :essa I', 'ks i de mpIet '- Uf.' j( jb01, "',3ScH - '] 1e " e'tl(~l mat II--ll ,-; 'lnd In,;tall 111 I d Ill) and l,lf\]1 SUfvl 11' ,bor 'lIat rl ell~: an,J eS8dl install ". i'le '--;,In I' ('(lml,2 :::;Uf\1. :::t 1"/ :; ew(' 1. Ii llld : ]] 11'-' lhcn, 'nal rial~ and essal instal f al,i vv'i:~~r !_,;,\./I-'l pcrt,' EACH. 1 n pl'lce reI _~..i~~L~ 9-=~ + '-<:14/ co.'" :J I ,,0 \ I l 110 177 -~..,~--_.- ~ 1- Z. o~ L '3 I _ ,j. , 3~ -,c;.' ~ ) i -" 4. ,-. ~ ) I ) '. -I - ---..----.-- .L , I" C,Te, - - -r~- ---~--- f + 435 -=_=-00..__== $ .\1 0 '?<Cl,:.l ,.., ! _J / f $ 5~~J1__ $ /7(), 'i 7 7 $ L 0"'- 2. 'I , $ '16 j")'S $ _'5 -; (<: '3 __ $__Ji~_ -~- $ II 760 _..._____..-L____._..~_ ,=,-c'-="-'----===,_~=.=.=~=_:__-_,___=:..=._"_. ,.=== 2 (- 1,\ Pn)'Jicl,' :qllipm'~nt lock [ J. :)rUJ _L d, . '~qll ipru ':1 t ock '()mp .~E-~ t !rc;~f~_df qUII'm, n ....k 'ompie! ,: C' Y(_,I\'idE I, 'quiprnf Itt 'c)ncrel tIc. .nd CJUe tel Ce. ,er LUr'ip ,;Uj\: LI' [-'renc'h .'::a ff.j' ,nd in pLIC E F: E.' nst,,;ll ] Sllp ! i If :3 ind in 1 iIe hij l<1 dlllett'. ( UM (tJ, , il hiJ Ii labor, m::ter:llis al!d lecessCirQ/ tc. i_n;::~tall --="'-"-__=~=-"O=='='='_ _=,."=~__,.~___.~._~___ (, t f::: : { :powel DC.de r ";ld in pL.-'ice pel r>=.rt EACH. :; MeaElUrec". ,'ornplet per LINEAR FIJOT_ ~--'----- .~-- - -~.- ------- _..------._'_...._----~. [wtall 1 " ::quar,' ".=!];,'rel c pilE' :3lr! r 1 I, c" [or [)l:CK E, '(l1lpIet nd in r;.ddC'c per EACH_ labor m,tteridls dl.d ]j;'cessalY t i nst3.1 ] H,:.ower Fir': c.'enter: IIJd in pL~' 't: PC'] Ef\CH_ ---- n - -. ----------- --- f----- ] abo I lEt t e 1- [,I! S d I cl i .-:J<-=eSSdJ " I r-L3tall H'-; ~-:wer FiT er ! iIill in pl;1cf~ reI E./\CH. 1 cJbc'J ---- :r.aJ,r~(-j s ,111d ("'US" ti_l,.'t rlE,\,.J dsphalt. t ;-ji/illq, -:=url::3 ('omplt-,t-c' nd in pLH" r ) B 2... "\ __ _~.li-~O"_ 1-, i,)<; ____ \ I '=--~__ {; ; () (" L\')') , --~_._~- $ /-":;000 $ (0, 0 L~-- .- $_~-,- 0 ~~- ___ $100 +<;S- (~l 1- - ( $ 1,752- - ; - j .;- 532- $ 3\ Sib --"-- quarE' '-.)[; 'J.-ete pile:, for l)oCK'crnplet per EACH. !, and ,,[ jj rete t' i Ie IIl' lcipat'c'd Lilt '~:3L abl lcd, llfll t [ r 18 pel LUfvl jJ;':1ucJp;J Ii 1 1 C' e ) "( ---..-..-------- .--- [ F JnCLer- [nc I'Jell, ~ I nc:h''l.s-~In: install l " di?tmetel L 1 NEAE FOOT (-'c_,tlhl [Edl un] 1 Cl('t:,j J OJ {' I PC'] " !)id t, L: 'ovi de a I 1 abcl c Iuipmenl 'If" 'pssary uf llb, rOSS\va I", I! H mar-eria1::; and t ': 1em01 i sh ] illS aU (2 parkin'l sign H I..r-" 'men I Iii'] i rIJ-"c pE" ~seml)] 11 Irki!l~l ifVIF ;)UH ill' i ( :1 IlltI' -1 t:~te ---- 4- '1 "'l'\- --- -----.-~._._~.- I- ~:)I+j ~~~--_...- 'f-1o~ - +1 511 TOTAL BASE BID: ~__~--=-.~_~_~ _0 1 L_~_~_(:J IPid Ttpms 1 thru 26) ~. F'1'<l $ \ oc., tIc:' -- -- $ ~ '} q. :J -- -- $ t 090 $ 7 53 i I BID ITEM /\B '\8 ;\B: PB ABI 1 f AEI AHI II QTY & UNIT IF.: ADDITIVE BID ITEM NO, 1 '-0'1 idE ,1] III i r,mcr t leY. H'il " )mplE'tE alL; -~-,-- - ----- o'1i.;je ,d 1 labor, mat E' Iuipmer t E ('pssari' r' .cY. fhT' ,-ie 1 'mpI,~tt 'lll.-: E 1 ~ j n la,_ co',-l d,. ]UljmE t ,-,(' :~ '1I1 n, -/ ld. ',:JU1 ['[lie 1c ,be 'A"k ledts jdn~3\'/a pee: fl.31 nly till. t I er L[J)vl P S lIf'l I ((Yil.J f' 1] [uipITIt.:,! )c k i!ldu II L-an~;Ec) lnt'! LacI,c, I"'; , i.. 1.:, j Lovi.k .1 [U:ir'Wf< I :cl< re'/'/,{ t f 1. , I~,r JlW, t-',!-' -, '1\ ",~' ,'~ /\ I- :)']1 U i ~_'jli(~:l l ck Ii,! Il) [ 1) ! III DESCRIPTION ,1 Labc'1 ",) l a 1;c; EII-:-l i!lstaJl 'mpl,.! e dL 1 DOCK G '~~. IV UNIT PRICE -....7 0 L ~J qS2 C37J 1-l j0 (10 i ~~ V TOTAL PRICE; $ __~o L__~ $ Li '5 l:.,!3J! . $ j .~ \ -:\ bOO J ceSSdr , 1",,: 'led, EACH I] ~-- d 1 I I L;, ctJj 1 6 ! 17 -.-. ! 1- L- 7~o ____----L__~ </7<51 - -_._.-.._-~-- <:3 'I- '\ j7j;; $__2-~~~ $ 01 '3130 $ +>/(}s: --- $ L)- 7(,<;: _....~--~.- --- $ .~.( 0 ..1.?::J7 .. ~-~--- -- ------- TOTAL ADDITIVE BID ITEM NO.1: $ ..2e:,5....L..G0rS..'...'!_':L ,lL-;,(\r ('e;:.::~~ 1-'. ~3l~Jn , 1:1 j ; J t Ed I '.1 i 'j" t S! ! l 1 l [H) , deck "l'POl r: P 1 i n9 ell 1,1 " f'er ti;f' :'ertcdmdnc:~ (dock structur incll;din-i dockside .mp 1"1 ," leI i Jl plac,- ,Ibel' ;LI' - ;ial:3 and instal l! 'es,scJl 'J Ii'ks ide' :onduct eOi'll' ,lif'll .sUH. l~-.:.c:t rj eel j an, ,-1. 1-1; ,':lbor mdl~crldt:'" and '. i n::;tal J t,.,. ann III 1 n place li~' 'eSSCil . j, I, 'ks i eic et 'I'] -(bor rrt,::tt llal::J ::lOci instal ;weI !_,(.\>;.., I)t)rts Ln place rer EACH_ , t:-~~ S :::.~ 2:-t 1 rial;.; and i m3tall ('erlter~_; EA,'H, .-ibcll [ id'lllc Il!:'taJ ( 'II: I ,'l':' Lie -H_ , J !; 'alf-. , :',( (. I' Ie .,. lI'I,J",I. j!, leI E!\' 'H. ([0 i J terns ABI1_ 1 thru ABIl _ 8) i~--~ ~ r=- " I II r BID - ~ ITEM l- -- I AB I BID ITEM }\B ABI 1,8I 4 1\ t3J ADDITIVE II QTY 6c UNIT QTY & UNIT II L: I;' BID ITEM NO. 2 SUPPORT DOCK H MAIN WALK AND PILES 1 I III DESCRIPTION .~-"~~. - .~~~---~ IV V '_jUiiAHI,t lLl i 1 ()I'k ~ ({(' ~3 - .------- ] i.-d.;, dJid UNIT PRICE TOTAL PRICE ld( [b,_,], 'I,[t ADDITIVE I I I I r f'eE',:3"i I 1-,-') leI j '.,(, ,nd 11;3 td.L 1 t- C' L"J I tn, -I'-l,in(]! I_J:=2ck 1 j 11'J elLJ till' perfc1rmanc 1'11,1 II '-'1aIk cl(Jc'~: Ie' :l[ipOlt iallq".'Jd-;. ~,") !)el- pecifi :::-it -i lIS tlu<tLt'e 'fl_l~l rUt Ille l udi ]L] .d docks ide' t E' "ncl in plac,~ ingel tiliti s elL lJr'I f L-S 'ompl :itW TOTAL ADDITIVE BID ITEM NO.2: BID ITEM NO. 3 l 1'- i 1 ~3\ ') $ J]~- '31.?_ -~~~~~ I._~~~J $ III DOCK H UTILITIES IV V ----'- DESCRIPTION ii, IU J "[\('1 t )(-l: -'iblll, illa r-ials c-lIld essal instal . k s j cl, ,-" 1 e c t Ii ca. (-'OnCll1 i'-:' t- ,- '-s )]] (11: ] call~:f . mc.] cern]:,] 1 lace P" I LiJHP SlJr1 ,lI v'! -o,/iJ,. .~I p.npmf<l' 'teY: II abor, :nat erial:3 and 1,-(;eSsar 'J ! U instal; , j,,'~ks i de:!a t el and ,mpl et ,- 'il:.] ill place' L rf~'\/\,;a r '] LiJfvl! ~;i 1[,1 ()". I l( 11 .-\bC>1 a] an'i 't:~'SE-;~tl Lll~::;tcJ.l rUJf 'C ),- 'rIll I "t ' '.v(' 1 n ViP 1 jJ'_Jrl,; j:l pIc. I ('1 E/,,~'H_ ~ UNIT PRICE TOTAL PRICE f- I 51-GO 0 -~--+--~ $ 15L)-,GQO i 1 ~~?'L..~ r '1 $ 7..7,S'Jdr _:"?2'7-0 r_ $ 55 5'70 ()\"l if ~ ;i.J m_________ __ .___.._ , i'I]-'01 jU lJ il1::la l 'ell er;~~:;, d EIH.'H. t , rim,] :' Ii L (J'i 1.1,- ; abCl, iiktT ri.a I;: and in:etal! l,T)J>1 t 'll: f. ,mt-:;l r I t~SSctl , r t <en :~_ er;-:~ , I"" 1 n rrl : ,~) EA."H. Total Additive Bid Item No.3: rl<:i-' :t.l :~nrl L /0) I $ _____iL_~e>%,_ ---- ,1 J 1 S:-3 - --~----- $ -----.?::"l B <;', __ _C " ..;' ;~\.9-'J,-1 O:J __~~_J__~__~~~__ ___ fiieI Item ABI3 _1 thru ABI3, 5) ADDITIVE BID ITEM NO. 4 DOCK H SOUTHSIDE FINGER PIERS AND SLIP PILES I II BID ITEM QTY & L'NIT qUJpn:, ilt - cd 1 'f: III IV [.ESCRIPTION UNIT PRICE Ill.!('!, ill]t (-'ll,] I ,,1 E;E ,)! , -i'<3iJI. i ] I,j [w3Ld ,11(3C1 float:E', ,;\J l',,~ifr: 1 't' C] $ I {) ') 4 ,5:"- iT irtCi Or) t} s s c~ I pecifl'lt i'IL,; nl1' tilltlc-E; e1- IJJf'.1 f' ,'; C'f-' ,'iF ns -= 1 L '1 , - ::;lir: l~ ilf ~ I "lel ] n 1 ADDITIVE BID II I.. -~ I U~ $ :3:;5~ 4; $ 13l'. 0 II, !J 0 IBid [tern ABI4_1 thru ABI4,2) 5 DOCK H NORTHSIDE FINGER AND SLIP PILES III ---- -. ---_._---_._-~-~-~--~.-.-._--- - - ..-------.----- --._-_.~--- IV V DESCRIPTION UNIT PRICE TOTAL PRICE 1[:,01 , r, t ill all'! -""S:" ! t ] i ~"TC-: 1 i: $ _.L~-=5_ . r '1 ') i r j ~ ; t -l. f _];c1 L ~:-; j, 1(:::1 t< i cle.-it:3, 11UJ!h 1 j. tIJd I I '7 7 r - I v ~ .-' 1 1 he ! i)] flklnc (d,,,' t, !lCWI Ii I" I L- incl!)J1f,q L;ckLe;, IIIple', ill'] II 1'];1(" r LUfvlF SI'[vj stallle1 Lip 1 j 11 ! i a ]Ualt~ ")1)( tete pi leE; L r I: iJmr 1 t: t f- :t,'.! Ei\( 'M 1-'] 72b $ ~n ,53L\ ------_.-._-- ------ -----._----_._----~-. --~_.~- 1:;7333,00 ~_._..l____ __....~____...___ Total Additive Bid Item No.5: Hi [tern ABI5_1 thrll ABI5_2) t-t:';.I: ADDITIVE BID ITEM NO. 6 DOCKS G/H SANITARY SEWER AND DOCKS E, F, G AND H ELECTRONIC ACCESS GATE SYSTEM I II QTY lc UNIT III BID ITEM DESCRIPTION lb'l " ',.1 {1, J f 'it , -~ f::. ~::;.=-' ,j } Ldt.-:, -l:j $_~_~5B~ l' '- '1111 L'lt - ! :[,IF SUI'I ,"E' j ( iabol, :lU1l-'nlc Lt ',:cessa:.'/ 'wk 'I 'j, ",'C:,; ide f' g 0)' 2 $ '3 0]2. 3.CUUnl _Ld E-ET :,8 CCl~/.iclc c~ 1 '-lui prE: 1 t '_1:+.:'11 E GCtt pI ('t_-: pF-'J _~S;3, 8\2.. $ 55, is \ 1... No _ 6: $ ~G, 4;30 00 CJ j d I t ern .rill I 6 _ 1 thru AB 16_ 3 ) ITEM NO. 1 - III DEMOLITION 'f~'=~ IV-~"~-~~~ V ..~ UNIT PRICE TOTAL PRICE I- I {I 2 5, '(:q $_ 2.B317,_ DESCRIPTION rr (11; I 1 J ,-' '''.JallCt Ih" eit" l] :)1 t- be i t- 1. ,',n I ct j ~ i t'fu 1 t t E: t j] : 1. ( i t~ mb e 1 1" --'! - . ni,llli i, It L, t , l. 't Ege)' f t 1" t;-, j t _I i 1}/:::,(1 c_'t-'t r I 1 Vi] [] 'j II _ Tota-, Deductive Bid Item Nc, 1: ~: ] '6,--)1.. 7_CJ_?__ _ *gPECIAL NOTES 1'0 BIDDERS -1 n\f: 'rnl let f lei Item~' ',1', IE;' Bic! ,(,IJ ,~J:le]L t i v,- it it - , tile em! , t ~ E:; m~; ~.j e lLI 4 r h, trjT <(;. C;::;'f ,t ~ , 1 (1 I ! ] 8 ~ J ; ~. ; n ~ n t t I -, a in 1 ; ; -, leEt k lL "IE 1 ' eaU 1 <:1 a"I] [J' i] I t em ns t: a 11 1 t 1 ' ty -NJl e: ' IT'; 'he ,.1 'mf"jLeL " t llC t t '" Pl'j'!}'] 1i 'Ii t eel I hrl l sm~- l~k ;If:'' ~;aJ C'E],.. il,-,e] l! 1 r I t--r *STATEMENT OF QUALIFICATIONS 11 t:~ I I Edse' Si,' is 180 calendar days. If t 1 'NI)]k she,11 be performed concurrently (,flU l"t- wit 1 in the same time frame, ,'iarde'] 1] b,' i' 1!C' t: Lal h -,'r)t ] F '(/,t io' '1 A 10:; I I ,~ (E Mobilization/ Demobilization the Mobilization cost alone of the 4~; total) 1 1...../] 'spor ibility of the contractor at t, j : flia:,: mum amount of work within the .Jf tlJi.'- ,'=hel- [[,I co]] t i ncllLie the design, fabrication, L,atinq docb3, dock piles, slip piles and 'll.lneous work items are not included in ~:. f:~ I ::,:tnil <lry ,i,,-,';,(,J \T,:lCIUm system" shall include all !Hplet-. III J \volkinc.j ;ystem_ This shall include, dUpci, 'ld i '-'c tit t in~ji;, piping, suction ports and SU, fJ'il t "be definition of "dockside" -,tem !H!" neIltl:: insl llled from the fixed bulkhead I 111,1 i] i i i( I UdE hi' pumps on the bulkhead. '1 L C' .:.7 C ! ] I , 1 1 Df , I t 11, ! ; ;p )E:~ , I lcJ [ 01 B I [ i . - f.: { , j ',i' .i)].l Enc i.neer for evaluations of the The Contractor shall submlt with his "Proposal" the information as listed under Section A-28, A-29, and A-3D of the Special Provisions. 'T (j1lt L "c:n f, .rmall 'F. of t C vi nq ![Ipi i, 11 i.t and su tl1e we Ik s t a! E,P,('T; i t h. ,-, I- T 1 t :-~ L-) !lei Trns statement must .8 t I , r_H' , I I , e [ " 1 1 i I I .-, ] I, ,e" 1 IJ' ~ct0ri HhrtlL be qualified and experienced in the desC't ibcr1 in the Sl~'"cial Provisions, Item A-30. Ilall h f 1 I JpJ in order to demonstrate '''1 i. 'cX['Ie'l' '1C>C:: requirements_ 1]1 i 1 L, : t t O:::l wi th the comprehensive, If necessary, Do not attach materials will L \Teen !TIUS t be "Proposal" . 'led sheet s_ 1')ll-relative b" submitted "I. 'f" het i I' I t II. 1 t i 1 t- L (l d tl:r>=:, ! : COMPANY INFORMATION 6 3. o 1 c L us n' ,I \) ':ali""Jl ! q r ':;1;[ lei, 11 [ ['0' y '\---,",,-- 1"1 'J-.'j,.::- (1; fr f,. d / 'I: 'nr I:; ( ) 'C)! P ,/::-~ ,L.,. 'i q <. ,_J .; ., '11 f r_l ij t :'i"-'n', it '^" l3 I- t I 1 f C('!: i~7 f 1Jdl L '\.-'p( .s ! iJ ,- II 'cactor Only) C;' le,/ AS -~----r------ , :11 c.k ,';cnedule uf these, slJowing name I il'::' "I ')ximate anticipated dates of nln' j (I' 1 J c~ (,1 l't I] ll"lq,i [71 l:rj'.~.l til-i( Ill' :r.pOld!(,C1: ','f-;:; No. 1 E ':It 1 L.'--l 1 j ( : ~ nac'" " ill ,ddu.," of "Ie Owner, and name of bond l-- :3[-'" j.1 irr;aqt:'r' 'n La any claim regarding contract \] e case and court in which pending 'll ii <tet It :ii' 1 'J1ll~j;; l rHoje(~t? II th~ nanl'_ II: ,[d(L t;'-ss the owner of the project I .. 1 f ' !,~ I InJ' pI i !) ,,:J ,,=h \'. 1 k is being performed past the ,f ..:1. JI 'iil : j ,1:1 I(! Iif :.. IC~~Lj 'Fr;l ,] " "J.-' )1- I' ,1 I II t t- II il j-H t h,' owner of the proj ect along ',,:'hed,,] eel de;:lCll ine_ - f -~. r' J:j__O,f2G~A-d C}-\AJi? ::1.": : IDallc,al staLemenL (submitted to "ill <'"n;c- Ij! t_iCHi ccntr2'ictin:] business t I:, lid me ,ewe! address of the former WORY FLAN. I the . t I. It , t) y, t! c r - f. .C ii-- ..tr j' p', :'cltJ-:::d .,0 th,. \: ;..:..d Contractor Ploject History: TtJ' an.1 si i " ;J. iE, li proj e'~No. 1 ... ) trn, ]( n 't 1'-J:::; nro Ii >1,J Ii r> If, proj ec t_!I~:2 N (- p ~.1'1 ; 1" )\1,'. In' J. jj. r.~'i "I V' 11(" Nl;rn! w >], P tied il1\.\, I I ]r' , :11,1 f:1\1::-:; . _0'1 }, T,c I~ , i-t-fl/6.~,~ Q\',j_C;:~1 ;'AVIA" \ ,I i I i; riA,) C'[Z_'_i'i ' ~'R. _I f ,le3cribir: J the bidders approach to completing lnclude d lJ"r chart schedule of the major work lCl,j,," iippr ,'leh. Bar chart may be hand written () L'1' j~Pl( 'll~~trat e:q-'c'l-ieli ",1 'hall ]-, I Lito f' ,4-r: ':J,j-r r_A(::.-..i Ii '(7,- 1?_ n J '~r jf['.~ ----------- _.-~~----._-- ------- ----.'-'-'.--..---- -----._--- ._.~-_._- -- ..----.-------..--- ~._--------- d technical expertise, experience, 'Ie listed should be that which is ,jVP been performed within the last ( (. 1> I'.,{ (!L '1 5 c !)::; I 't~''J.3 Pro; ec Nc 3 proj ';c2..! No,"- "',L~ IT"_ , a. r:~ r n r 1 L ,( N t1 ;.t J-t]:-: '-~':);-l ~ '-J' r t_~ I ;;j , i'l ,[. I ' t,; I 1 r,,1 J I] LIST OF SUPPLIERS: In c phct1, sn 11 ')1 'u 11 Imr.il1C f: :nbet a I l':h::' o I~~~r:~~='" L- !-- B L ., 'v I II '11 l t ~ _\~) ~1 t h ,uf ,,:Lll ere n nE ! i r 1 ,-, e' i':'ll C R lei M J >" t f )C f J o ~r"i 'I' I') .' l r' tll')\~\' I >(~ \' [,Ill>) () \.ji N eel. A(f ') all (lllllent (-] (lppliel,i .l\n S lequired that the names, address, and be insetted below_ Only named manufacturers !'klllUf t llrer I isted which is not named are Manufacturer/Model ~ ,1 \ i "'1.'; ! ,~, ! ( 4 G--:-':i -J \ I (',', /, 1- - - I , I r ! t', ~. f<j ,'I "'-0 'OJ ---.---,-- '--""'--..-.- '---~.-~-- ,- j, , e . I 171' I a) 3f,1 ! 7b-. .'"20,10 ~~ )_,=\~ft=A-t? plier ~- j L(\ ~\-r I( 1',1rfC.-:J -- -- .---- --~-----~-- " i ]) iJ I I i-:r::-, - ---- ,- t r) /r1 (:.; ''I () 1/,1 c; ((,ii"j"") - - ------~----- ----- -.-- Sup ,\ I f~J J W )1 W,l C 1 1 B TJ P t Y "j-- h gi - C~ . L t if' W' r 1 ,1.tJ EJ q i I j, [)( -vl '_C ] ._,v' 1 (',il f ltc' r [( ] f' 'l"lled lIi ,d " 'Ik t-"--" r-,l 'lei it : ut C',-fi .j t- t, hcc t E' j t h, IH' ~ ,11 ': .lLtt- h U3 pcc" if itt Lc,n::; i c1 ') r tieL- In ,dE: 10-/ t h, visited the site and has and contract documents that he agrees to do the City are in any sense a -e of the Contractor. t t:= <d:' t1~1 - u' 1 " U1E~ I -, '. it ,Ie , \ 1 ,] 1 X, I c -, L ( : 1 j Iii 1 , r c Ll ( 1 11 } " 1 ~--'- -1 J 1 I. :it t ! t i(~ n:' >-::' ~~ 'llli elLi t --,r'f' ;:: 'L, 'e'Iu 1 fiE;! SL\I NOTE: '1 ne f vud,!t! :t we will within ten (10) '[ridl .Iit LCl T nei :iill deliver a Performance ,1 t Jd l 1 f ll!ktll'e of this contract and a 1;,~')lf' "ymcll! L 1 all labor and materials. 11 C'! ~;i 1 the amount of S% of the )Ii,' eo :){ 'pel '; of the Ci ty of Corpus ,I ,( tl j t,], i:~ 1 ,_- not executed vii thin the lei t ,I ,lIiel'lf f t he delay and addi t ionaL Mlnorlty/Minority Business Enterprise Participation: The apparent tde" '.vilLi! t; da'/:-:; 1 rE:ceipt ,'f bids, submit to the City l' 1 ')1 t nCl, t], 11 es a l1cln~'f;ses t MBE firms participating 1 n 11 lid 1 lI'ti thE wod to be performed and its id ' 11 r Numbe:r of Signed Sets of Documents: ThE: (' iIltract and all bonds will (13_1 I, \1 r III -CIl:IJ-Plpart )riginal signed) sets. Time of Completion: 180 caLendar days :jJ ..,d un' (,-n 'Jlk" 1 d.~fl~es to complete the work 'Ill fl' ,I,I,~ de ~31q!lted by a Work Order. I] r nd "Pi l' l t "", ], t Lni.ilf.'jlJrrlr ijl ie' 1." ,: \ hat he -:;'1')<: a::d l:t t llt'"huve c 'c' p f ! J 1: '.: i! . . l .-t n1 i 1 ,! ",,,' 'I" he ~ill provide all necessary fur: i 811 all ma terials and do ment oned work covered by this CUI,'-:ract documents and the Slims above set forth. "e 'N L t [hE' [t' T fIf?" SLIm I i \\' I] I adele' ia 1:: 'knuill edged (addenda number) -, f'[)Pc't j 'I] 1)' "1-,'[ , (..} ~ --------"--..----- (P. Box) (Street) 7 g'h::-) j ~._--~--~-,.- , , T I,:'i l i) /0, "I (Zip) IJ ( State) 2-87 - :;_) i i -_._-""'------'-~-'-~'~~---,--_.,- (Revised August 2000) I'" i :.'N PER FOR MAN C E BON D Bond # SU 1008180 STATE OF TEXAS ~ COUNTY OF NUECES 5 KNOW ALL BY THESE PRESENTS: . 1 THAT CCC Group. Inc. 0 t NUECES Count y, Texas, hereinafter called "Principal", and ARCH Insurance Company a ',~orpol.at ion or<;;anized under the laws ot the State of Missouri , and dull authorizec to du business in the State of Texas, hereinafter called 1I Serety" , a r-e hel d and firmly bound unto the City of Corpus ~:hr~~~}. a _!ll\l!l:L_~ip_a .l...u<:::Qr._QQl: c:l tiQJL~L NueceS_C.illlnt..y~_..1'.ex.as.-he-r~-f-t-€-l:'-___ called "City", in the penal sum of THREE MILLION, EIGHT HUNDRED THIRTY- FIVE, NINE HUNDRED EIGHTY-EIGHT ($3.835.988.00) DOLLARS, lawful money of the Unlted States, to be paid in Nueces County, Texas, for the payment of which sum well dno truly to be made we bind ourselves, our heirs, executors, administ~'ators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principa 1 entered into a certain contract with the City of Corpus Christl, dated the 28TH of MARCH , 20~, a copy of which is hereto attached and made a part hereoe for the construction of: \ I , l CORPUS CHRISTI MARINA DEVELOPMENT PROJECT PHASE III (DOCKS E,F,G & H) RE-BID - PROJECT NO. 3297 (TOTAL BASE BID + ADD. ALTS. #1,#2,#3: $3,835,988.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents I' including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. . I PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. , i Performance Bond Page 1 of 2 r i S b)LlJ v'ernei,' ('J\1 ta::e ,-. TI')XO is given 'ta' utes )f t ,= meet the requirements of Article 5160, [pxas, clnd other applicable statutes of the f'r-:e LnceIsiqnej agert 1'; hereby designated by the Surety herein as L he AQent Res~ dent n Nueces (':)unty to whom any requisite notices may be jeliv rf~d drd ')[i wtfom se-vicE: of process may be had in matters arising ut ,f such ,;Ilet Shlt], a, provided by Art. 7.19-1, Vernon's Texas J nsur ':In;;e Cc de IN WITNESS WHEREOF I th u: Lnstrument is executed in ~ copies, each ne at which shall oe deemed 3n original, this the April day of ___~_ _ _~ _ ___ __, 20 06__ PRINCIPAL CCC Group, Inc. By: ~~~ .J':> ./ ..)~ Arthur D. Huebner, President/CEO (Print Name & Title) AT'l'E$T , J " ., ~~ Vjce;~:s~e:t~~EO Secretary Rita K. Jordan, (Print Name) SURETY . ARCH Insurance Company B::a'71Jj;;Ph;Chi~ Attorney-in-fact William 0, Birdsong, Attorney-in-Fact (Print Name) The Resident Agent of the Suret.y in Nueces County, Texas, for deliveryoI notice and service of process 1S: ~. /0 Agency: Contact Person: Address: Keetch & Associates Insurance Phone Number: ". Michael Rhyne PO Box 3280 Corpus Christi, Texas 78463-3280 361-883-3803 '. (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02) f'erformance Bond Page 2 of 2 ~1LX MEN T BON D STATE OF TEXAS ~ Bond # SU 1008180 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT CCC Group, Inc.____ of NUECES County, Texas, hereina fter ca lled ., Prine pal", and ARCH Insurance Company , a '()rpor3t ion organ zed under tIJ'? laws of the State of Missouri c':lnd du y au thor zed to do bll~ J ness .in the State of Texas, hereinafter ~'alled "Surety" arc~ helc-inc! firm; y bound unto the City of Corpus. :::h ri s t 1 , a mun iClpa _ co rpo r a ti on 0 f N1!ec.e._Q_Coun ty: ,nT.exQ,Sr- -HB-r'-ei-H-a-:ft-B'f ::arlea "-:ity", dnd.nto a 11 persons, firms and corporations supplying Labori.r.d materidlE in rrose'ution of the work referred to in the -ittached CO:1tract Ln the pe:lal sum of THREE MILLION, EIGHT HUNDRED THIRTY-FIVE THOUSAND, NINE HUNDRED EIGHTY-EIGHT AND NO/100 ($3,835,988.00) DOLLARS, lawful money of the United States, to be paid in Nueces C:uunty Texas for ~he payment of which sum well and truly to be made we bind oursE'lves, ou heirs, executors, administrators and :3uccessors, ])intlymd 3elelal1y, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ;Hincipal ent ered i :1to a cercain cont ract with the City of Corpus 'hristi, dated the 28TH day MARCH , 20~, a copy of which is hereto 3~tached and made a part hereof. for the construction of: CORPUS CHRISTI MARINA DEVELOPMENT PROJECT PHASE III (DOCKS E,F,G & H) RE-BID - PROJECT NO. 3297 (TOTAL BASE BID + ADD. ALTS. #1,#2,#3: $3,835,988.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modlfication to the surety is hereby expressly waived, then this)bJigaticn shall be void; otherwise to remain in full force and effect PROVIDED FURTHER, that if dny legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that sald surety ~or value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligatior on this bond, and it does hereby waive notice of any such change, extension af tlme, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 Th s bonc; s given tu meet the requirements of Article 5160, Vernol.'~ Civil Statutes cf Texas, and other applicable statutes of the State Co f' Texa~; The te nns lie 1 aimant" r "Labor" and "Material !I f as used t1 ere i I Ire i1 a c ( 0 r j a nee w i 1 h d n d as d (, fin e din sa i d Art i c 1 e . Th," und,,~rsiune j agent ;:. [1ereby designated by the Surety herein as t:he Agent Re~ideflt n Nueces:ounty to whom any requisite notices may be delivered and on whom service of process may be had in matters arising Jut of such s\lr'''t\ship, as [,[ovided by Art. 7.19-1, Vernon's Texas I f1SUrath c: Code_ IN WITNESS WHEREOF, this lnstrument is executed in --1- copies, each me oj which shall ')e deemed an original ( th_is t~e April_ct~_o.f. 9 ____( 20~_ PRINCIPAL CCC Group, Inc. BY:~" )~ ..) .L-d.- - Arthur D. Huebner, President/CEO (Prlnt Name & Tltle) AT~T "1.. 1. -t-. ~ ""'....;- Secretary Rita K. Jordan, (Prlnt Name) ~.' ^" c..'$;' r----' 7 ,- . ( Vice President/Secretary SURETY ARCH Insurance Company 3 parkw~~te ~ 500, Ph~la)deIPhia, P~ 19102 By: It ~ iZ/.~ ~ttorney-in-fact William D. Birdsong, Attorney-in-Fact (Prlot Name) The Resident Agent of the Surety in Nueces County, Texas, ror deliv-ery or notioe and service or process is: Phone Number: Keetch & Associates insurance J. Michael Rhyne PO Box 3280 Corpus Christi, Texas 78463-3280 361-883-3803 Agency: Contact Person: Address: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02{ Payment Bond Page 2 of 2 ^~~- ~ POWER OF ATTORNEY Know All Men By These Presents That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City Missouri (hereinafter referred to as the "Company") does hereby appoint m v.., eorg Wll1j~m D Rird~ong and Gloger Hoke ~f Dallas, TX (EACH) Its true and lawful Attorney(s)-In-Fact to make. execute, seal. and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed Any and all bonds and undertakings EXCEPTION: NO AUTHORITY IS granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note. check, draft or letter of credit. ThiS authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein The Company may revoke this appointment at any time The execution of such bonds and undertakings In pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. ThiS Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the PreSident, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process" ThiS Power of Attorney IS signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed With the Secretary. and the signature of the Secretary, the seal of the Company, and certifications by the Secretary. may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified With respect to any bond or undertaking to which it IS attached. shall continue to be valid and binding upon the Company_ 00ML0013 0003 03 Page 1 of 2 Printed in U.S.A. n Testimony Whereof. the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers. this _~2JJ2.___dav of __.l.~1 a..! 'I ' 20 () 6 Arch Insurance Company Attesteej and Certified {, Martl~-~I- Nil&en, Secretary /~~ance C. '~.~~ (.; / ,ORPORAH \\ I U ( ,,^' i DlI \:a. '.. ,q71 )~; \,\~' ,~/ /~/ /. ~/ STATE OF NEWiORK SS COUNTY OF NEW YORK SS Peter J Calleo. a Notary Public, do hereby certify that Edward M Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day In person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said Instrument as the free and voluntary ac id corporation and as their own free and voluntary acts for the uses and purposes therein set forth PETER ;\ ~3r\; F- 'no Cr,LLEO, ESQ. )f New ),Jrk .:;336 CERTIFICATION ~'i_<)d Martin J Nilsen Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above IS a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M Titus. who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company 1:%~~;~~~~~h~S ~H_~R~O~d~yh~:~~~lt~ ~~b~cr;~egcy name and a;ed the cor~~~9te seal of the Arch Insurance ( If, l 1/ / / . "', '-- l~ i;..._ Martin J/ Nilsen, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated_ PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOllOWING ADDRESS: Arch Surety 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. ~. ~ " -- '{ " ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy You may contact Mary Jeanne Anderson, Surety, Arch Insurance Company, at the toll- free telephone number or address provided below: Arch Insurance Company Attention: Mary Jeanne Anderson 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149104 Austin, IX. 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES' Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice IS for information only and does not become a part or condition of the attached document (Ed. 4/03) Printed in U.S.A. PAY MEN T STATE OF TEXAS ~ COUNTY OF NUECES ,~ r a :::hec THIRTY-FIVE THOUSAND, ($~-,835,988.00) iLl,;::, '1. I T. x s, f THAT inaf ;'O} a 1 dul.. l eel st i, '~~c rr dE es ...':":~ C THE ~10c~ st :h,cc (J 1 r j c: if" ' an la\' f?S::-3 f j 1 n. 1 !.Ji in son it j :: ) \'J: -no n f-' BON D KNOW ALL BY THESE PRESENTS: NUECES County, Texas, a e it '_ 1 jwen he i r he :3t3'e of . :1 eta t 0 f T e x a s I her e i n aft e r U li u ito the City of Corpus es=-ou 1. y, Texas, hereinafter I ~rns and corporations supplying thf' 1IJ rk referred to in the j THREE MILLION, EIGHT HUNDRED EIGHTY-EIGHT AND NO/100 the Jnlred States, to be paid in W~ h urn well and truly to be )< 'U t S I admini st ra tors and j h~ .'3E-' presents: HUNDRED CONDITION OF THIS OBLIGATION IS SUCH ~TH 1 j' r - 20~, a s t 1:.. THAT: Whereas, the '] the Ci ty of Corpus cpy of which is hereto tion of: .~ ,/ f . " L( 11:, r 3.:: r ...'-! MARCH f CORPUS CHRISTI MARINA DEVELOPMENT PROJECT PHASE III (DOCKS E,F,G & H) RE-BID - PROJECT NO. 3297 (TOTAL BASE BID + ADD_ ALTS, #1,#2,#3: $3,835,988.00) mH -j .. ,II I I t (.' 1 IT! ~ e'l ;::: 1 "'1 NINE --j j 1 S E: \/f~'" f E=- 1 NOW! THEREFORE, f +- h (, n mak. PlCynt= p /mE-nr .orat r c")ec It (1 aut r J V i "d, 'in .'-:::> 1 ~ r: r 1. t. t. W rk D ( ) L e j , ; , 0 Y""- 1\ ;.-~ jci '. ' PROVIDED FURTHER _'3h I 'Iu And t ,'It ;-:1 :1 51. f 5 lef ) , ract . -lflCdt :t i':: 3uch 2' 1 }- er s ~,i fie I 1 t, e IJ ; k )ns, ,)[. i rw 1 ,gs I en t CJ r Jr 'lnjE , ..::::. ~>:- .s 1 r: t he ~le c n a "I ! t ,) 1 'Ipa a J lppl fnj ~! sa~ L -3 Ii J! f (\ i t hull Y per form its d uti e s pelS n, firms, subcontractors, L))(1 labor and material in the said c ntract and any and all tr~ t 1 hat may hereinafter be i- fi" :3UI"-.ty is hereby expressly th rw~se to remain in full 1,:1 filed upon this bond, ~--, >'. a >-; 31ue Ie _ved he eby stipulates that no ~atj ~ addit18n to the terms of the c?rf rmect there nder, or the plans 1 acc~mpa ying thE- same shall in anywise no, and _- does hereby waive notice of me, It rati n addition to the terms +-() b~ pf-rfcrmed hereunder. c; -' 1 ' ,,-::ne , -JP n I t L'veer et e V X, 'jF Cj e,"- I ,_I ,~ -il"J \'Cjuirements of Article 5160, ,ther applicable statutes of the "Cli~ r" -cJnd "Material", as used H rillP lr said Article. or; rtl ma c1 " rt , 'I t- '\ge[. \le rf (j, ..L~; __ t ~ c' n SE'r ir, lel~ tj P )\1 : 3ny .s may bE t . by the Surety herein as equisite notices may be had in matters arising -7.19-1, Vernon's Texas e .l:lf \ t 1: :HJ N ," ,n \\ -ca. 1 IN WITNESS WHEREOF, )f n ;..;r' 1 1 11 ,"xec 1 ted In ~ copies, each t ]8 he day of PRINCIPAL p~]nt N~~' & T]tle) ATTEST ','~ret, '[~l.rl~ :C:~l:T'I~ SURETY orL ,-fac ! L 1 ~-1:~ r~;; The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: Oat 'ed 9; - F - " . '\IU" ,) :Jmen1 jle P E R FOR MAN C E BON D STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT CCC Inc. NUECES inal -. 1 r,(~ i ann County, Texas, a : ell': t e u.~. f' 1 a it: :-' ; eSt a;- e 0 f ::lLl t c j sstatcc f Texas, hereinafter e cj. E- . , ~. f- 1 C j r iT II j j r t the C i t Y 0 f Corp us 3t l, IT Li r IJ Ii S OU ty, Texas, hereinafter '20" ;" , n. F,e:iCi' f THREE MILLION, EIGHT HUNDRED THIRTY- HUNDRED.EIGHTY-EIGHT_($3,835,988.00) !JOLLARS, lawful money of Un be I'd] -j 'lue .e,,, , "'~xas, for the payment of Sdf--c_ ,; 1 f:!c:j hind ourselves, our heirs, _It 3! ml r c e i n tan d s eve raIl y , firm 1 y ~.1 e'":; f ~ t:::' 'I THE CONDITION OF THIS _~r ~ 1 J i. t ::1 Dc st ,:::h ('Ci ei 1 > 28TH -ill l:1r' OBLIGATION IS SUCH THAT: Whereas, the Hi la::l '01 - h the City of Corpus 20_...QL, 3 -opy of which is hereto str tion of: CORPUS CHRISTI MARINA DEVELOPMENT PROJECT PHASE III (DOCKS E,F,G & H) RE-BID - PROJECT NO. 3297 (TOTAL BASE BID + ADD ALTS. #1,#2,#3: $3,835,988.00) NOW, THEREFORE, f h Il ceo] .1'C \v ,;e :" n .ldln n ~r. r: le, :<+ ipal pe a 1 t a it E'I ' i '~p :1: Of 1 I e tar-, ) 1 j; s, jet t fully perform said work nei contract documents, and if the principal faulty materials and/or year from the date of the City, then this lr full force and effect. f , ns tlP \. <mans let_ir e:l qati r Sri r)e~ .:1:' [1 (? impr eIlIen t3 ema n b lse PROVIDED FURTHE~., r r 1 ;;:? ,::;r 1 i--~ N "-~c r I '- I (t .~ be filed on this bond, ; r-"' p, qe, JI S I 1 'dlqS, a ( (I hE' (c;by s t ipula tes that no '1 ::i1 tm to the terms of the t er-e nder, or the plans, nj~ng th same shall in anywise 1 loe~' hereby waive notice of It ratlon r addition to the terms porf rmed thereunder. ,r..:. ;~ t-.:...1 Jl '~; t 1 Pi 'a ::.:. r~a ~t , 'if c ",,:::t ;.:. such he c e (-J f .) i- 1 ~ or n (1 a;I(j(>, i::';.t IS rr t , t!- e ) , r' r_ ral , ,rrr,o bond 'JP n ()! f:::' ~ ~x j ,- h :'\qel ver OP}:S rrl ~Ci a9 Y-j t e :iE In -h I' 1. r 1"J e r! ,S~ 1 c: . l ~=' . L (j n ""- IN WITNESS WHEREOF, )f h S--1 b, oei-=:rn ::1 'e'er n 1 1 J r "'c, 3C t nents of Article 5160, icable statutes of the by the Surety herein as _equisite notices may be had in matters arising 1 . 19-1, Vernon I s Texas ist r [, j s?xe Jted In ~ copies, each r J (] i , S' he day of Phone Number_ ._~-_._-- -~ -..------------....----- 1 :3 , i reL!) nt '] f t) r :i ( qrldteC1 film 3ny mdY b 1.. 1--Jnt t':~::nf. '> T]tJf~) ATTEST (:r~::.ti~~ t'\' ~:' r.1 n r- n,'iElC SURETY lLf':':' - "1'- N. i IT' ,. . The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: !j c' f<" t" n.:'1 Agency' Contact Person. Address _)\li,j PRINCIPAL r') j - rmdn :-IG Ie 2 tract) ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City uf ,~urpus t~hnstl Urdir,ance 171 :0>, ciS amended, requires all persons or firms seeking to do business with the City to provide the followinq inforn 'ation EVRry question must be answered If the question is not applicable, answer with "NA". FIRM NAME STREET . 7 '- ~ (HIT! II-; C EJ) CITY: , , -'i,'/ ) T{. -, ZIP: 78l ('7 FIRM is :::( 'rpor atl' ,[1 "" f'1I ti18rship 3 ~'ole Owner 4. Association ) Orrler ~-~_._---.._-~~-~~- DISCLOSURE QUESTIONS If adll:tll nal spa:e IS lll'ces,ary pied'ie USf rhe reverse sidf! of this paDe 0' 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"_ ~Jw+ Job Title cmd City Department (if known) ,ttifj 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". N:m,,; Title N i /' 014 b -~..-,-- 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". N;rrn!' Boaro, Commission or Committee )j.V 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" Nil;!lI Consultant ,~ i Ii -T . ..,,( CERTIFICATE leer Ilf} nlat all Informdtiol prowled!s tl UP <lnd correct as of the date of this statement, that I have not knowingly N. ithhe/(i dl~c10S.. ure of any Information requestf,d; and that SUPPI~. I statements will be promptly submitted to the City (If Corpus r,hnstl, r exCiS ilS ctanges occur / ./ / ~ .-' '::ertlfy'ng Person . Title \ \Zry-Cc.r t !.fk'LA/.-iG/C -- :3ignalu".., Certifvinq Per 501: D;:Ie. 'J ,i ':,- Ob I" 1.1 DEFINITIONS "Board r,,.lember' II membEr of any beard cOin mission or committee appointed by the City Council of the City of Corpus Christ: Texas "Employee". I\ny persor eniployed by the Crt'! of Corpus Chi iSt! Texas. either on a full or part time basis, but not as an indepen(~ent contractor "Firm /-."1 entity operated t'Jr economic gain, whether profeSSional, Industnal or commercial and whether established to produce ur deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, pilrtn(,rship, corporation, joint stock company, Joint venture, receivership or trust and entities which, for puroO'c:es of t;!xation. are treated as non--profit organizations "Officlai" fhe Mayol, n lemllers of the ety Council, City Manager, Deputy City Manager, Assistant City Managers, Depari!nr'nl and DivlSlor, He.>,ds and MunicIJ);J! Court Judges of the City of Corpus Christi, Texas. 'Ownership Interest' Legal ur 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 vuting trusts. proxies or special terms of venture or partnership agreements. 'Consultant'. r\ny persop or 11m. such dS engineers and architects. hired by Ihe City of Corpus Christi for the purpose of profession,)! conSlJltallon and cecommenda!ion ACORD CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONU ,".NO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OF' ALTER THF. COVERA,GE AFFORDED BY THE POLICIES LISTED BELOW, --- ~--- , INSURERS AFFORDING COVERAGE I insurer A American Guarantee & Liability Ilnsur~r B AXIS Surplus Insurance Company j L 1;;;;;,: I~ linsurer E 1------ -,-.,.---- '---"- -" ....----..--.- ------__.. ...._J NAME AND ADDRESS OF AGENCY WM. IV GEORGE & ASSOCIATES. INC 10000 North Central Expressway, Suite 11(1 DALLAS, TX 75231 J'HC>NE NO, A/C2141691-5522 ::;../ (2'i' 365-790: "NAME AND ADDRESS OF !NSUREQ cce GROUP. INC. PO Box 200350 San ,4ntoniO, TX 78220-0350 1210, 361-4251 St. Paul Surplus Lines Insurance Company " ...; The policies of Insurance listed below have been Issued 10 the insured named aoave for the policy period indIcated, notwithstanding any requirement, term or condition of any contract or other document wilt! respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such OOlicies Aqqreoate Limits shown ma'i have been reduced b Paid Claims. ...- r Policy Policy Effective Expiration Ltr T Ipe Of Insurance / Policy Number Date Date Limits Of Liability A GENERAL LIABILITY { 1.2 GLO 3 437470-03 6-30-05 6-30-06 COMMERCIAL GENERAL LiABiLlT j V V GENERAL AGGREGATE PER PROJECT v' $2,000,000 .,(;urrence F irrT I PRODUCTS-COMP/OPS AGGREGATE $2,000,000 PERSONAL & ADVERTISING INJURY $1,000,000 EACH OCCURRENCE $1,000,000 FIRE DAMAGE (ANY ONE FIRE) $ 50,000 I I MEDICAL EXPENSE (ANY ONE PERSON) $ 5,000 -- AJ'CMOB<ELlABll ~,' ;-, "1 'Af' "'''-'''o;'~i ""~'l V 6-30-06 Bodily Injury & Property ~nyAuto ,BAr ,437:' '2C'\ A' I 6-30-,)5 6-30-06 Damage Combined V $1,000.000 ~h Owned Autos Bodily Injury '" .heduled Autos I (Each Person) $ - ,<. -ilred Autos I Bodily Injury ! j.. '-Jon-Owned Auto" (Each Occurrence) $ ---....+.....------- I $ ~i Property Damage .... ------....+- .""--j-"-- ! ~~-~ ,. Each r Occurrence Aggregate / 1 .2'i EAU"'004231O 1120')5 8 EXCESS UABIUT . V 6-30-05 ! 6-30-06 Bodily Injury & Property v' ..,. Umbrella Form - Uccurrence I I Damage Combined $10,000,000 $10,000,000 ,. EXCESS LIASILlT 1 . I OY06825059 " 6-30-05 6-30-06 Bodily Injury & Property $10,000,000 $10,000,000 , ..,. Imbrefla Forn . C.;currence Damage Combined Excess of Excess of , I I , ......._....-1........ $10,000,000 $10,000,000 _--L-..__._.......___ ..-----_ ___..1_ __, -_._---- .----.-.-'-- X Statutory _.. - ; A WORKERS' COMPENSATION & HC 437469-03 6-30-05 6-30-06 $1,000,000 BI By Disease Each Accident EMPLOYERS' LIABiLITY V' '" 1/ V'" $ 1 ,000,000 BI By Disease-Policy Limit /1. US Longsnoreman's/Harbor Worker's" $1,000,000 Limit ""t-- - 6-30-05 6-30-06 If $ 1,000,000 BI By Disease-Each Employee ..i.. Description of Operations/LocationsNehicles/Exclusions ,t.dded by Endursement/Special ProviSions (Corpus Christi Marina Development Project-Phase III Docks E,F,G & H) I" POlicy is endorsed to provide Blanket Wa,ver 01 Subrogation In fa COI of City of Corpus Christi where required by written contract 2) Policy is endorsed to InclUde City ofCorpiJS Christi as an AdiJitronal 'nsured where require~ by written contract per General Liability Form CG 20 26 11 85 and Business Auto ;Corm TE9901B attached v CANCELLATION The above policies have been endorsed to provide thirty (3.0) days written ;tl~cella n NAME & ADDRESS OF CERTIFICATE HOLDER: ~ City of Corpus Christi ..-- ---- m. W George Department of Engineering Services Attn: Contracts Administrator P O. Box 9277 Corpus Christi, TX 78469-9277 ~. Acord 25 (2001/08) DATE ISSUED 4.10-06 IMPORTANT If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of suctl 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 (2001/01) _..~"._-_.. "'_"._-_..._._-.~.....,_..,.~ -~"'_._-_.-._--_. ACORD,. CERTIFICATE OF LIABILITY INSURANCE PRODUCER CSR GL DATE (MMlDDIYYYY) GUTBHU2 04 10 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. Wm. W 10, (10 C' IDallas . Phone George & Associates,Iue N. Central, #11C0 TX 752 31 ~ - -- i tNSUREL 214-691-5522 Fax:214 691-1537 INSURERS AFFORDING COVERAGE NAIC# INSURER A iNSURER B INSURER C INSURER D: INSURER E: American IDtl.Specia.lty Lines i I COVERAGES ecc GroupJ. Inc. P.O. Box .-.00350 San Antonio TX 78220 0350 >!~// fHE POLICIES OF INSURANCE LISTED BELOW HA,'E BEEN ISSUED Ie THE INSURED NAMED ABOVE FOR THE POLICY PERIOO INDICATED. NOTWITHSTANDING ANY REoQUIREMENT. TERM UR CONDITION OF AN. CONTRACT OR 01 HER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAiN THE INSURANCE AFFORDED By THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MA', "AIiE BEHJ REDUCED B, PAID C.;\IMS -_..~- .- .u ---- ',- -, POLjI<Y EF~~~ I P9~LCEY(~fr.!.fY\.R-~N LTldNSRd TYPE OF INSURANCE POLlCY NUMBER I DATE (MMlDD DATE MMlDDIYY LIMITS ! JENERAlllABllIT '" -.----. "- EACH OCCURRENCE $ COMMERClAljI'NERA,L IA81l1 UAlVIAl>1: $ "--- PREMISES (Ea occurence) -- -;LAIt,1S '<'~iJE JR MED EX? (Anyone person) $ -" '- PERSONAL & ADV INJURY $ '--~- GENERAL AGGREGATE $ . iUfL AGGREGATE liMIT APPliES PER PRODUCTS - COMP/OP AGG $ PRO- ,..-- ~-, --~------ POLICY! JECT I -L:~~n_ ".--- -,--.--- '--.------ AUTOMOBilE LIABILITY COMBINED SINGLE LIMIT (Ea acctdent) $ ANY AUTe I ~Ll OWNED A;, l':_JS BODilY INJURY (Per person) $ SCHEDULED A' '1OS HIRED AUl uS , BODILY INJURY ! (Per accident) $ NON-OWNED /o1'OS PROPERTY DAMAGE $ I (Per aCCident) --------,...~.- "'--'--.---.-- .- --'---'-'-- H--r-~_'" GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ ANY AUTC OTHER THAN EA ACC $ j AUTO ONLY: AGG $ -.-.----- .-.....--.-.- ! i EXCESs/UMBRELLA LIABILITY EACH OCCURRENCE $ c' OCCUR CLI.IM~ MAr,t AGGREGATE $ $ DEDUCTIBL, $ RETENTION $ --- ----_._,,_.._-~-- , $ ..._-------. ! I TORY LIMITS I IOlH- WORKERS COMPENSATION AND ER EMPlOYERS'~Y E.l. EACH ACCIDENT $ ANY PROPRIETORlPARTNERlEXECUTI If OFFICER/MEM8ER EXClUDED? E.L DISEASE. EA EMPLOYEE $ , ~~~~I~iS~R~~W.6NS below I /" E.l. DISEASE. POLICY LIMIT $ ./ .-..- --..-----.-.--- _. ---.-.....- ......N___._._ V . OTHER /' / 06/30/051 A Contractors Vi ~PC 1 43 14 66 r 06/30/08 Per Loss $ 5,000,000 Pollution Legal I 4IAB,lHCL.ASBBSTOS , IdAD I AllLosses $10,000,000 DESCRIPTION OF OPIRATIONS /lOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAl PROVISIONS Corpus Christi Marina Development Project-Phase III Docks E,F,G & H. ~ Where required by written contract, the City of Corpus Christi is included as an Additional Insured. CERTIFICATE HOlDER City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi TX 78469-9277 CANCELLATION CORPUSC SHOULD AAY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO~E.JHE EXPIRAllON DATE THEREOF, THE ISSUING INSURER Will ENDEAVOR TO MAIL ~DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL ER, ITS AGENTS OR Inc @ ACORD CORPORATION 1988 ACORD 25 (2001188) IMPORTANT If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in IleL; of such e'ldorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) ~--~ ~---~~---------~ ~ -.. w. 'ltt:11 ~l{, &: A~Hiloo:l~fes :rue.. O().: I sua COllE: _:~~;+9tftl~a Insu.cranee CG. q., t ~c:. ~"'~ . _ _ 2fHl'~~O if. An._iG 'l'X 78'220 - 0350 ( projeot DesQriptionl . COX'.]?U8 ~;l;sti /' Marina J)evelq~I'ft-'ll'."~ __ :r~~t;t~~k$ Ill, F, G &: H. Cont:rai'lt Amount: $~3 ,U!), 9$S:. .~J.l.tdiQ>> Floater, subject _ to vi .,>~.'t 1~~JIl.t1.'~s~~4 e~c'lusions . ..'.... ~ Si:eeL'i-ltd. t .- pt ~li:Fe,mt~} Location 1,,0-1' .. :I... :Ii, ~t . 5,Qt.l" _. 5;Q-9r'P~~ SilO ,O'(J-'D 5'00, GOO / / /' v INSURED: CCC GROUP, INC. POLICY NUMBER: GLO 3 43 74 70-03 EFFECTIVE: 6-30-Q5/06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 26 11 85 /ADDITIONAL INSURED-DESIGNATED PERSON OR ORGANIZATION ThIS endorsement modifies Insurance provided under the following: ..;i Co.MMERCIAl GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ANY PERSON o.R o.RGANIZATION WHICH THE NAMED INSUREDS ARE REQUIRED BY WRITTEN V CONTRACT TO. INCLUDE AS AN ADDITlo.NAl1NSURED, THE WRITTEN Co.NTRACT MUST BE EXECUTED PRIOR-XC THE OCCURRENCE OF ANY LQSS~_ANY PERSON QR QRGANIZAIlQNWHJCHJHE NAMED INSUREDS ARE REQUIRED BY ORAL AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED. THE ORAL AGREEMENT, AS EVIDENCED BY A CERTIFICATE OF INSURANCE, MUST BE ISSUED PRIOR TO. THE OCCURRENCE OF ANY LOSS. WHERE IT IS REQUIRED BY CONTRACT, COVERAGE PROVIDED BY THIS POLICY IS PRIMARY AND SHALL APPLY WITHOUT CONSIDERATION IF OTHER VALID AND COLLECTIBLE INSURANCE IS AVAILABLE REGARDING A LOSS COVERED BY THIS POLICY. WHERE OTHER VALID AND Co.LLECTIBLE INSURANCE IS AVAilABLE, IT SHALL BE EXCESS INSURANCE TO THIS POLICY. (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicaDle to this endorsement.) WHO IS AN INSURED (Section II) Is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you, -/ Wm~aeo<:!. '&~ Inc. (Authorized Representative) CL 261 (11-85) CG 20261185 Copyright. Insurance Services OffIce, Inc.. 1984 Page 1 of 1 TE 99 01B ./ ADDITIONAL INSURED This endorsement modifies insurance provided under the following: v' BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORK This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 6- 30-05 ./ Policy Number TAP 3 43 74 71-03 ~ Named Insured cee Group, ine / LJrn. uJ~ Wm. W. George & Associa es, Inc. Countersigned by (Authorized Representative) The prOV1S10ns and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 (Enter Name and Address of Additional Insured.) is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the 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. ro_ TB 99 018 - ADDITIONAL INStJRBD Texas Standard Automobile Bndors8ID8D.t Prescribed Karoh 18, 1992 A TT" I"'Dll.tV1IIo."., " COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHP~GES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF V CANCELLA nON PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: V COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: Schedule 1. Name: SEE BELOW 2. Address: SEE BELOW 3. Number of days advance notice: THIRTY (30) V City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Named Insured: eee Group, Iue. Policy Number: (;LO 3 43 74 70-03 ./ V Effective Date of This Endorsement: 6-30-05 v/ Authorized RepresentatiV~.~. ~ .~- - v' WID. W. George & Associates, Inc. ~ Name (Printed): William W. George Title (Printed): Chairman CGI205 (11-85) ATTAC~ 3 TE 02 02A / V' CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: ~BUSIHBSS AUTO COVERAGE FORK GARAGB COVBRAGB FORK TRUCXBRS COVERAGB FORK This endorsement changes the policy effective on the inception date of the policy unless anoth~r_d~t~. is, ~diqilt~(t pelQw: Endorsement Effective V 6- 30-05 Policy Number TAP 3 43 74 71-03 v Named rnsured Gee (;roup. Ine, / tifm.W. WID. W. George & Associates, Countersigned by (Authorized Representat1ve) \( THIRTY (30) days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: SEE BELOW SEE BELOW (Enter Name and Address) " City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Authorized Representative: Wm. W. George & Associates, Inc. NaMe (Printed): William W. Geor~e Title (Printed): Chairman ro. !'B 02 021. - CDC&Llt'%OR' PROVIS%OR' OR COVIIItAGB CBAH'GB JIRDORBBIIIII1'1' t'exa. Standard Automobil. JlDdor".eIlt Pr..czotbed R'o..-ber 1, It.7 A1TACIIMENT 3 WOR!tBRS COMPBNSATION AND EMPLOYERS LIABILITY INSURANCE POLICY we 42 06 01 (Ed. 7 - 84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page, In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule, Schedule 1 Number of days advance notice: 30 \/' 2 Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 v 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 6-30-05 " Insured cee Group, Inc. Policy No. ~ we 3 43 74 69-03 Endorsement No. pr{e.mium $ N/A ~ "~A V Countersigned By: Wm. W. ~~e~~o~. ~ Insurance Company American Guarantee & Liability we 42 06 01 (Ed. 7-84) Name (Printed): William W. George Title (Printed): Chairman ATTACHMENT 3 30F3 GlNl!84L ~...,~......, . . '.. -,":,:,' -:',':, ,.,', "':,' --. ' Name of person Qf orgarnzationinsu.red cee Group, Inc., et al / Date this enoorseanenttakes effect 6-30-05 Hndmement Nl:Ur1~r PttaciY Number IUr 97 70 37 03 I it ~otation (jino ~n3llge in Pre>>UtIin. add the flJllOWingas anadWdbllal ms.lItttd: (WeWiJI not fiJHn ..eabove un)e$s weissue this endOtlJemcnt der we imI~fo~rpo1icy) .( eolieyPertod 6-30....~.~ .f(r~~"~,~~~6 ,... . Bllftde_'Wak l:&lst. ' 'al~J'_ Firtfllla,l+$ Ftiitli'i l~$ur!8'~e ..lIlt' 1.1 Naune ofColtlpan, iSsuing this endorsement City GfOotpsC~: Department fJf~$$'Vi_ / P.O.B~9!V1; AtI1:C~A~tor I Corpas c.tm.att TX '1t469..9217 ...~lll>~or~.~~lllfl~_m-t; .~i~ CQ~y wiD..Jl"IIil.3f) days written llO~to tlte$Gv(fnam.r. $t.~"'f_: 4tltf/lJ6 JtlA~, ~. ...' . 9.e ." S n, Aulltotited A__t J ....