Loading...
HomeMy WebLinkAboutC2006-237 - 5/16/2006 - Approved r- 2006-237 05/16/06 M2006-145 S PEe I ALP R 0 V I S ION Holloman Corporation SPECIFICATIONS r AND r- FORMS OF CONTRACTS AND BONDS !""" FOR - Choke Canyon Dam .,... Spillway and Outlet Works Concrete Repair - PREPARED BY: .. FREESE. NICHOtS Freese and Nichols, Inc. .~ 08'1 4 Jollyville Rd, Bldg 4, Ste 1 00 .t.ustin, Texas l8759 (512) 451-7955 FAX (512) 451-7956 COR03153 ~. REVISED AND ISSUE;;;OR ' . REBID MARCH 2006 - I=or W/I. r ER DEP/\RTMENT C~ITi' OF I'::Dr~PU;3 CHRISTI, Tl::X.A.S Phone 361/857-1880 I c/.~S:M~. 'I ' ~,,:,"\\" -' t. OF I 'e -~ '(--\s.......~.r:-+. . -c cO> * ~.-1s>, : /) ,. e" , , *..e 9. * ~ , ,.. : ":. * ',. " 9tH,e.\ilf:le...9i:C.".liIe.i"@.... ~ , JOHN S. WOLFHOPE ~ ~ ~!~~.iD"_.El€'5IeGle.@.e.et!HS&19€1 ~ ,,-;!l"" 82128 :15: ~O ." / ___" ""0- ...x'.A..'/C[NS'c-v... ,- ... "S .. .e -" - '. S efj.9.e..___~..:J....~ e"tONAL \-_- \\\"", J '-/6~ zco6 J PROJECT NO: 8407 ~r I CONCRETE REPAIR DRAWING ~~O: VvTR.358 .J I DEFLECTORS D~V\/ING NC: Vv'TR-3;---~J SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR Choke Canyon Dam Spillway and Outlet Works Concrete Repair PREPARED BY: .. FREESE" NICHOLS Freese and Nichols, Inc. 10814 Jollyville Rd, Bldg 4, Ste 100 Austin, Texas 78759 (512) 451-7955 FAX (512) 451-7956 COR03153 REVISED AND 18'UE-D FOR 'REBID--.u.RCH .. For WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857-1880 I PROJECT NO: 8407 I CONCRETE REPAIR DRAWING NO: WTR-358 I DEFLECTORS DRAWING NO: WTR-369 ~S,M~ "7 ' ~,:,'''\\\ -- t.- OF r '. _~ 'i'-"...ee......C-f'. . :0 .,.. *. ....-1J'I, - . . , ." *." ".* , ",*: ~* 'I '" .....88.....888.8818.....&. ~ , JOHN S. WOLFHOPE , ~ 6ls,.eeeeeefH'I(lJtte....e8eee.,liIIe "" ',~.. 82128 :e;~ 0" .~- 'f X';'."I./CENSt.-'V.."e.:::;;.- f "Os'",, ." ,,- . s ..................;.G- ',,/ONAL r;;_-- \\"",.....' J -/t., ZlXJb ,-- ~ ... ~~~~~ = == <=hrlsti ADDENDUM NO. 1 REVISED AND ISSUED FOR REBID MARCH 2006 ~.... t'lalc'l Ii I.) (. ro: n, [ I),). ;)F:( r~' ~ DES:; PROJECT: CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR PROJECT NO: 8407 rasp'c' ivc" tJ :ider ::J Lh ()[; t L3 j( 'UIT!i: rl1 he C Ii r'a tk:., um,,,,n t ; pe i i] j \ [ tee e cJ t l~uhy not if ied f the following modifications '. ['hesE' nh~,jif icati ns shall become a part of Th prov J 1 In f t[,e contract documents not III .3ddewlurYI shc311 remain unchanged. I. GENERAL PROVISIONS A. PARAGRAPH B-7, PROSECUTION AND PROGRESS ADD: New Paragraph B-7-15, 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 change order to the contract. Please acknowledge receipt of this addendum, in the appropriate place on your PROPOSAL FORM END OF ADDENDUM NO. 1 '\RE/ r-s jt1~ ~ P. E. Di re't r (if Engineering Services ADDENDUM NO.1 Page 1 of 1 FAX TRANSMISSION Department of Engineering Services ~lajor Projects Division ('itl' of Corpus Christi P,O, Box 9277 Corpus ('hnsti, Texas 78469-9277 Phone: 880-3527 Fax: 880-350] 1'0: .\ I. L P I AN H 0 I !) E R S Date: April 27,2006 From: \ngel R. Escobar, P F t,4~ f:, ~ ~t. ' Pages: -, (including cover sheet) I )ircctor de Engineering rfr\ ices Subject: Choke Canyon Dam Spillway and Outlet \Vorks Concrete Repair Project No. 8407 \ddendum No.' iommellts This fax tranSlll1SS1011 c,mLllih the signed,-;ealcd addendum from Freese and \Jichols. Ine fhe addendum modlilcs the "Jotiee to ('ontraetors A-Insurance Requirements, Special PrOViSH)ns. and Part ( Federal Wage Rates and Requirements section. Prospecthe bidders are hereb~ 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 ft.'main unchanged. ~ Cit'..: of ."Co, us ~ Chiilsti I ADDENDUM NO.3 ApL..I.J. ;: . 2UU& AL~ ?R~~PECTIVE BIDDERS ;'1 CHOKE C~NYON DAM SPILLKAY AND OUTLET WORKS CONCRETE REPAIR PROJEC~rNO: 8407 I: .11 i'l ro:;pcctl.ve birlde:t'~11 are heLd)) rloLl!.l.ed of t!,~: following modificationl:> to t.hc :ontLi.l'..t document::.',!, Tr.;>sc moc.:.fl.cJ.tlons :;hall b~co".{: a part of the contract }OCumcl,ts The ;.ro/Y.l.SlOn" of the contract dOC1lment=: not sper:ifically liffectcd -!.~lcld8Ld:.lrn shull IIrem2.l.n \Jnclcoflg~j r I; ~ 1'0 : PROJECT: by NOTICE I.' ro CO~~RACTORS A - INSURANCE REQUIREMENTS The f~110Wing statement inunediatel y after page ~.ti 0 f 2: the last entry (table) on ADD Boom Coll~ se and olic ondorsement arate iOl:iurance arate insurance to the minimura also Section B- SPECI1~ PROVISIONS P^RAGRA~H n-l TIME AND PLACE OF RECEIVING PROPOSALS / PRE-BID MEETING II . PART A A AOO: The Pre-Bid Conference Sign-in Sheet (S'lO Attachment No.1). from the Mandatory Pre-Bid Meeting held April 12. 2006. On1"( those General Contractors in attendance shall be eliqible to submit bids for this project. B PAR1\G~rH A-IO WAGE RATES i DELETEI:' Lac'::lr r:-eierencI::' cllid......'\gE ra lcs tor i1eavy Constrllction. ADD: Labor pre f e r-ence and wage Construct.l.on l-ates for Heavy and Hiqhwav CLARlfI~ATION: The Contractor shall utilize the wage cate 6c~le provided Jon t.hese contract documents for bidding purposes. Upon award of contract, Contr~ctor shall coordinate with the u.s Depart~ent of Labor to obtain ~dditional wage rates or to modlfy any of the wuge rates provided. ADDENOtlM NO. J I~ugl: I or 2 III PARAGRA~H A-26 SUPPLEMENTAL INSURANCE REQUIREMENTS ADD: Follow~ng the last sentence of the last paragraph. insert the followlng paragraph: "Contractor shall provide insurance coverage for Boom Collapse ~nd Overload Exposures. This cover~ge may be provided by policy endorsement to the General Liability insurance policy or by a separate insurance policy that covers this exposure. If covered by a separate insurance policy. the minimum coveraqe amount shall be equal to the minimum qeneral liability coverage limits of $2, ooe, 000. " See also Section 8-6-11 and Notice to Contractors - A Insurance Requirements. I' PART C FEDE~ WAGE RATES AND REQUIR~MENTS " DELETE T~e ~~t WCl9.'=. .~,''JH:::;.in It ltS c:nLiJ;ety. -SW/dm Attachments: ADD: " bor prcfelence and wage r.:ltes for Heavy and Highway Construction : ~ee Att~chmcnt No.2), In lieu thereof. ,~~~ M+r~ ~ '-"""" ~'~ or r " _~ ~ '<............c-t " -c.,' . * '. "fro' : ~.. e.v- , , *.. '. * '.. ",.. .,*~ II ...r......................... ~ ~ JOHN S. WOLF'HOPE ~ ~ ......................../.." ',l'" 82128 .:~; #,q\....~Cf.NSt?<~: ..~SS........ ~..- -., tONAL (_- "",,,,, r Lf -2-7 - zL;O 'Q END OF ADDENDUM NO~~ 01111 :;. \'JolfhoiJe, F.E:. PC~Je~t EnYlnCar rk~ESE AND NICHOLS. INC. No.1, Mandatory Prc-81d Sign-in Sheet ~o. 2, Wage Rates AODF.:NOVM NO. J Pll~e 2 Clf 2 MANDATORY PRE-BID CONFERENCE SIGN-IN SHEET Proiect No. 8407 .ChQke Ca})yon Dam Spillway and Outlet Works Concrete Repair 2006 - 10:00 a.m. Organization Choke Canyon OPerations Ctr. Name ~--1 I ~-~-j rn t\ IT ~ C~..-tG\ viE '- --l-- kh> '- '- 0 P'Y\~ \.l (0 ~ \) I i : " ' I ~__~~tl?_ __L~K.____ ---fLl-~A t'S (o~1 S.., .,_______ ,H -~ i!11 fr l--I;__~ /1.-,4 C 6 _C: -t _ _ I~ 1'1 JL _~tJ.'JU C, r 1 'L-J fAi) Bf--{I.fl(j _~ _. mAr rfl{. _ ________ ' ; I 'I (I " (/1 I J --ihov>\,< "~_L_ -f -~~ ~l IJV! ~_ 0 l- '<.pc Q/4~ 'd' ! I ...--e- ~_-l I J J , j' <1) J. /--' L ~___~ . L.~~j:) b, d I il'i..______ _ !--J--LS::r.~) I/l /' , I f\)" ! 1/ +\', I "c"j -l'('("/C' l ----1 1\l~)_'.Q.I_~!'::'.'\~en ~--,--_EC__+ '- I 710 , '-~1 ~Uff V ! , ,,I I '..-, ! , i I J r~~ ~'~.u~.~. ..'.~ " .n~~~;;~~ic~;~~ '~j~~~:~ l __~~~~{~~___(j-l-<~~)q_~R nl_L-<.!A/~ ~~-~ iE.SeA[E , 0 Ii. .~! '" '" \~ t )1 !' I) Ic) . (' hch:<cc.....~y0^-j ___j~\S:\ ~?v.. ~__e I:' fL ,-0-" "'--\ (J (,' C~C~i 9 ,..c) C~ ~LI \f, 1 il I " r-_'!~ : -: r ;.- S . ,1') ~~..~. e r ~~_ __ --i-~~-~ ~_: /)/I~_~ I:~____ ~"I ;; L il -~--(_;, j, /" / -~r ',p ~--i~- ..~..._---_.--- -- i - 3 il lr--~- ,i '4 i r I .._____ ___ :~ 5 I I I 'i : 6 " !f 'I 1 II I ::::>,/,-"..LR II ~-- - +--- ------- ~-~~ - - ~i- --- t- ~ L A/I,cM/J 7 1-L 5/2- 3Z6 ~3fto 1)/~-JU-~/20 s /2- 871- ~-fc; J; '5i 2-- z.-0J -(J &0 Z 51Z--b 3i.o I ~ ') 8 \;, - &- r" "if 3\0 ( -I)slo- 3B l)-o _?L,\ - BBE~-3'i1$8 ~;;'l., " - <;;>tc,--:) ':: 0 I 3'~ 1-8:::2.G-/~ '71 :36 (- S~7- d-/:J. ~ Addendum NO.3 Attachment NO.1 Page 1 of 1 W AIS Document Rt'lnev~d ;ENERAL DECISICN TX20030129 ql2 2 C S ~"< Dat'" ~eptembel 3 20(', ;eD~'l -, DecL. ,-e'L Nllmber TX20'l3012 9 ~ I ,)5 ;ta f- Texas :or:.st u;tion TY[.,~'s Hean! ind Highway :01.1nt iPS: AlrHlSd";, -'\tascUSd, ",ustln, Bander, Blanc 'c' Burne, I .:aldwell 'TalLouD Coloradri Fri -;illesplP Goliad, Gonz"les ,Ta::'ksoll '~endalL Ken n.eberg, La',,'ac., Lc-:p, Give Mat aCCH da, Mecii R,p fe, .:, if) I.r, :trU'L a,:i :'11 Bastlap, Bee, De Witt, Fayette, Jim Wells, Karnes, Hk, Llano l>1ason, 30n COlllltLPS Ln Tpxas HEA'jY -'ONSTRUCTIUN ?RCJJECTS kxchlciirq ~LIiI ',onst Llction H :;HW)\Y CONSTRU TICiN PR)JW"T\' excl',.dinu tunnels I LJU i 1 01"9 ;tr'e ires iT [-<it H"ct pn;je,cs ,< ralll:onstnlctlOI1; c)ascule suspenSl.on & spandre' arce: Dr-idee;; designed for 'omrnel,:ial navi'Jatior:., criclge: iL'::,lvinq '0,,(' lne ,:onstrdction; 'lnd 'it.'1er malor Dri,:lges, iVlod 1 f ~ation NU:!l~'er o Puhli' -ltiuTl [)1tP q/ ~:/2( S SDTX 05- -\2 C OP 'H' HEA'F, _'ONSTR1Y'TjrlN "'{),J"i'T'- 11 I mWl,\, '~)NS n'T 'TION PRo,TEeTS ?a '~,'-3 ;~1!: nqes _c.,cpentel 1.1. "1e":1anic, L' Asphalt Dist~r ~)utl~r' Opf1I~tO] 12 Asphalt pavinu macrnn'C' ewer -or~ 11 Asphalt Raker 1 Asphalt Shove"er. Bloom or Sweeper np~rdtol 8',;1] dozer ope! a tal c,',n"rete Finisher Con':Tete FinLcher ,-;tnlctllr(-,~. " 10 Concrete Rubbel /:"', )-"" :'1 Pa'" j n~J : 1 ';4 " [1 Crane, Clamshell, BaCKLoe Dprr ck, Dragline Shuvel Operator (I FJaqqer. Form Builder /;ettpl :;' ru,:t'. Ter3 FC>lTm Setter ;avinCf Ix -,lIb. Fr ilt:dation [:r 11 'DPr:~-t~[Tr T! d':'}: Mounted FI'),: End Loacer:)per)~Jl Labclrer, commun" Laborer, Utll.ty. Moten Gradel Cperatol: ~-ll)~ Grade,.. Mot~J1 Grader e'perator 2ou::jh, Pa'Tpment Mark; ng t'1ach:.llP Operator Plpelayel Rc 1 er Operate 1 Pneumat 1 Se~f-Propellec l ,;~ 14 L,;i 10 f-,2 B j 1 .. L r; :. ~ "5 r; n http://frwebgate, acre ss. gpo.gOY /cgi -hi n/getdoc c gi'd bname=Davi s- Bacon&docid= TX20030 129 Page 1 of 3 4/12/2006 Addendum No, 3 Attachment NO.2 Page 1 ot 3 \V A t~ Document ketrieve] R l~, e 1. Ope 1. c.l J L ':": t: 1 ~vL e e F a Wheel TampiIFj, R 1 I er Opel a.t)1, H:'~e' ;.n!"", P ant Mix ?a.v"ment S'L aper Upera ,r Sel'flcer , Spr eader Box JpeLdt>n TI avel ing HIX'''l' Operator TI Je:r: Drive Ingle Axle Hec'ry,$ Tr ',L'~ DrIvel lngle Axle L=qht$ Tr.Jci( drivel 'iowboy':::'loat Tr.J:'': Drivel, Tandem :\};1F- Sr"'fu, -TraIle1 W.:ri.: Zone B,.,t cede SPJ V] ;el j r ( 5 q .gr;. 1 1 1 b 1 :' 00 1 ~ :; "7 1 37 1 0 '35 1 3 7C 1 c: " WELDERS - ReeF-I e rat~ plescrloed for ~r)ir performinu '_'pe,1::- Ion 'ohh1 'h we ~lhl,q 1S ,neiden': 1,] 'nl13ted c1as ir}ca" il)ns '---leAdF i fC'l ~,y')r."'~ incl',l,jeci .vithin he 3cope of h~ lasinficarions liste,i nlbY DP ,dde,d ,; ':et ,"ward onLy u prOVided in tte laboL ,c;tandRrds ,,'on LV t l,d1:;':'5O 2 CFF ') ",:-;' 'ii i) In '1" listinq ~tove tI'oo ";;1)" deslgn("l.li, T:RanS ':hat cates lis':eci Jnder 'h, ,dentlfier do on! ref e,'" '-l}1 'ctl',pl" b'iL',di'1Rd Wdf,e end frimjP8enefi ~ rates Othel d,f:.signat l'--<':? l.DC cat.:-=: llLi.(;I:::: Ahose ldt.Pf~ ha'l'Je ceenle-:erminp-j J r-" E,reva i 1 n' W,'c:;r. DETEI'MIl1ATION APPEJ\L, p~r ,2:.3S ,) 'd~ ::heL'e Ut-"'rJ ',L ll',.;:l<l leei lOT Jl (I' c'XiSL in'! pLlDllsLeci,'lac;e b hurvey uLdpr lying a.va'~le 2.. l-'.Jage and He 'i'/1:?'- )r~ lp wa,'l~' Jeter mi:,at teter mi:lat t,PI: -;et ~- iIl'l d,: t e rmina t 1)1 C' nfOlma:.~" l1at:ter addit \:10. .1St:! . lO '" '-/ey rel",.:e f,)r ';ummarH':S :.) [ E.l'} eys , sl-,.:)" tor he area whicC' hf' SOlPIPY ::ave t eS];<I,sibil1,t',. LC. ~,;lP lesp, nse from :hlS lnit b ,:conca,: y 1 I', 23.nd 'j ma~. tel III led "c:tar ibe .....i, '1 he \,olaq'" c.: (i h> ~jJa~{ t>:)1~C" lc""ed beC3.'.lSf: :Lo,'~~' Ii -B,,;,;on 'UIVe\ fal t:o!"',: r~pr ',h'Ylld ne c owpd it:' mat~.-":-I his c~ar.:. .rt r: _ t i()11 'J ~'ld r:=tt 0 llIlg L:1ClWllWj ''':'quests ::'eC)lOLal 'ffice ?eqior:aJ '-;f f icces )qram f . ~-le pr (.):.'P~::;S ,lescribed hI tp:1 Ifrwebgate,acce ss,gpo. gov Ie gi-bl n/getdoc.c gi' 'dhname=Davi s- Bacon&docid= TX20030 129 Page 2 of 3 4/12/2006 Addendum NO.3 Attachment NO.2 Page 2 ot 3 \VAIS Document Rt'trieval '.<li t H?gar<i ' i:,y )~;1PI ma t. t, r n()~ yet :_,ro< >?ss iescr LDed heu' ..on::; r~ r."ct lun ~'iagE r".termin,-,t nl~icil 'Ol!ta sh~,u 1 he"' '.1..11 t-:i for t-he formal ):" "th the Branch of Branct C'Jn3truct 10' Wage =,"'tenn 'lat 10ni: Wage and Hour DIVisioI U. ~~. Department of Lahor 200 "':DS it'.ltion Aven'~ N \~ WashLlg' "D, y~ ~i'2 ;J it the an,'3WPJ he niPS' iOn ::1 1 Intf?rpsted part tho,:;p affectf-'d by rh''''l,.tJon car: U?r1ecor leCGnSlderation tram he t1<Jelqe al1d :i011 J....I-1mlr:__i-:;t:l-a::: (2'=-0 ?ar' :"J1 i Wage dl.l HUJr AdfTunic' lator U.S. Department (If Lar,ur 200 C()ns~. it It ion l-i'ien' .::- I r-J ViT Washl':q'c,n, D.~ ('2 The request 5...0 ,1 d lie c1 '('ompd! led Ly -J. t) intr:-:::rested yes :- IIp;} an PV i PW 3I:d Par t ,md 9.: F' R statemPllt :)f -he posi 0; and 0'1 """ 1.: ;'orm,-"x i ):1 "];l Ie pa'{tTipnt data, 'ha~ ~hp :Fquestor part'! pro-] e'" ~]eS(.r:~I)t J.OL, -'r~" pra-:~ l/'(-:l 'nat '-::.ri 'on,:; ljers relr=>.ldn.t. t:-:-) ..- ;~p SS11P ',p .';dn, ni,,; r3'l Tiot f,:1\.r:-)}'2hlp ,',:-} [! ': he de i ~r, ') lnterested f'ar'y may appea :ii:'e:t he ,\dr.' Lni,:.t "t.ive RC"ii,","" Board formerly the \'i'agel\Dpeals Fo,ud) '",,1::r' t, Admin 1 S' 1 at Lve"PV1ew '30a1 U.S, DeI-"'clr-trne:lt :f Lat"y 200 CcnstlLltloll Aver1'-.,., N '.'I. Washir:gtun, ;),')(210 \ decu:; 10.,E t': [1'~ Acmir stl ,t-l ENI:.,F GENFRi\I PEelE;: N ~,. PW Bc~ar-ii are final. http://frwebgate.access.gpo.goY/cgi-hl n/getdoc .cgi ?dbname=Davis- Bacon&docid=TX20030 129 Page 3 of 3 4/1212006 Addendum NO.3 Attachment NO.2 Page 3 of 3 City of Corpus == ChrIsti ADDENDUM NO.2 A.priI24.2006 TO: ALL PROSPECTIVE BIDDERS SUBJECT: Choke Canyon Dam Spillway and Outlet Works Concrete Repair PROJECT NO: 8407 ---....--....-....--.-...-.----,-..--. "'--'-'--"-.-- 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 contrClct documents not specifically affected by the Addenda shall remain unchanged I. PART A - SPECIAL PROVISIONS - PARAGRAPH A-1. TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one week, from April 26, 2006 at 2:00 p.m., to Wednesdav. Mav 3. 2006 at 2:00 D.m. Location and Time of Bidding shall remain unchanged. Note: Addendum No.3 will follow shortly to address remainin2: insurance issues Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUl\l #2 /" \ RE eo )It ~,A~ Angel R I~scobaL P.E. Director of Engineering Services ADDENDUM NO.2 Page 1 of 1 j-',11,t' 1 ~'It'cri rig \';c r\.' !('l.'~ ;,. '-I · "Ii!' (';'l,ii, 'lcxas 7X4(,')_<)277 .. Ubi., XXO-J5Ut) ~~ Table of Contents ------- NOTICE TO BIDDERS Rev i sea 7/'>! I) 0) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Re~~irements NO'1'ICE TO CONTRACTORS - B (Revised 7/'>/00) Worker's Compensation Coverage For Building or Construction Projects For :;Overnment Entities PAltT A - SPECIAL PROVISIONS A-I T~me and Place cf Recelving Proposals/Pre-Bid Meeting A-2 Definit.ions and .rlbbrevlations A-3 Description of Project A-4 Method of Award A-5 Items to be Subrrl~tted with Proposal A-6 Time of CompletJon/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment cf Addenda A-I0 Wage Rates (Revi;ed 7/5/00) A-II Cooperation witl: Public Agencies (Revised 7/5/00) A-12 Maintenance of Service~:; ."", 13 .'\!"ea l\CCCGS ---a-H&--Tr.:lffic Contc:lOBlc (NOT USED) A-14 Construction Equipment Spillage and Tracking ."". 15 BJec.:lv.:ltion .:lnd Romo'. .:lls (NOT USED) A-16 Disposal/Salvage of Mat.erials A-H----Ficld Office (NOT USED) A-IS Schedule and Sequence of Construction ."". 19 Conotruction Ct.:lldng (NOT USED) A-20 Testing and Certificatlon ~--Proj ect CignG (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-;B--. Inopcction -R-eqtH-Eed-- -(-Revi-sed 7-/-S./-{}f}) (NOT USED) A-24 Surety Bonds A-25---8-a-l-es--T.::m BJCcmptreH NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-3I Amended Policy en Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Wcrk A-34 Precedence of Contract Documents A-35 City Water Facilities Special Requirements A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A- 38 Worker t s CompenGation Coverage for Building or Construction Projects for Government Entities A---39------teT-E-ific.:ltc -Bf.-G-ccup.::mc:>y-and Fin.:ll ."".cccpt.:mce (NOT USED) A-40 Amendment to Section B 8-6 Partial Estimates A--H: .-B-ceE:e-- Mv-i-sery (NOT aSED) A -42 OSHA Rules (.Regulat Ions A.43 Amended [ndemnif~catlon & Hold Harmless (9/98) A-44 Change Orders (4!26!99) A-45 As~Built Dimensions and Drawings (7/5/00) 1'. t6 Dioposul--ef--~ly Chlorinutcd ~later (7/S/99) (HOT USED) r. t7 Pre Conotruction EJlplorutory EJwa"'utiono (7/s/aO) (NOT USED) A-4B Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Documents Prepared by United States Government ATTACHMENT 1 -. CHOKE CANYON DAM VISITOR/CONTRACTOR ON-SITE PERMIT PUT B GENERAL PROVISIONS PAltT C FEDERAL WAGE RATES AND REQUIREMENTS PART T TECHNICAL SPECIFICATIONS DIVISION 1 0100:- 01010 DI04C 0104] 01400 01700 01800 GENERAL REQUIREMENTS Definitlons and Terminology Summary of Work Project Administration Job Management Quality Control Contract Closeout Forms CONCRETE REPAIR TECHNICAL SPECIFICATIONS DIVISIONS 2 - 16 DIVISION 2 - SITE WORK 02805 Barrier and Warning System DIVISION 3 -. CONCRETE 03200 Concrete Reinforcement 03300 Cast-In-lace Concrete DIVISION 4 - MASONRY (NOT USED) DIVISION 5 - METALS (NOT USED) DIVISION 6 - WOOD AND PLASTICS (NOT USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9 - FINISHES (NOT USED) DIVISION 10 - SPECIALTIES (NOT USED) DIVISION 11 - EQUIPMENT (NOT USED) DIVISION 12 - FURNISHINGS (NOT USED) DIVISION 13 -- SPECIAL CONSTRUCTION (NOT USED) ....... DIVISION 14 - CONVEYING SYSTEMS (NOT USED) DIVISION 15 - MECHANICAL (NOT USED) DIVISION 16 - ELECTRICAL (NOT USED) COlIC RETE 1 2 3 4 5 6 '] REPAIR DRAWINGS Cover Sheet Notes, Legend, and Abbreviations Site Plan Spillway Plan View Spillway Details Outlet Works Plan and Section OutJet Works Sectl.ons and Details Safety Boom Plan Safety Boom Details 8 9 STILLING BASIN DEFLECTOR TECHNICAL SPECIFICATIONS DIVISIONS 2 - 16 DIVISION 2 - SITE WORK (NOT USED) DIVISION 3 - CONCRETE 03622 Grouting Mortar for Equipment and Metalwork DIVISION 4- MASONRY (NOT USED) DIVISION 5 - METALS (NOT USED) DIVISION 6 WOOD AND PLASTICS (NOT USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9 .- FINISHES 09902 Coatings DIVISION 10 - SPECIALTIES (NOT USED) DIVISION 11 - EQUIPMENT 11284 Stilling Basin Deflectors DIVISION 12 - FURNISHINGS (NOT USED) DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED) DIVISION 14 - CONVEYING SYSTEMS (NOT USED) DIVISION 15 - MECHANICAL (NOT USED) DIVISION 16 - ELECTRICAL (NOT USED) -~-,-- STILLING BASIN DEFLECTOR DRAWINGS SeaueI!~~~~l1.eet. JL_ Description 1 1012-D-371 Title Sheet 2 1012 D 372 Site Plan 3 1012 D-373 Installation - Assembly - Details 4 1012-D 374 Deflector Panel ~ Details REFERENCE DRAWINGS L, 1012 D~100 Outlet Works- Chute and Stilling Basin n 1012 [;-210 Stoplogs - Installation - Seat and Guides _ Details NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PABIBNT BOND ~_.. ...,u NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR consists of removing damaged concrete on the spillway and outlet works; repairing the damaged area wi th approximate ly 21 cubic yards of silica fume COn'"rf>te; (tHn shLng and,nstalling a safety boom at the outlet works; fabri:atlnq twc 1(' ft x :) ft 3teel deflectors wi th guides and installing the deflectors ir the Dutlc> works stil Ling basin; in accordance with the [Lans, spec'if ,cations and cont Iaet documents. BidsvJil1 be received at the office of the City Secretary until 2:00 p.m. In Wednesday, April 26, 2006, and then publicly opened and read. Any hid received after closing time will be returned unopened. * A MANDATORY pre-hie meeting is scheduled for 10:00 a.m., Wednesday, April 12, 2006. The location of the meeting will be the Choke Canyon Dam Operations Center, at the Choke Canyon Reservoir near Three Rivers, Texas. The mandat:>ry pre-bui meeb ng will be conducted by the City and wil L nelude d proJect uverview briefing. The consultant Engineer, E'reec,e and Nicho s, 1n(,N111 be present. A tour of the project site wi] i foIl c' w f'>., b Lei bond n the amount of 5% of the highest amount bid must accompany each proposal. failure t IJrovide the bid bond will constitute a non- responsiv~ proposal WhlCh will not be considered. Failure to provide requlred performance and payment bonds for contracts over $25,000.00 will result in fClrfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposjt is subject to mandatory forfeiture to the it 'I If bidding documents arp not returned to the City within two weeks c)f Cf'ce i pt f bids. Plane; f proposal forms, specificat ions and contract documents may be prucured from the C1 tj,' Enqjneer upon a deposit of fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Do,:uments can be obtained by mail upon receipt of an addit ional ($10.00) which is a non-refundable postage/handling charqe. The tndder IS hereby n<)ti fled that the owner has ascertained the wage rate~; which preva tl in the 1 ucali ty in which this work is to be done and t_ha t :Juch wage scale is S(~t)Ut in the contract documents obtainable at Chi) ff j ce of thO--' C 1 t,y Engl neer and the Contractor shall pay not less thdrJ the wdqe rltes '-' ~3hcMn for each craft or type of "laborer," "wurkman," ur "m,'chani,'" cmr,loyed on this project. ThtO it y r ese rv,'s the right to t ej ect any or all bids, to waive LrLeqular ties and to accept the bid which, in the City's opinion, seems mot ,idvantageou t the (:11'1 and in the best interest of the public. fTY OF CORPUS CHRISTI, TEXAS / I Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary !/PV ~;ed J/')/\il) NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage in the fol1ow::Lng amount:..s is required: TYPE OF INSURANCE 38--Day Notice of CanceUation required on aU Commercial General Liability including. 1. Commercial Form 2. PremIses Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products! Completed Operations 6. Hazard 7. Contractual Insurance 8. Broad Form Property Damage 9. fudependent Contractor., 10, Personal InJury AUTOMOBILE LIABILITY-OWNED NON-O OR RENTED -'-' ------ WORKERS' COMPENSATION EMPLOYERS' LIABlLITY EXCESS LIABILITY PROFESSIONAl, POLLlffl0N LIABILITY / ENVIRONMENTAL IMPAlRMENT COVERA Not limited to sudden & accidental discharge; to long-tern environmental impact for the disposal contaminants BUILDERS' RISK __ _.. '.____00__ __ _n____.__. INSTALl .ATION FIDATEH ___"....~c, '._'__ _..._"___._..._.._____..,_..___.__.__..._..,~_._,.._ MINIMUM INSURANCE COVERAGE .. certificates Bodily Injury and Property Damage ~-~- $2,000,000 COMBINED SINGLE LIMIT _._--~_._- WNED $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WIlli THE TEXAS WORKERS' COMPENSA nON ACT AND PARAGRAPH II OF TffiS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT GE 0 REQUIRED include 1RI of NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements 0 REQUIRED 1RI NOT REQUIRED "--- - See Section B-6-11 and Supplemental Insurance Requirements 1RI REQUIRED 0 NOT REQUIRED Page 1 of2 OThe City of Corpus Christi and Freese and Nichols, Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage OThe name of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. 'The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in sectlOn B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 ) 1_ ... 4.4.5"'" v VI U duraiiofl c r :~e COntrac:: (F) retam ail required ce;..:..:::.2.:~s o{ coverage on file for the duration cr ;:he project a.."1d for one year thereafter: (G) notify the governmer:.ra.i e::tlty in writing by ce....tified mail or personai delivery. within ten days after the person knew or shouid have known. of any change that materially affectS the provision Of coverage of any person providing services on the project; and (H) contrac:ually require ~ch person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-{G) of this paragraph. with the certificate of coverage to be provided to the person for whom they are providing services. (f) Ifany provision of this rule or its application to any person or c.rc,l.'nsunce is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application. and to this end the provisions or this rule are declared to be severable (g) TIlls ruie is applicable for building or construction cont::ract.S adve.O"Tised for bid by a governmental entity on or after September I, 1994. TIlls rule is also applicable for those building or construction contractS entered into on or after September I, 1994, which are not required by law to be advertised foe bid (n) The coverage requirement ~"1 this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Depmment of Trans po nation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, 94G). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate oIicers who meet the requirements of the Act, 9 406.097(c), and who are explicitly excluded from coverage in aCGOrdance with the Act, 9 406.097(a) (as added by House Bill 1089. 74th Legislature, 1995. g 1.20). This subsection applies only to sole proprietors, partners. and corporate executive olicers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered. issued for delivery, or renewed on or after January 1 1996. _ _ , s.urce: The provisions of this 9 110.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://wwws05.state.tx.usitad28/Il1IlOIBI11O.11 0 htm1 NOTIC': ':'0 CONTRACTORS - B Revised 1/13/98) Paqe 7 of 7 8n/98 PART A SPECIAL PROVISIONS LHUK.C CANYON DAM sPILl WAY AND OUTLET WORKS CONCRETE REPAIR i :ity of Corpus Christi - Project No. 8407 CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR SECTION A - SPECIAL PROVISIONS A-I TLme and Place of Receivinq Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement Inviting t)lds for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p..., Wednesday, April 26, 2006. Proposals mailed should be addressed in the following manner: 'Ity (it C:orpu: Christl 'Ity Secretary's Office 1201 Leopard;treet ~orpus Christl, Texas 78401 ATTN: BID PROPOSAL - CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR - PROJECT NO, 8407 * A MaNDATORY pre-bid meeting is scheduled for 10:00 a.m., Wednesday, April 12, 2006. The location of the meeting will be the Choke Canyon Dam Operations Center, at the Choke Canyon Reservoir near Three Rivers, Texas. The mandatory pre-bid meeting will ne con(jU( led by the ~ity and ,,,ill include a project overview briefing. The :msult iI Engineer, ree';e 3nel Nichols, Inc., wi 11 be present. A tour of the roject S Le w: I fe,ll w N() additcjonal or?~pi3._:rdte_vis~~a!ions will be conducted by the City. A-2 Definitions and Abbreviations :3ection B-! of the Genera 1 ProviSions and Section 01005 will govern. Section 01005 takes precedence ov('r ,1] other sections. A-3 Description of Project This proje~t conSists cf removing damaged concrete on the spillway and outlet works; tepaI rj ng the damaged area with approximately 21 cubic yards of silica fume 'oncrete; furnIshIng and installing a safety boom at the outlet works; fabricating two 10 it x ') ft steel deflectors wi th guides and installing the deflectors in the 'Jutlet wClrks :tllllng basln; J.n dccordance with the plans, specifications and ontract 'lUC\Jmenr" A-4 Method of Award The bids wilL be evalliaterJ based em the following order of priority, subject to availabll lly of funds. 1 Total Base Bid f'he ti1 '~"serves the 'G accept; he bid which, n the be interest oj ABSOLUTE DISCRETION QUALIFICATIONS 19ht t) reJ~ct any or all bids, to waive irregularities and in the C.ity's opinion, is most advantageous to the City and the public THE CITY STAFF AND CI'l'Y COUNCIL SHALL EXERCISE IN EVALUATING THE ACCEPTABILITY OF THE PROPOSER'S Section A - SP (Revised 7/25/01) Page 1 of 21 CHOKE CANYON DAM ,PilI WAy J\ND (llITLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 The Ba~. "hd 1 '.ems tne iude Mobilizat lon ana Demobilizatl.on; This i tern shall consist of the mobilization of fJersonnel c eq-ul[)-menta'.;(f-supplies at the project sites in preparation for beginning work or ,ther cmt'ac item2 and the demobilization 'Jf personnel, equipment and <.mpplie trom thE pro ect site~, .,1. the completion of the project. Mobilization shall n, jude, but 1 not i imi ted to, the movement of equipment, personnel, materia" ';uppJ !t'~, etr the project sttes; the establishment of office and other f aci lit e3 necf~ssdri ;wy preliminary engineering or administrative work performed prior t beglnnLnq thE work; clnd permittinq. Demobilization shall include, but is not linnted to rhe reffiova c f PG\npment. personnel, material, supplies, etc. from the pre !P':t "1 p ompens,it l)n f ,ump slm bid " Mob j 11 ? a t Lor amount t he urn ce, t f, r mobili 1t 1m the 01 e JI Dot h morJJ i L at 1. [I and demobilization shall be included under the t em 'Mob 1. l i cat 1') I and Demobil ization". The amount bid for ino Demcbil1zatlon' ~hall not exceed ten percent (10%) of the total 13ASF: 'iH eXr:~u:,ive t this item. ~'\ max.imum of one-half of the lump nob li/ation/demotllizatLon shall be paid upon completion of r~ iend in! flCj >ta I '5hal J be paid upon complete demobilization from D..emo~.~t l.on ot Damaged ,~onclele, Flacing l~).. CY of Silica Fume Concrete in Spillway: This item shalTi"onsislof de-moLt Jon of thedamaged concrete and placement of up to i 5 CY 0 t; 11 j Cd fUITlE:-' 0 lOcrete in the Spill way. This item shall include, but is not limited to, all labor, materJals, equipment, transportation, submittals, and incidentals necessary 10 dewater the work area, remove the damaged concrete, prepare pxistinq ,:oncrFtp and r ebar f(T nEW concrete, placement of new rebar and silica fume ,.oncret and r ng 0 f .5 . 1 fume :'onc rete as indicated on drawings and specif.l a lors Demolit Lon 01 i)amaged :oncrete, Piacing f Silica Fume Concrete in Spillway: This i tem sflaTf-c'onslsl (If demol i' ion (If the damaged concrete and placement of silica fume conCtete in t.hE Spillway Payment for this item shall begin after the 15 cubic yards CIone n>t" rid ten. 2 have been placed in the Spillway. This item shall 1 nclude, but l3 not I_mi ted ':.0, 11 labor, mater ials, equipment, transportation, submi tt'il -':lnci ule J dental necessary to dewater the work area, remove the damaged 'l:oncret , prepi:HI~ exi s inq concrp'l" and Lebar for new concrete, placement of silica fume concrete, dl1d c)J'inq of si 'ca fume concrete as indicated on drawings and "pecifia oes f.3:~placement_~)f__r:e~:.llfo~S:lfl'-L....:;te~.,._ ln~~ill..,~This item shall consist of demolition of the damaged rebar and placing new rebar in the Spillway. This item shall nlude t)ut is '10 limited to, all labor, materials, equipment, transportation, :ubmit als, aod incidentals necessary to remove the damaged rebar, prepare ldp lengths jl accordance with ~:pecifications, and placement of rebar as indicated on drawings and speci fi cations. Payment shall be made on actual rebar pLaced. No adjus~merit Ln the unlt price will be made for increases or decreases in quantit (;ene!a1 p ov sieol' 8-4 3 chall not apply to this item. i2emoliLL~11 2.f~iama9~doncret , pLicing "dicd fume concrete in Outlet Works: rhis it"m shall 'cmsis()f" dernolit"ion of "c. the damaged concrete and placement of llica urne "Otc,:,t tt.: tip! Works This item shall include, but is not i tmited t ,d1 clb, r, mat ri31quipment, transportation, submittals, and Incidentals necessa y 0 dewater the work area, remove the damaged concrete and cebar, r"pale ex] S1 In 1 CCflcr-"tf l[,d rebel[ fcn new concrete, placement of new 'ebar oi d i ic a 1 ume OtiC ret j curill'] of silica fume concrete as indicated draw [1,,3 fie ;>e, 1 [ cat ,0[1 'i I~-' laculq thp top mat of reinforcing steel in the epai r hed tH n~;l,jer~j; Jt'sldidt this item. Safet:..L.B~I~IT1: T,i Lei st'rill C:,lr existinq ntakE t r tiet lIe, 1 n pI d limited d 1 IdOO, 'Tlat,'ria rncidenla!,' nece:,sdl"y" 0] st31 Jr aw] 09 11"j;r p, If " st of providing a new safety boom around complete. This item shall include, but is ;, equi pment, transportation, submittals, he boom, j ncl udi nq anchors, as indicated on the not and the Section A - SP (Revised 7/25/01) Page 2 of 21 CHOKE CANYON DAM SPiLl WA Y AND OUTLET WORKS CONCRETE REPAIR ('ity of Corpus Christi - Project No. 8407 Furn1shing and InstallLng Two Shop.Fabricated ~tilling Basin Deflectors: This item :;hallc-on's-ist of furn ishing and install ing two shop fabricated stilling basin Jeflectc,r'.. in place, ,::>mpletp_ Thjs item shall include, but is not limited to, all ~bOI. mat 'rIals equipment, ~ransportation, submittals, and incidentals necessary nsta the defloctoI and luides. is indicated on the drawings and peclfj:al ons. A-S Items to be Submitted with Proposal The following It_ems ~~)) requir~' be submitted with the proposal: 5% BId Bond ,MUlt reference Proies.1-_tiame as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) Qualification Statement provided with Bid Form. Failure to complete the Qualifications Statement completely and accurately shall be sole cause for the proposal to be considered non-responsive. Proposals with an incomplete Qualifications Statement will not be evaluated and will be rejected. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages ~' The working time for~ompletion of the Project will be 180 Calendar Days. The Contractor sha 11 commence work wi thin ten (10) calendar days after receipt of written notice from the D1 recto of Engineering Services or designee ("City Engineer"\ to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $250 per calendar day will be assessed against the Contractor as Liquidated damages. Said liquidated damages are not imposed as a penalty but. as an estimate of the damages that the City will sustain from delay i n [~Ompletlon of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage I f the Contractor's wc)rkers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation Insurance coverage meeting the requirements of this Contract 13 not in ~,ffect on the effective date of cancellat.ion of the workers' compensation ] nsurance coverage t~o be replaced, then any Contractor employee not covered by the r equi red workers' comp.?osat ion i nSllrance coverage must not perform any work on the Project Furthermore, for each calendar day including and after the effective date of t erminat.ion or cancel at ion of t he Contractor's workers I compensation insurance coverage for 1 ts employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, IS in effect for those Contractor employees. liquidated damages will be assessed against and paId by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damaqes will accumulate without notice from the City F,ngineer t h,c Cont ra,.tor and wi l be assessed and paId even if the permitted time compLel the [.)[0 lee! has not expIred. Section A - SP (Revised 7/25/01) Page 3 of 21 CHOKE CANYON DAM )PIU WA Y ,\ND (>UTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 n ace; ,'CanCF-^llt .tt t~r perml t U()Contl a,_:t en s ;r '",orki og on the PI eject a.re equireeJ 'locumE n1 t )n :)f -'tty En. lee' r eq!l Ll ',T'IPrlts j t hiS Contrae t, the Contractor shall not thers t work (,n the Project unless all such individuals covered by workers' compensation insurance and unless the ., '.lei] CYJe rage has been provided to the Contractor and the A-a Faxed Proposals Proposa ,'" faxed Lu'ct y t t he 1\ Y wil t be considered non-responsive. Proposals must cont Jin Ljn,fl igr,dt\Jle~; nei guaranty and be submitted in accordance with ~ectlon P f thE C;en"ral Prev! '31'fns. A-9 Acknowledgment of Addenda rhe Cont Idetor shall acknowledqe 1 eceipt ;)f all addenda received in the appropriate space prOVIded in the proposal. ~'dilure to do so will be interpreted as non-receipt. ince aijdenda can have s igni f i cdnt impact on the proposal, failure to acknowledge receipt, ,ind a 3ubsequent interpretation of non-receipt, could have an adverse effect when determininq the Lowes responsible bidder. A-10 Wage Rates lRevised 7:5/uO) l.,dbor preference inc welge rat"s f [ Heavy Construction. rv1~nimu2'1 Pre_~~.!:..]1~~9 Wag" ,~<::Clle5 The Corpu" Ch r ist] 1 ty Counci I Las determined the general prevailing minimum hourly wage rales for Llke Oak and San Patricia Counties, Texas as set out in Part C. The ':ontractor and any subcontractor must not pay less than the specified wage rates to a 11 laborers, workmen I and mechan lCs employed by them in the execution of the ContracT. The (ont ract,"r or s.lbcontractor shall forfei t sixty dollars ($60.00) per ':3.lendar JdY, cr pCllti"n then~()f, or each laborer, workman, or mechanic employed, if such person i5 paid less tllan the speclfied rates for the classification of work performed The Contractor and each subcontractor must keep an accurate record showing the name:: <,md class 1 ficat Lons of a 11 laborers, workmen, and mechanics employed by them in 'on.ectlon with the Project and showing the actual wages paid to each we ker. The Contractorwil make b weekly certified payroll submittals to the City Engineel. The C)ntractor will 3150 obtain copies of such certified payrolls from all '3Ubcontra,<tors a:lcJ lth',"rs \>lor'kinq on the Project. These documents will also be ;ubmitt'd to jrw it) F:nqineel i-weekly. (See section for Minority/Minority Susines. Enterprir;p ParlicJpat all f'cdicy for additional requirements concerning the roper dllC (I' n t en' of h,' pa 11 submit tals, ) lne and 'me-hal f ,..;orked n ~<'xces s holiday (See Hours. ) l i;:} t mes the speci fled hourl y wage must be paid for all hours of 40 nours 1n anyone week dnd for all hours worked on Sundays or r:wr tic n B 1 t, C+:' f in1 t i ()n f Terms I 3.nd Section B-7-6, Working A-11 Cooperation with Public Agencies (ReV1sed 7/')/00\ ~he Contracto 3haLJ cOJperat~ wlth all publi~ and private agencies with facilities JperatiIly within the limit; 0: thE' roject. The Contractor shall provide a forty- :ght (/18) hour li;-e 0 any apr,[uable agency when work is anticipated to proceed the i, ini ',y 1 allY fae, j! I Ising the Texas One-Call System 1-800-245-4545, he Lon';tar Nor 1 flcation Cumpmy at 1 800-669-8344, and the Southwestern Bell ')cate r up 1t 800- 28 12i. F the Contractor's convenience, the following lephor';~ number" It Lstic(j Section A - SP (Revised 7/25/01) Page 4 of 21 CHOKE CANYON DAM "PILLW A Y AND OUTLET WORKS CONCRETE REPAIR ( 'ity of Corpus Christi - Project No. 8407 Ci ty EnqineE:.r Freese and Nichols, John Wolfhope, P. WateJ Departmert Norman Kuenstler, Danny Ybarra r.E Mucic) Garza, P E. Traffi, Engineer Police Department KarnEcs E Leet r' Veri .cO!' Ine 361-880-3500 512-451-7955 r< eet Engineer Reservoi t 5'upervisor , Assistant Director 361-857-1880 361-786-2641 361-857-1821 361-857-1809 361-880-3540 361-449-2271 888-807-3952 800-483-3000 (880-3140 after hours) (361-215-1115 cell) A-12 Maintenance of Services rhe Contractor shall take .'11 pr,'cautions in protecting existing utilities, both 'lbove and below ground The llrawings show as much information as can be reasonably lbtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard t the location and nature of underground utilities, etc. However, the accuracy and completen~ss of such information is not guaranteed. It is the Contractor's sole and compl et,e responsibility to locate such underground feature:; >;uff~ciently in advance of his operations to preclude damaging the existing facilitle If the Contractor encounters utility services along the line of this work, i~ hi~ respon~ibil ity t(l maintain the services in continuous operation at 1 s own e~:pellse, In the event of damage :ontractol shall make construct the walk repalcs ITIU;t i:Jnf.H!n t ,t il ti.s to underground utilitIes, whether shown in the drawings, the he necessdry repairs to place the utilities back in service IS intended at no increase in the Contract price. All such Uti' ,eou i r ement~ of the company or agency that owns the Where existing sewers ire encountered and are interfered with (i.e. broken, cut, etc.), t low must be maintained" Sewage or other liquid must be handled by the :ontractor either by ':onnect ion into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid mu t not be pumped, bailed or flumed over the streets or ground surface and :ontractoI must pay for a1 fines and remediation that may result if sewage or other ! lquid c:cntac:t 3 the freets or qround surface. It is also the Contractor' s responslb ity lu make al j rwces~;dry repairs, relocations and adjustments to the satisfaction of the Ci'y Engineer at no increase in the Contract price. Materials for repair, adjustmenis or u:,locations of sewer service Lines must be provided by the Contrd,:tor. A-13 Area Access and Traffic Control (Not Used) Sufficicnt . trafflC--eBft1:~1-measB-Fe9-~be uGed to aDGUre a Dafe condition and to pro...ide .:1fflinimum -B-f--.. inconvenience to fflotori:Jt:J. ]\11 "./cather aCCeGD mllGt be provided t-e---all-resideftffi'lnd t UGi Re5-s-e.s" ,t-fc -tttl-,timeG during conGtruction. The Contractor ffttl:S-t;i3+~4'-effipfH-d+'i'B'LiVE'WUY~; aft€i.l-e..r.--f-ettti& of approv'!ed matcr!.:ll during "./et ./cather ;-'Fhe-GEHTthH?cwr.-~ma+ftt.a..f-ft--a.-ste'ekpile- eft-+fle- Projcct ::;i tc to meet thc demandG ef .i+H7:letRefif.....,.,.."-a-tfH7F.= Fha Contfac~F- w+:l:-+--be. requireEi--.te ::chedule hiD operatioflG GO a::; to caUGe minimum Jdvcr:JciHlpactBf+' tfle--d€€e5-s-iei-ltt'y'B-t adjoi-ning prepeFt:teo. ThiG mLlj" includc, but l:S.--fte-t:- 11ffii::4:+~ uifr,-WEtf:Hf~--d-F-i-'tH~Jys---H1 --fl..a+f- ",/idtt-w, construction of tcmporLlry ~3 r~ ..~t:-,. c Fhc Contfch?cWI' -s-ha-:l-+.-{)i)Hipl-y-w:i-tf+-the City -e+. Corpus Chri:Jti' G Uniform B.:1rricJding ;tandard::; aR4- -P-ra-e+-i:-e. '5- d-5 afiB.ptE4-by t#e-- City _ CopicJ of,thio document arc a',{Jil.:1b le HH~+fte~i tj '~;.. '+'fT:l:-f+JC Engi ncering. Department. The Contractor :Jhall ~~::::~ne+henccco.~af'-y-p+'rmito--tH1Hr+fte C:.tj I G Tr;:Jff-:.c Engineering Department. Section A - SP (Revised 7/25/01} Page 5 of 21 LUUKl:: LAN Y UN UAM ,PH LWA Y '\ND OUTLET WORKS CONCRETE REPAIR 'ity of Corpus Christi - Project No. 8407 A-:H:-'~+er. -t h'l-fH{-~Bl-2-rt" -eBft5t€l-er-ecl's.t1bsidi,cu); therefore, no direct pa'y'ffte-ffi -'tV., ++- *,. ~. to-, ..{:-€>f1-t.-f.:t-e-t.o+ , A-14 Construction Equipment Spillage and Tracking rhe C:or 1. actor shal L '.eep thE :Hi) ining streets free of tracked and/or spilled mater ld, 5 jOl nq)I from Uw . )nstruct ion area. Hand labor and/or mechanical equipmecit must b.,: used where lecessary te- keep these roadways clear of job-related materia Suet w r mIst he :omp10ted without any increase in the Contract price. trects :.tild ClID ; r"..> must be -lE'ano:c,d at t h(~ ",'nd of the work day or more frequently, f necec;sary, c~ pleV!'nt materldl from washing into the storm sewer system. No Lsible mlter i (, J t hi'lt ou I i be washed int storm sewer is allowed to remain on the Frojecl :';e r doli 1n nq ';tr'et A-lS Excavation and Removals (Not Used) Cfhc CHC1V.:ltcd ,lrca-e--behind curb:]- ;.Ind Jdj .:lcel1t----t,&- oide\:.illJ(G JRd dri Ve\l.ilYG mUGt be fi llcd-w4-tft-!!..e~----e-~...!.'.{;.,I,e.aw"'-- dirt. -i-&- defined J:J dirt tAat iG capJblc of providing .il good '::tr-ew-Hl -B--E- gr.:l:J:J .~ Jpplied~ seed/ Qod .:md fcrtiliZicr. The dirt ~--ae-H:-ee-~-EiefrF:ic~, cJ.li.ehe,. -,J.:Jph.:llt, concretc .:lnd .:lAY other lRiJ.teri.:ll that jetr.:1ct-'3-froRl i t~. .:lppc.lr.ilnce."H'. tumpcro ttre- grm:th of -grJGG. '~ll C1ri:J~conercte-d-REi-.:loph.:lH:c-w~..ffie-liRlit:::; of the rroject mUGt be rcmoved !l n 1 c '" 0 - O-E-fte.rw i-B€- -RB-t,-e€l- ".11 necc:Js-a-ry-..reffl()v,]l-s-~ but not limitcd to pipe, dri'.T1.1JYG, Gidc\l.:lllco, :::tc., .:lr~-.ffi. -ee-~icred :::ub3-idi.:lry to the bid itclR for "Strcet EJrc.:1.'.:ltion"; therefore,-no dirceto--pd-ymefiE--wHl--be IRLlde-.-8:J ContrLlctor. A-lf Disposal/Salvage of Materials Excess excavated mate ial, ,_:oncrete, and other unwanted material becomes the property uf the Contractor and must be removed from the site by the Contractor. The Contractor shaJ 1 be responsible for the proper disposal of all hazardous waste generated during the project. The cost of all hauling is considered subsidiary; therefore, no direct payment ,..ill he made to Contractor. A-ll Field Office for OWner and Engineer (Not Used) Thc COfltr:lctot"--ffittSt.'----f.t:H'nioh t~--t-:i:-t:y Engineer or hio represcntnti. e \lith .:l field officc .:ltd-t:-he--eB-ftsB"tl€-t--i:-B-ft~ The field office mLlot cont.:lin at lCJst 120 oqu;J.re feet of 'uoc.:lble-spa-ee-~- 'fhe-f-i-e-l4--B-f-f.i-ee-~ be ;lir conditioned ;ll1d he.:1tcd Jod must tJC: furni:Jhcd \lit-fi---an -i+re-lifiecl-h:tb+e.~mcJoureG-.3-t-- leJGt 30" H 60" and t..o (2) :hair:::; . The COfi-t-+ae-tB--F sfl-aH---tftETV-E:".i':he field office on the sitc aD reEIHired B) the ;;ity Engincer--<:rrft+T---i cprcGent.::ltl'i":::. The- field officc mUGt be fl:1rniGhed .:ith ;l telephone. -+w-i--t-fl24~ ----pe-lC....ed-y--~;,.ering Gcr. icc) -:lnd. L"J{ machine paid for b} thc ContI' .:lctc&:r-~.....!I'-heff'-~-fl-E' :J cp.ilr,] t C -f+d-Y--+-t-em-.fe.r.-Efre--f-i-e-l: d 0 f fico. A-lS Schedule and Sequence of Construction The Con! fdctorshaLl submir Ii Uk City Em]lneer a work plan based only on working jays. Thi pian must (Jeta] I t I',e '3-hedule uf work and must be submitted to the City E:nginee ,Jt Ipd-3t tHee (3, w(rkl[:q days orior to the pre-construction meeting. r'he plal' must ild.i :a'e r-he scltedll]~' of thp folJowing work items: Intt,dl Schedul - -- Construction Meet Submit t( - 'Ie City Engineer three (3) days prior to the Pre- og -in Ilit dl Construction Progress Schedule for review. Items idpllf to include -- -_._-~- ~ ----- fying Wor k Shew complete f separate tages :sequence of construction by acti vi ty, and other logically grouped activities. Section A - SF (Revised 7/25/01) Page 6 of 21 CHUKE CAN Y UN DAM "PILLWA Y AND OUTLET WORKS CONCRETE REPAIR i'ity of Corpus Christi - Project No. 8407 IdeI' if'! th~, f )r~ w<n:k day elf each week. SlIbml tt al Da tes: Ind iCdte ,<;ubmi tta 1 dates required for all submittals. Re-SubmLssion: }..,,'vi -i" ,md resubmit as required by the City Engineer. Per1.:.S'dic ~datc': Submi t Updated Construction Progress Schedule to show actual progress of each 3tage by percentage against initial Schedule. A-it Construction Staking (NOT USED) The dra..t-ftt}'fr-..depict. lci-ReS,---s+ej3.e-tr-i-gradeo, oectiooa, meaGUrCmE:Rta, beRch m;:trlco, b:1acl ineeS-, ~.~tJra+-df-e-f\-&Ema-H-y r~re4- to coootruct a project of thio nature. The m;:tjor :::ontrol.:;,tftEl, beLch ~-+equired for oetting up ;:t project, if Rot ohm;n '0 thcffi,:n:ingo, w4--+l-oe---p-FfrV :i-Eled~by the -C1 ty Cur:eyor-. Fhe--&l:+-y-H Snginccr -w-:tH-~s+t ~~ontr.::lctor \;i th :111 linea, olopeG ;:tnd !l9 e:1 G u rc IRen t-s---f-or -~f+-f--tfle -w-e-r-*~- If, durinq-eBnotruction, It i~~eGG:1ri to diGturb or deotroy a c6Rtrol poiRt or beRch m;:lrlc, the Cootr.::leB&r~~-pro~ide the City Cur.ejor 48 houro notice 00 that ,Jltcrn.::lte -control--pointo - ettf+~--cot;:tbliGhed by the City Eur.cyor :10 he deemo neccoo:1ry, ...;:tt no. ee-t:'rt:---tc-&-tne :ontr,lctor. Control pointo or beRcR m.::lrJcs d3m:1ged .:10 ;:t reoN] t e{ tlTe--Geft-t-Fd.e-P+f-lS---fteffchgence ..ill be reotorcd bi the City Surveyor ;:tt the - JtpcnDe'-Erf--Eh€-~t~ I-f,--f-&F- '.:h,J.tc:cr re.:l.:Jofry--i:.t---'i::-s--flecCOD.::lrj to de v'i;:tte from propooed liRe and grade to properlycJ(ecute the ',;erlc,. the Contr.::lctor ohJ.ll obt:1in appro7al of thc City EngiReer prier bcr- de'Ji .:It_ion .-H,-i-Atfle~ion of- the City ERgineer, tho required Eic ..iation .iQuld nc.cooit.::ltc d--FeV-:l~.4:B----ffie- dr.::l\.ingG, the Contractor onall provide :-mpporting mea:::;urcmentc'i---dS --re~d for the -City Engineer to ro...iGe the dr.::l\lingG. 'fho Contf<l~tcr ~---E!e---:i-R--e-E ~?Fefl€e- a++....31...eo .:lRd m:1nholes, both eltiGting and proflo.:JCtl-,-fuf-4'.fie ~+Se--ETF--~rt:-ing ....::Il...co .::lnd m.:lnhole:J :1t the cOffiPlction of the J:.::l':ing. proce:J.:J--Al-sB,-t-fie G-H--y-!:nqineer ffi;:ty require tho.t the Contr;:tetor furnioR :1 ffi::mimum-Hf~-f-2+-1*'F5BfTfle-:1--f-&F the p~lcp{Joe of.::looioting the mcaGuring of the comp 1 etcd-~_- A-20 Testing and Certification All teoto requircd-\:l-flEl:er thio -H:-em--muot be daRe b} ;:t recognized teotiRg labor;:ttary aelE:cted--by the C1 ty Engineer. The coot of the labor3tar) teotiRg \lill bE: berRe by the Ci ty-;--Br----t;fte--e-verrt th.::lt--df't}I-.. ~ f.:lilo, ~ tcot mUGt be done o':cr ;:tfter correcti-ve me.::loure.:J h.::l'v-e beeft-t-akeft, .::lnd the cost of retesting \lill be berRe b) the ~~f -art4 ~eHt-tfie-p.:lyment 40B the Contr:1ctor. 'fhc Contf~E--ffiHs-t--p-r-vJidc o-l--i:- ,1ppl icable certific.::ltiono to the Cit) EngiReer. The Con U dCt, Ir 'espons lblc tel contra III ng the qual ity of work produced and verifying that the wor}; performed meets the standards of quality established in the Contract Documents. The Contractor shall provide and pay for the services of an approved recognizEld t~ sting Laboratory to ensure that products proposed for use fully c:;.mply With tlio ontracl Documents, A-21 Project Signs (NOT USED) The ContLlctr:H:- rnu.:Jt--f:lrni.:Jh-a-fHi- -inot.::lll Project oignG uo indicated on the ~fTEf-draw:i~-fA-t tachment II I} The aigno muot be inotalled before conotruction begin:J .:Jnd -w-i-H--Be-~Hotrined throughout .ffie--Projcct period by the Contr:1ctor. The 1. ocat ion ,*f-t w~-'Ti€ffis-w-i-ll -Be--de-h~rfRined .i:-R-- the fi eld by the City Engineer. Section A. - SP (Revised 7/25/01) Page 7 of 21 CHOKE CANYON DAM ,PIlIW 1\ Y '\ND UUTLET WORKS CONCRETE REPAIR ('lty of Corpus Christi - Project No. 8407 A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Pc 1 cy I thE fl,:l ';yot thE Clt of Corpus Christi that maximum oppontunity is at~crded mlnorlti~s, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employme it Opportunity goals and objectives of the Affirmative Action Pei ley ;;tdteme'lt jf the ily dated October, 1989, and any amendments thereto. I Jeco [oan,"f':'Wl h Lief p 'Y , the City has established goals, as stated he:E'ln, r))th l')r min []' wd female participatinn by trade and for Minority B\:<';1.']es:; '~~nt';'rc)r se, De .t 1 nIt 0 '1 S a Prime Cont actor: --- ---- associat c)n or 0 1:1 (:i ry cont ra' t Any person, firm, partnership, corporation, JE-'rture d herein provided which has been awarded a b Subcontractlr: "- ---..--- -- -- association, or labor, services, foregolnq ur der flny ndmed person, firm, partnership, corporation, joint venture as herein identified as providing work, supplies, equipment, materials or any combination of the ~on!:r3('t with a prime contractor on a City contract. c ~nori~LBw.iness E:1}_tE::,~pris~: A business enterprise that is owned and controlled ty one If' 'nOP; minority person(s). Minority persons include Bldck::, MeXl can 'AmE'1 lcanr' and other persons)f Hispanic origin, American Indians i Allskan Natl ves, and Asians or Pacific Islanders. For the purposes of thIS section, women are also consiaered as minorities. Minority person is) muO':t 'oilectively own, operate and/or actively manage, and share II payme!lt's Yrom such an enterprise in the manner hereinafter set fc ttb I. Owne<j () For a :O,f: proprietor ship to be deemed a minority business en! eq r i:;e, it must be owned by a minority person. It) FOl an enu,rprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). () For an eriterprise doing business as a corporation, at least 51. D% )f trlP assets or i ntcrest in the corporate shares must bewned by one I more minority person(s). '.::'ont] olled The primary power, di ceet or Lndirect, to manage a business ;;?nterprisE' "pst'o with a mi nori ty person (s) . i. Shan In paymen 1 Mlnor lty par 1 W:! , prop] ietor or stockholders, of the enterprise, L' tl e case may be, must be entltled to receive 51.0% or more of t~he tot'll prof I ts, bonuses, dividends, interest payments, comrnJssions, consulting fees, rents, procurement, and subcontract payments, ard any ot,her monetary distribution paid by the business ';ntetpricoe i. t-1inoclt ~?e (je'fJtJil] i. unde Minority Bu,'nness Enterprise. Section A- SP (Revised 7/25/01) Page 8 of 21 CHOKE CANYON DAM \PII LWA Y AND OUTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 ( Fe_~~e_ Owned BUS1IJes:::;__~nt~rls~: A sole proprietorship that is owned and control led by a woman, a partnership at least 51.0% of whose assets or partners -lip loterte'st3 are owned by one or more women, or a corporation at lea5t 5] 0% f who5 asset::> or interests in the corporate shares are owned ny on 01 more women_ JOil~ __~~ntLre; p.] rll: vent ure means an association of two or more persons, partnerships, corporations, or any combination thereof, fOUnded to carryon a single business activi ty which is limited in scope and dlrectlon. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of che Join t ventureUl the work to be performed by the joint venture_ For example a ]oJnt venture which is to perform 50.0% of the contract work itself and ill which a mlnority joint venture partner has a 50.0% interest. sl1a11 be deemed equivalent to having minority participation in 25. U% of the work. Minority members of the joint venture must have elther financial, managerial, or technical skills in the work to be performed b the joint venture. Goal:; a The goals Enterprises work force fol ows; for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on al con::;t ruction work for the Contract award are as ~nority Participation (Percent) ~nority Business Enterprise Participation (Percent) 45 % o % b These goals are applioable to all the construction work (regardless of federal par ticipat ion) performed in the Contract, including approved change orde's. The hours of minority employment must be substantially uniform thrJUghout the length of the Contract and in each trade. The transfer of minorIty employees from Contractor to Contractor or from project to proj ect f or the sole purpose of meeting the Contractor's percentage s prohibited. Lf - ~orTlp} ia12S:~ a Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b The Contrac tor shd 11 make bi-weekl y payroll submittals to the City Engineer. Tne Cant ract e,r is to j ndicate the percent of minority and female partJcipatic)n, by trade, which has been utilized on the Project. Along with t he request ')r final payment on the Project, the Contractor will indic:ate, in writinq, the overall participation in these areas which haVE been ahieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fash on or to submit overall participation information as reclu i r (,d A-23 Inspection Required (NOT USED) (Revised 7/5/00) 'ffi:e-G~~ sh;:!l!. ')SffiH'-e--+he---appropri~te building inspections bi the Building I nspcctl on--~s+etr at- t:-fl€--vacr-i:e+tS inter. .:ll.3of ',mrk for URich .:l permit is required lnd to' d55i:)-H'--fr- Li-rta-l---i:-rtspeet+e-R T~-tfte- building i:J completed .:lnd rc~dy for )ccllfl~nc). - Contractor IAustobLlin the Certific.:ltc of Occup3.ncy, \:hen .:lpplico.blc. ::;=-ctionuB-f~--o-f--thc Ccner~Prev-i :~ion:J is hcreb) .::lfficndcd in that thc Contro.ctor must po y'--a-1-1-- ke-t; dFH4-ch.:lrgc:J ~v-:t+~B--By-- Efle-t+ty-L& Building InoI3cction DCI3artmcnt, '+~H+~-t4+y- ~'s,--4-fte~f1'T--wa-t€-rf..:;)otC\JJtcr metcr fccs .:lnd tap feeD O:J Section A -- SP (Revised 7/25/01) Page 9 of 21 CHOKE CANYON DAM "PH l WAY \ND (lUTLET WORKS CONCRETE REPAIR j'ity of Corpus Christi - Project No, 8407 f ~ -re-e-.. Oy-'cct-tcy . A-24 Surety Bonds Faragrapt1 "we f o11ow~' ), ot S~ctlon B- -4 of thp General Prov1sions is changed to read as "No sun~ty wil he accepted t)y the City from any Surety Company who is nuw In default or dellnquentm any bonds or who has an interest in any l~tlgatlon against the City_ All bonds must be issued by an approved Sucety Company authorized tn do business in the State of Texas. If performance dnd F'ayment bonds are in an amount in excess of ten percent (j O~,) of the '.;ur'2ty Company t 53 capl tal and surplus, the Surety Company shd_l pcovide ce tification satisfactory to the City Attorney that the S'Jccty Company has reinsured the portion of the bond amount that exceeds tPi1 percf'nt (iO~) of the 3urety :'2ompany's capital and surplus with H" Lnsurer (s) auth)ri zed.o jo business in the State of Texas. The amount o' trie rlOnd CE ln~ ured bv Clny ,-einsurer may not exceed ten percent (10%) o he tE'ir ur r s capl":3.1 Hid surplus. For purposes of this section, t f': lmour: t cd owed.: liP] Ii 1. and ~!urp1us wlll be verified through the 51 a1 e Board CI I nsurance .1~' )f thE~ date of the last annual statutory f nancidl at empnt of thE' ~',\lrety Company or relnsurer authorized and adml t ted t, 00 bUSl ness 1n the State of Texas, The Surety shall d(,3 qnat'e an alert' wh,) I~', " resident of Nueces County, Texas. Each bond mdS! b{ t'xecu ed by 11tH Ccm ractor and the Surety. For contracts in e.'.:t:->5 of $100,000 the bond must be, executed by a Surety company that is <:.:..(t j fi~~d by the Unit.ed States Secretary of the Treasury or must obtain u !,mrrm,:e t'o dlY liabLlitv n excess of $100,000 from a reinsurer that i crt 1 t 1(':1 hy rhe Un, te<:: ~tates Secretary of the Treasury and that mE,':! d 11 '_ :lE alove re.Jlll r-'~ments _ The i.nsurer or reinsurer must be 1 sled cn the Federal Regis,:er as holding certificates of authority on thp date thp Lone wa"; j sSill,d" A-25 Sales Tax Exemption (NOT USED) Seotion B 6 22, --'f-alC E)[empti~-.ffo'JiGiort-f -ci::-s- deleted in ito entirety .:lnd the f 0 110 \J _~ f1:fJ f'~+to+tt.ce4- HT-+-t-ett--Hte-f'ee+-,- \:~oRtr.:lctc&-for impro'v'cfficnto te-Ted-! -property .:l'.J.:lrded by the City of Corpua Chriati do not qU.::lli.f..y--fur cHcmptioD:J of -5.J.lcJ, EHcioc, .:lnd Uoe T.:lnea I:lRlcGO the Contractor cTCeta t& oper.:1te--l:lTlder .:1 G:::p.1r.:ltcd contract .:l0 defined by Section 3.291 of Chapter ;, Tan MffliRi:Jt-FT:ttci.f}ft--+~f Titl-e.--34,-PublicFio.:1nce of the Te)[.:1o l\dminiotr.:1ti'\c Code, er ouch-~F--F+l:;e-s--f1~-+-d-E-tf}fE;--a-s--ma~-proffiuhpted b) the Comptroller of [' uei i c AeeBUftt-fr'{1f-~x;~ I f the {-'Bft-i:-fa-et-EH'o- -e j-eet-s-'~~e -i::Ht€le-r---a- 0 ep.:1L:l t e d Lon t r ac t, he 0 ha 11 : h-. ObtJifl-t:.fte-Reee~s-a-:l€-St'::lJ( permi:-E-s--froffi the State COffi13troller. ;2;--..-!fJentify-4:-R-'~-dWi"opri.:1t-e'~;p.:lce- Dn the. "~t.:ltement of Hateri.:llo .:lnd Other ~- ift the propoo.::!\- -tEl-fffl the -{~-e-f ffi.:lteri.:ll::; ph) Gie.:11ly incorporated :in tf' ..ffip--ffH t++~-t ~-;-_. -P-~' .w.1:-Ele r-P--Sd j-e -€( r-t--i-!-4-e.::;-t-e-7+- tO~!--i-eF&7 4-;----P-tevH3:e Hte-(;.i:-t-y-~~5 'f'}E--!'IttH:e-F-ia:l iw:oice:; to oubot.:lnti.:lte the propoo3l va 1:-tte-f7-f--ma L:e--r4-a-:t 5 , I f the ':Bnt-fa€{B,F- a{}es- itBtc..-e+t:x-lo- h... opcLJ.te under J :JepJrated contr.:1ct, hc ffiunt p.::!y for .::!llS,)lc.~, ~e4-'5e-F--afl4-.-Y&e-'fd7!.CO .::!pplic.1ble to thi:J Project. <:).ubcont r a+~5- d'!.' i"-:i-Ht-ifrl'f:.~ EB+ s'a-l-e-s--~. u(cffiptiono - if the Dubcontr.:1ctor .:1100 Section A .. SP (Revised 7/25/01) Page 10 of 21 CHOKE CANYON DAM "PII LWA Y '\ND OUTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 (~-ies- -w#fi---t::-fre- -:tto':c _. rcqulrCfficnt3.. .. --1'fle-- Contro.ctor mUDt CCE't.ifioQ.tc to-t--!Te-Gu!:oentrQ.c:-te+-and the- Gubcontr.:l.otor, in turn, ~crtific~t2 tohi~ ~upDlicr. iDDue Q rCG.:l.lc iGGUCD a rCG.:l.lc A-26 Supplemental Insurance Requirements For each Lnsurance ccverage provided in accordance with Section 8-6-11 of the Contract, the Contractor sha l obtain an endorsement to the applicable insurance policy, slqned by the nsur-er, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material_<::hange to: 1 Name' City of Corpus Christi Engineering Services Department At! n: (>mtract Administrator 2. Address: P.O. Box 9277 Corpus Christi. Texas 78469-9277 3. Numbf?r of days advance not ice: 30 The Contractor shall pIovide to t.he City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thlrty (30) calendar days after the date the City Engineer requests that the Contractor s Lgn the Contract documents, the Contractor shall provide the City Engineer with a certificate lIE insurance certifying that the Contractor provides worker I s compensation insurance ::overage for all employees of the Contractor employed ')0 the projec' descr ibed in the Contract. For each insurance coverage provided in accordance with Section 8-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City and Freese and Nichols, Inc. is an additional Lnsured under the Insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liabilIty insllrance coverage obtained in accordance with Section B- 6-11 (a) of the ContI act, the t~ontractor shall obtain an endorsement to this coverage ~3tating; Contractor agree~ to indemnlfy, save harmless and defend the City and Freese and Nichol:;, Inc., thelr agents, servants, and employees, and each of them against and hold it ~nd them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, fOJ or un account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise o[ which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence CI other fault of the City and Freese and Nichols, Inc., their agent:, servnnts, or employees or any person indemnified hereunder A-27 Responsibility for Damage Claims Paragraph (a) General Liabil L ty amended t, include: Section B-6-11 of the General Provisions is Contr-actor must provide Installation F10ater insurance coverage for the term of the ~antract up t'J and including the date the City finally accepts the Project or w'-)rk Installation Floater insurance coverage must be an "All Risk" form. Section A - SP (Revised 7/25/01) Page 11 of 21 LHUKE LAN YUN DAM SPflLWA Y <\ND f >UTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 [l Iacte r 'Till't 'ay ill :::cs 3 necessary to procure such Installation Floater insurance coverage lllcluding any deductible. The City must be named additional i s, red en jn\ p',lie' ""03 r !cling such insurance coverage. A-28 Considerations for Contract Award and Execution all Ibliqai 'equ r" w the Ilt "ns under e)i dde r C;nglneeI r c) determinE that the bidder is able to perform its the ?roposed contract, then prior to award, the City Engineer may " pI ')vi dE" c10cllmentati OIl concernlng: WheTher any LPns have been tlled agalno3t bidder for either failure to pay for s"r\Jlces 01 mate ials sLlpplied against any of its projects begun within the p;eceding two (2) years. The bidder shall specify the name and address of the poor y h,:)I::Jj nq . hE' lien, t h., amount of the lien, the basis for the lien claim, a',1 'he fat' )f the releaSE: of the lien. If ciny such lien has not been If), ase,i, the l)ic1der sheiLl :;tate why the claim has not been paid; and Whether theI" ire any outstanding unpaid claims against bidder for services or !TId::. IlC! S "lppli:,d whidl relate t any of its projects begun within the P "cedi!lq tiN; 2) years. Ilv' bidder shall specify the name and address of the C 'l j man t, tr,,,~ -tIDe In t f t hl la-im, t he basis for t he claim, and an explanation wlil thE 12 rn ha' no' bf'pn fJ,) d. II biddpf may al:-;( be requ i reo supply construction references and a financial tatement. prepared DC later than ninety (90) days prior to the City Engineer's equest signed and dated bj the bidder' s owner, president or other authorized party, pecify WJ a 1 :urrent d;-sets and 1 iabillties. A-29 Contractor's Field Administration Staff The Contractor superintendents Engineel shal i employ 'or this Project, as its drKl '.or.'men wh,) aI<' ',:areful and competent field administration staff, and acceptable to the City The cn t.eria upon which the Cj ty E:ngineer makes thi s determination may include the followinq, The Supen nt endent must [laVe at least five (5) years recent experience in field management and oversight 01 projects of a similar size and complexity to this Project. ThlS experience must include, but not necessarily limited to, scheduling of manpower and maten al 5, sa f ety, coordination of subcontractor's, and familiarity with the sutJfT\lttal proce~'s, tederal dnd c,:tate waqe rate requirements, and City contract close- 01l! :noceduu' The superintl?ndent :;ha 11 bf' pr'esent, on the job site, at all times that work is being pe r f (lImed. Foremen, It utlllzed, shal have at least five (5) years recent experience in similar wer k and be subord', nate to the :-;uperintendent. Fcrernen:armct .,ct 'IS ~;uper Intt'ndent wi thout prior wri tten approval from the City. })cumentdt Lon concernLng these cequl rements will be reviewed by the City Engineer. The "lntract ,:-r' s tie ld ddministraticn :-;td fE, and dny subsequent substitutions or replacements theret,o must hE dpprovE'i by the ''It'l Enginner in writing prior to such superintendent 'l~sumi.no r.-"spon.') ) bi ! i) ie on t he Pre Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. [f such approval is not obtained, the Ciward may he rescinded "Urther I such wri tten approval is al so necessary prior to a change '1 field -:idminj st rat: 1 s aff dm Ino iI.' term ()f this Contract. If the Contractor fails to JtJtain I"i\[.-.Iritt"fi aFprovdl ',f lJ,' City E::nguweI concerning any substitutions or 'eplacem.'nt:c;ul its fieli admirust (at Ion staff for this Project during the term of the :cmtract 'uc:h a fa !ure'onstltute~ ) hasis to dnnul the Contract pursuant to section B-7- Section A - SP (Revised 7/25/01) Page 12 of 21 CHOKE CANYON DAM -;PlI LWA Y AND ()UTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 A-1G Amended "Consideration of Contract" Requirements Under "General PrOV1S\OnS and Requirements for Municipal Construction Contracts" S~ctlonl?~3-L~:_~n::>.ider-l!:ion of C,?n~ract add the following text: The Contractor, subcontractors, and suppliers shall be qualified and experienced in the performance of the work required by the Contract Documents. In evaluating the bidder's qualifications to perform the work specified in the bid, the following factors will be considered: a) whether the firm performing the concrete demolition and repair has previous experience successfully completing similar construction projects; b) whether the firm performing the safety boom installation, configuration, and commissioning has previous experience successfully installing, configuring, and commissioning safety boom systems; c) whether the firm performing the steel fabrication has previous experience successfully completing similar steel fabrication projects; d) whether the Contractor has adequate personnel, plant, and equipment to perform the work properly and expeditiously, and e) the Contractor's approach to performing the Work At the tlme of bIc!, the contractor sha 11 submit qualifications and experience nformation demonstrate that the Contractor and its subcontractors meet or exceed the followLng specific requirements: A The ccntracto' and concrete demolition subcontractor shall submit a list '.,' th a IninJmurn of three (3) proJects completed within the last five (5) fears, where I he Contractor/subcontractor has demolished concrete; B rhe contractor and concrete repair subcontractor shall submit a list with a minimum of three (3) proJects completed within the last five (5) years, where the Contractor/subcontractor has performed similar concrete repairs; C :he cont:racto and .'Iubcontractor shall submit a list with a minimum of 'hree (3) projects c;ompleled within the last five (5) years, where the 'lnt racto r / suhcontra,~tor has fabri cated steel equipment; brlef descriptlan f r each proJect shall be included for each project listed. Each project descripti,m shall cont:ain the name, address, and telephone number of t he Owner's agent. The pro jects submitted for experience qualifications shall demonstrate the qualifIcations of the proposed staff. For each project description sublni tted, the project descr iption shall identify the name of the Contractor's installatLan superintendent, key technical staff, and quality control personnel to ssist n '~vdluat ;ncr t'ie qualified! ions elf the contractor's proposed staff. The bidde r sha Ll '3UOml r curn,nt resumes for the proposed key staff demonstrating .-ampl lan<>' w Jth ': hE' quaIl ticat ions and experience requirements. The Owner will approve OJ reject tlle ~ontractor's qualifications prior to Award of the Contract. Owner may requeST an i:lterview with the bidder as part of the bid evaluation. WIthin r,ve (~}w()rkulg daY3 !-c]lowing the public opening and reading of the proposals the three (\) apparent lowest bidders (based on the Base Bid only) must ubmit to the eit)! F,ng neer the f::dlowingintormation: A ! 15t of th(; maj )r component s of the work; A t uf tht' ore ducts to be ncorporated into the Project; A schedule cnmp'.'nent 0 t f vaiue::o: wr,lch t'le '-lork.. :,pecifies estimates of the cost for each major A';chedule lnt cipated monthly payments for the Project duration. The Lames and adcr'esses of t1BE firms that will participate in the Contract, along WIth a desrription of the work and dollar amount for each firm; and substantiation either through appropriate certifications by federal agencies Section A - SP (Revised 7/25/01) Page 13 of 21 CHOKE CANYON DAM 'iPIJI W A 't i\NT) I )UTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 rgne J n l if:' 11 OE 5 n'caetcr La i V 1t corn t he MBE f 1 rms, tha t such MBE firms meet the onta ned herein. Similar substantiation will be required if the .. d I MBE. r f the ::esponses do not clearly show that MBE :n W.J il meet thE" requ:L rements abovE', the bidder must clearly t'le oatisfactlon of the City Engineer, that a good faith effort 1 'en made ,. meet;aid requirements but that meeting such 3 <:)t ea.;,:m(lO Y posslble. ( pir' Clpat di m, 'Tlst rate, t'. i r tel r I q i remen! A 1St ~ll subcontractors that will be working on the Project. Suo. oot[actO[5 iileotLfied iI' Lhe Statement of QuaLifications provided as part Co he PropcsaJ i'orm shall fl'Jt be modified. The (:ity Engirlee retains the right to approve all subcontractors that will pertorm wor k on the PrOlect The Contractor shall obtain written approval by ttle City Engineer of a] of rs subcontractors prior to beginning work on the Prolect If the :ity Engineer does not approve all proposed subcontractors, it mdY rescind the 'ontrac aWdrd. J lie '~ver t thai a ,ubcuntrdctQr previously listed and approved is sought to b, ubs:: i tut eo f, nplaced dur i ng the term of the Contract, then the City Enqlneer retain: tr1e nght to dpprovE~ dny substitute or replacement sl1bcontractor prior 0 ts piirticipation in the Project. Such approval will n, he 'Iiler t'1e [('placement of the subcontractor will result in an increase i 1 'i'le :cntr -j" p 'ail.'Jre of the Contractor Lo comply with this provision C', "1St it Jteoc I :)a: 3 1Jpor wId eft to annul the Contrdct pursuant to Section 8-7- 1 A prel.lmlndt y pr>gress schedule lndicating relationships between the major components of the work. The final progress schedule must be submitted to the C tv Engineer ~t the prp'construction conference; DocumenLation re-luired pursuant to the Special Provisions A-28 and A-29 cO!1Cernlnq Considerations for Contract Award and Execution and the Contractor's F ~ d Adminjstrat ion ~;tdff Dc cumentation ~s reqUired by Special Provision A-35-K, if applicable. 10. Within five (5) days followinq bid opening, submit in letter fOnD, infonnation 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 Under "General Previ si(,ns dnd RequJ rements for Muni cipal Construction Contracts" B- 3=:..~_~ol~.sf~.~xt_r~ Wor k and Ch_~nge Orden the present text is deleted and replaced with the "ollowino: Cunt ract 0 r a:know 1 edges t hd t the Ci t Y has no obl i gation to pay for any extra we:k Eo r wh LC It chanqe r der has not been igned by the Director of Erq 1 nee r inq ;e rvi:es 'f t: i:; designe~~. The Contractor also acknowledges that U'-,' 'lty F:nqrweI may aur.hc,[ize chanqe Drders which do not exceed $25,000.00. Th- :ont LIC"',r acknowledge~; that an'( chi1nge order:; in an amount in excess of $: '100 0'1 i so be appreved by the City Council. A-32 Amended "Execution of Contract" Requirements Jnder .. ;'?llera1 PI 1:;i(n3 Hid Requlrements for Municipal Construction Contracts" B- 5 Exe, ut ion cf Contrclct,dd the 11 owi nq., - - Thc- lward ot the Cj I Y F:ngire,-,r del :ont ract may be rescinded at any time prior to the date the ver~ a contr,lct to the Contractor which bears the signatures Section A - SP (Revised 7/25/01) Page 14 of 21 CHOKE CANYON DAM <;PII ,[ WAY '\ND OUTLET WORKS CONCRETE REPAIR !. 'ity of Corpus Christi - Project No. 8407 ')T l.y Manaoe~r, 1 y :;e'~retary, and City Attorney, or their authorized de i-Jnees. trh.:tO! hdS !l( duse of action of any kind, including for breach at '. Hltract aqai:st the City, nor is the City obligated to perform under the Corll dct I ur< 11 tt,~ date the ty Engineer delivers the signed Contracts to the Ce-II t lct () A-33 Conditi.ons of Work Each bidder must fami,iarize himself fully with the conditions relating to the completion of the Prolect. Fai lure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to at.tend the Mandatory Pre-Bid Meeting referred to in Speci.al Provision A-i. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during he bidding phase of the Project, second precedence will be ]lVen t the Special Provisions, thIrd precedence will be given to the construction plans, !-ourth precederce will be given to the Standard Specifications and the ~eneral Provisions will be given last precedence. In the event of a conflict between ~ny of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public TLansportation Standard Specifications for Highways, Streets and Bridges. ASTM specifications, etc., the precedence will be given to '1ddenda f :;pec ia1 Provi sions dnd Supplemental Special Provisions (if applicable), 'onstru<'t:un plan.s, referenced spH'i.ficatIons, Standard Specifications, and General F'rovisi.n., In that)r,ler. A-35 City Water Facilities: Special Requirements A Visitor/Contractor Orientation PT10L to pertorming work at any City water facility, the Contractor, his subcontractors, and each of their employees must have on their person a valid card ertifying their prior attendance at a Visitor/Contractor Safety Orie:ltation Program conducted by the City Water Department Personnel. < Visi tor IContractor Safety Orientation Program will be offered by authorized CIty Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any ~i t y"'at'~r facJ i ty For addi tional information refer to Attachment 1. B. Operation of City-OWned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an oper'3.tor or other illJt hini zed maintenance employee of the City Water Depa rtmen' . C. Protection of Water Quality The City must deliver water of drinking quality to its customers at all times. The:ontractor shall protect the quality of the water in the job site and sheill coordlnat e its wor'k with the City Water Department to protect t.he luality of the wat.er. Section A - SP (Revised 7/25/01) Page 15 of 21 CHOKE CANYON DAM ':;PIUWA Y \ND OUTLET WORKS CONCRETE REPAIR "ity of Corpus Christi - Project No. 8407 D Confor.mity with ANSI/NSF Standard 61 All materials and equipment used in the repair, reassembly, transpo['t at on, re insta Ilation, and inspection of pumps, or any other ~ t ."ms, wh let, cou lei ':OIT\E' into contact wi th potable water, must conform to Anji"rl("" Nat ional Standards fnstitute/National Sanitation Foundation (P.,N~ 1 t I tandar j t L5 desc ri bed n the C;tandard Specifications '. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform with ANSI/NSF Standard 61 and unless such items are inspected on the site by authorized City personnel immediately prior to use Thl? :::(nrract or shall p[c\'ide the Engineer with copies of written proof of AN:) I /N>3F SLmdard 61 approval for all materials which could come into conta(~ WItt potab e water. E Handlinq and Disposal of Trash A) 1 tcasIl qenerated by subcofltracteJrs, must be site, Blowing trash will dreas "lean at ill time.s the Contractor or his employees, agents, or contained at all times at the water facility not be aU owed. The Contractor shall keep work and remove all trash daily. CONTRACTOR'S ON-SITE PREPARATION F ';ont rar.te r' pE rsonne.I must wear colored uniform overalls other than or cinqe, b j UEe. 0 r wt: 1 te. Each employee uniform must provide company name and individual employee identification. G. Cont ractcr shall prov ide telephones for Contractor personnel. City telephones are not available for Contractor use. H Working houls WIll be 30 A.M. to 4:30 P.M., Monday thru Friday. I Contractor must nct 'lse any City facility restrooms. Contractor must provide own sanitary facilities. J. Al ::onLrdct Dr vehlCles must be parked at designated site, as designated by C i t Y WatE- r Depal t_ment staff All Contractor vehicles must be clearly labeled wLtt company Dame. No private employee vehicles are allowed at (::.!:lO~e CdJ:lyon ~~m. All personnel must be in company vehicles. During working hours, contractor employees must not leave the designated construct ror area nor ,vander throuqh any buildings other than for requ L ['E,'d wor k or a:; eli ""~cted by City Water Department personnel during f?mer(len:~y evacuati(,TI. K-o:ontrJ.ct<?f . QU.1llfJCJ.tlOflO "'__ S~.~~__ ~~VISOflY CONTROL .'mo Dl'.TA ;\cg.Q~~) _J!'lot Used) Aft Y WBr*-..ffi ffi€..- - €BffiFTlth- r b,:lO cd -ffiE7fH:-t 0 r i n g ,:m d c eAt 10 0 1 G) 5 t e m mu s t be perfnfficd -Bftiy-- by-. ~Mi tied technicJ.l -aR€l- :Juper'.'iGor} perGonnel, ;:1[; Eiete~i-hy -f!l-e€tciftfJ- thc qU.:11ific.:1t+~ thru 9 belm:, Thin \lorle Incllldl~'i' -But:- -t5--Bfrt -t.:t.mited ~ modific.:1tiono, .:1ddition:::;, ch.:1ngcG, '+e}~~i::Bfh,-funli:JhtFttJ, 'nGt.:111in~r' connecting, progr.:1mming, customizing, .:l:ef~+ttt j'--. 'a-:l-:t b htto.ifHJ. tT:f---pl a-c-;-i-flft .. ill-~' .:1 t ion .:111 h.:1 rd tl.:1 r e .:1 n d,l 0 r i-EJ-f-8;d · . L"i*""-i f +...,..4- P f f f' q~ -fry--+fie5.t sp e c ~ fic.:1 t ion:::; . HK · :t)H-l-+-detB-F--fH'--fll 5 -SUl)eeft-to-r-d-e-f.BF---pFef*l:Jing to perform the SC.l\.Dl\ '.Ior]( 'ftB: .', *. -BP. .41-e .ffi 0eflK>fis4' I' :J t c t h ('.-fe-:J:...l.&w..i fHJ ,. Section A - SP (Revised 7/25/01) Page 16 of 21 CHOKE CANYON DAM SPlI.1 WAY AND OUTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 to --Hf>- i- rcguL:1r~- cng.:lgcd in thc computer BaGCe monitoring and ee~~~~ buoineoo, prefer.:lbly 0.0 applicd to the munieip.:ll ~. .:lnd ..'.:l:JteHo.tcr induotry. ~ -Hf>---fu+~-~ffe-Fflte4'.;orlc on oy::;temo of compar.:lble ::;izc, type, .:lnd e'BffiFH~-i-t-Y--~t-TFequircdi-ft thio Contract on .:It le.:lot three prior !*,Bj-E~ h- . -- - He h.J.:J beenaet-:i:'Jcly eng.:lgcd in the t1pe of .lOr]c Gpecified herein ~tt lC.:lot -~ j'c.:lro. 4. --[1e employo ,} Regiotered Profeooion.:ll Engineer, a Control S}Dtcmo Enginecr ,--B-€--tt&-Eleetri c.:11Engineer --te- ouper7iGc or }3crform thc ~ rcquired by. thio apccific.:ltiono. 5-,-- -He employe ~onnel -efl- thio Project ',lho h[l'v'e ouccesofully completed .:1. maRuf.:lcturcr' 0 tr.:1ining couroe in configuring .:lnd ~'fllefTt:--iwtthe--f;pcci fi c computr ro, HTU "0, .:lnd ooft\l.:lre propoocd ~he Contraet;..- ~ --He- lR.:1int.:lino ::1. perlR.:lncnt,--fully ot::tffed .:lnd equipped oer.rioe f-a-e:i.:j,H:-y-....ithin100 miles of the Project oite to IR.:lintain, rep.:lir, eahl~,----Ttfid---program thc 0) otCIRO opecified Ilcrcin. I-c: -H€'- .;h.:lll ftH'&i-:5-A---~ipIRcnt !.lhich io the product of one Hl.:lRUractureT'---E& the HKlJ[iHlUm pr.:lctico.l cHtcnt. Where thio io not pro.ctical, -d-H quipmcnt --e-.f. .:l gi'Jcn typc 'dill be the product of or.e Rlanuf.:lcturcr. &.-- ----P-r-i:-ef pcrformo.ncc - o.t the O. N. Stc. cna W.:lter Trc.:ltlRent Plant .lill ~;ed j n~7o.lu.:lting .,hich Contr.:1ctor or ::mbcontr.:lctor progr.:lffiO tfl€--tIC... .. or-k--fe-E -!:chiD Pro j ect . ih -~:ontr.:lctor-5haH--p+oduce .:111 filled out progr.:lmming blocko requlrcd to :Jhm. the progr.:lffiffiing .:l0 needed .:lnd rcquired, to .:ldd the-s+'-~ems- to the clcioting City SCl\DI'. oyoteIR. Attached io crf;-ex-amp-l~- -e-.f. - the required progr::1fflffiing bloalcs !.lhicR the City H:-Efl:H"re-5--t:-B--he-+iclled iR--aRfi- gh'cn to the City Eflgineer ...ith ::111 ettaRflCO Hl::1dc ~i-ng thc progr~fHj ph.:lGe. The ::1tt.:lahed Gheet is aft el{,]ffiple-itH4isflBt-intendcd to Gho.: .:l11 of the rCEJuired GheetG. '!'-he--+:ontr.:1ctor -w+l1 pro'v'i-fle-~E!"g~ing bloaJco uGed. fr.- - T..re_nc:hin_g~c~~~cf1_~o Al-l-trcnching for thio project -a4::--tJ'te-O. N. Ste .cnG Water Treatment rl.:lnt oh.:lll be pcrferlRed u3ing .:l b::lcJchoe or h.:lnd digging aHc to the number of cnioting underground ob:Jtructiono. ~lo trenchi~maehines oh.:lll be allmlcd eR--t.-fie pro j c c t. A-36 Other Submittals Shop_ Dra~h!:lg Submittal: The Contractor shall fa llow the procedure outlined below and in Section 01040 when processing Shop Drawing submittals: a Quantj ty: I'ont ractor shall subm1 t number required by the City to the City Engineer or h s designated representative. b ReprOduciblE::;: also submit one In addition to the required copies, the Contractor shall (1) reproducible transparency for all shop drawings. c Submi t Lal cansmi i. La 1 Forms. Cuntrac tor shall use the Submittal Transmlttal Form attached at the end of this Section; and sequentially number each transm it t d form Resubmi tta is must have the original submittal number with an alphabet LC suffix. Contractor must identify the Cont rdeter, the Subcontractor ur supplier; pertinent Drawing sheet and detail number(s), md .specification Section number, as appropriate, on e a c h ~, 11 bnn t t -11 for m d Cont ractor I; appropr iate] l Vf'''rl fl Celt lor Stamp: Contractor must apply Contractor's igned H initialed, which certifies that (,f PrOij,H:ts equired, field dimensions, stamp, review, adjacent Section A -- SP (Revised 7/25/01) Page 17 of 21 CHOKE CANYON DAM ..,PHI WAy .\ND OUTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 cun~t ct lOr wor k, :!nO ,xiordination of information, is all in accordance WI U . he requ i cements) t the Project and Contract documents. e Schedul i ng: Contractor must schedule the submittals to expedite the Pr:)~e' t ,3nd detiv2r t the Cl.ty Engineer for approval, and coordinate the ~;libm:ss on ,t .ela'eri itelTls f Markln,,;;. C\ntractcI must mark each copy to Identify applicable products, modeL; "pt} ()ns and "tb"r data. Supplement manufacturers' standard. data to rnn.oe nforma::ion mique to this Project. g Varia! ions: Contractor must identify any proposed variations from the Coot Ide t do, 'uments and any Product or system limitations which may be detI j ment a 1 to SUCCt~SS fu 1 performance of the completed work. h Space Hequir ements: Cont r actor must provide adequate space for Contractor and Enqineer revie\", stamps on all submittal forms. 1 Resubnll ttal~: Contractor must cevise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal j DistributIon. Contractor must distribute copies of reviewed submittals to subcontractcrs and suppliers and instruct subcontractors and suppliers to prompt 1 y report, thnl ContI actor, any inability to comply with pr:)v i5 i)!1 . Samples: ThE' Contractor must submit samples of finishes from the full range of manufactur.er~' standard colors, textures, and patterns for City Engineer's selection Tes-.!:_ and__R_epa_~r_I:<eport When spec1fied in the Technical Specifications Section, Contractor must submit three (3) copies (:f all shop test data, and repair report, and all on-site test data withJn th0 specified t1me to the City Engineer for approval. Otherwise, the Lela!=e_c!_~::.cluipr!:l~n~_will ,,!ot_be ~~'J_e2 for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "Ceneral Previsions dnd RequIrements for Municipal Construction Contracts", f3-6-15__i\na~ef!\~Et and ChaEg~ }~E__W_~teJ:"_Xl1E~~hed_~_th~_City, add the following: "T"e Contrdtc'r musr :ompLY with the C.ity of Corpus Christi's Water Cm;serva t1 Oil and Drought ::ont ingency Plan as amended (the "Plan") This ine 1 udes Lmplemen ting wa te r ,:onservat i on measures established for changing condjtions. The City Engineer will provide a copy of the Plan to Contractor at th, pre'-~cn:)'. ruc:t on rneel Ln] The Cont.ractor will keep a copy of the Plan on th, "rojE'ct jle hrough'l'.lt ::nstrllction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities ['he requ 1lement s t "N"tic'c' t, 'oot ractol s B '" are incorporated by reference in his Spec-iOll flc)vi,,] ,n A-39 Certificate of Occupancy and Final Acceptance (NOT USED) Fhc irJGtt-aflee-B-f ,,1-- ~;P.r+t+4--E'd~. Bl-+r,~ReY ---fer- impro JCfflcntrJ docs not conoti tute fCin.:J.l ;}C(:7efT~t.fle -HltfTro"~ffi('-fi~S undcr-E:ener.::d Provioion B g 9. Section A - SP (Revised 7/25/01) Page 18 of 21 CHOKE CANYON DAM "PH L WAY AND OUTLET WORKS CONCRETE REPAIR i 'ity of Corpus Christi - Project No. 8407 A-40 Amendment to Section B-8-6: Partial Estimates General Provis.Lons and Requirements for Municipal Construction Contracts Section B- 8-6; Partlal Estimates is amended to provide that approximate estimates from which f:,artial payments WIll be calculated will not include the net invoice value of ~cceptable. non-perIshable materials delivered to the Project worksite unless the r:ontractor provides the Ci.ty Engineer with documents, satisfactory to the City Engineer. that show tiat thE mat;~ria 1 supplier has been paid for the materials :1eliveucd "0 the PClje':t worksi IE A-41 Ozone Advisory (NOT USED) Priming-a--ftti-hot milt pJ. :iRg oper.::ltions must not be conducted OR days for ..hich an ~.. .:1d':i:Jory h.:1:J been issucd, clccept for repuirs, The Cit] Engineer '.:ill Rotify Contr.:1etoL~tt~a:l:-e-rt.~ --1-+- a del.:1Y such .:1S this. is cHperienced, the day will asis be count0Ei--as--a ....arle fia-y---atffi- the Contractor Hill- be compeAsated at the unit p r ice i n d -t+~at€f~ in-the pro p 0 0 a-:l--c A-42 OSHA Rules" Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-4S Amended Indemnification & Hold Harmless Under "General Provlsit)ns and Requuements for Municipal Construction Contracts" B- 6-21 Indemnification <:'< Hold Harmless, text is deleted in its entirety and the following is subst i tut,"d j-0 i eu thereof: The ontraetor shall hold the City, Freese and Nichols, Inc., Texas Parks and Wi ldl ifF~, their officials, employees, attorneys, and agents harmless and shall indemnify the ':ity, Freese and Nichols, Inc., Texas Parks and Wildlife, their offici.als, employees, attorneys, and agents from any and all damages, injury or liabilit_y whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or COflsultants, or any work done under the contract or in connection therewith by the ~ontractor, or any subcontractor, supplier, materialman, or their offi ials. employees, aqents, or consultants. The 2ontractor shall hold the City, Freese and Nichols, Inc., Texas Parks and Wi ldlife, their officials, employees, attorneys, and agents harmless and shall indemnify the '.:ity, Freese and Nichols, Inc., Texas Parks and Wildlife, their otfi ials, employees, attorneys, and agents from any and all damages, injury, or ! lability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes in fury loan employee ct t h~ contractor, or any subcontractor, supplier or m,.,1cr lalmdn_ A-44 Change Orders 3hould.j ,hange order(:;) be requic.:>d by the engineer, Contractor shall furnish the engineer oJ complete bn.akdown as t(, all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage ra~es, et:.1 -rhis breakdown information shall be submitted by -'Jntracror a~; a basis or the pri;;'e of the change order. A-45 As-Built Dimensions and Drawings (l/ /00) (a} '~ont[actor ,haJ I :onstructed and Jerti.c-i.L) of all make appropriate daily keep accurate records of L-,ciLit les. measurements of facilities location (horizontal and Section A - SP (Revised 7/25/01) Page 19 of 21 CHUKE CANYON DAM "P1I1 W ^ Y\ND (IUTLET WORKS CONCRETE REPAIR 'rty of Corpus Christi - Project No. 8407 (! iJp)f (GmrLet Lon uf pad facility, the Contractor shall O[li~ se )f direct pr nts, mar~ked with red pencil, dimens ons cnd (jeet I ')[0: of al I work constructed. As a dr3.WlfiUS 3h,dl IncLudp he folLowIng: furnish Owner with to show as-built minimum, the final (i H ri':ont'Jl in! \Jertl::d ihmensions due to substitutions/field ";ian jee; (; ('han ~er; L n ~'qu 1 prnent and (j I mens )C)[lS Jue to substitutions. ( , "Nam"plate" cidtJ on all I flst,alled equipment, (4) Dple ions, additlons, dnd changes to scope of work. (~)! ArlY )the r hanges made A-4' Disposal of Highly Chlorinated water (NOT USED) (7/5/00) Thc Cont-i'-det-O-f- ~t----be-r~3ft-5+bl-c for.-t-fte di GpoGal of \latcr uocci for tcoting, dioinfection ~-aftti--t-_Hte- fluGhintf-H+- an apprO':cdmaRFlcr. ConLlmiFl.::mto in thc \J.::ltcr, p;:lrticul.:H-ly high -~-s---e-f--€ftlOrlne ,---w-i-l-1--be---tl:-Sed-~ dioiFlfcction, .::lnci may cHaced thc pcrmi Goible--l imi t::- -f-&r- di Gch.::nge into - "Ctl.::lFldG 0 r cm;iroRmcntally ocnoi ti ':c 1rcao , T-ftese---a-H"-~uLlted l7y--ftttffif~rouG agencics Guch .::lG nmcc, ErA, etc. It .:ill bc thc Cont-rd-€-t-Hr-'-frre-1-Tf'6Fts-:i~t-yt€>- COffip 1 Y ., i th -thc reqLlirefficnto of .J.11 regulatory -j'gcficic: HI the ('i-i-&f:'frSd-b-~~ H- '.::1 tcr t.ts-efr.-Hl- the proj ect. Thc methods of diopooal :::ih;).}l be ::;ubmi tted 'f:-& {:fte-G+l:-Y---F€>r-~l. There oh.).ll be AO ocp.::lr.::ltc pn3 for jiapooal~ighly-eM-+H:-ffiate4-w-al:.e-Eo---Gontr.J.ctor s-Au-H:-not uoc the City'o G.::lflit.::lry ~~v-s-t':€ffl- -fe-r- ~"a-l-e+--?€>nt--arRin.::lted -w-a-t'-e-r-;- A-41 Pre-Construction Exploratory Excavations (NOT USED) (7/5/00) Prier tc-a-H-'f- conotr~-H7R---.lh~ltC:CT' on the- project, Contr.::lctor oh.::lll eHen.atc .::md cnpeocd"l+--€*ioting '"fH11eline:J -e{ the projcct- th.::lt craGO \:i thin 20 feet of propoDed pipelinc.se-f--~-- pro] cct ~-~r.J.ctor - oh.::lll ourvcy thc CH.::lct vertical .::lnd horizoA t;:ll-~ 10C.::ltl on -M ea€h --e-re-s-sicAg ;:Ind patcnti.::llly conflicting pipelinc. For cxis-t-HMj' - plpcl ince - \:hich -pah:t++e-l--~--a-f'-e- ui thin ten fect (10') of propoGcd pipeline-s--o-f-----t-he- -p-re-+-eet-T-C-(~ ,;h.::lll CHC.::l':at.-e ;:Ind cnpOGC Gaid cJliting pipelincG~-a- ffi.::lJ{iffiUffi ~"J{)-O--t:~~t- ~--ttfKi Contr.J.ctfr-f' ohall ourvey the .::lccur.::ltc horizont-a-+----a-rtd-~~t-+Oe-a+_:i_en-s o-€--s-a-i~El--~-e-l- pipelineo .::It 300 fcet maniffium q-.-G-. Contr.::let or oh.::lll-t:-fl.efr- prcpare -,J:- report -a-M-. Gubmi t it to the City for .::lppro':.::ll iftdic.::lt::.ng the O..n~r --e-f -~-iRe-5-~J{ca'. ;:Itcd. iJ.nd Gurvcyed, .::lG '.lell .::lo the approHiffiate ~,;-t.::ltioRthercof, -B-i-st:-aftee--tB--~~-f7a-':emcnt centcrline and ele':.J.tioAO of the top of :l{iatinq~~; COBvaet~-shall--peEform no construction work on -the projeet. unt.il all elEploratory euee..a~ieas ha't."c been made4n t;hek- cntirety T thc results thereof :E'epo:E't.ed ~e t.he Efl~ieeer--a-nd--uMH -(';~ractor E'eeeives- Eaqiacer-' s app:E'e.,;ral of repert. &1{plor(ltor-y---e-~l~ --s-h-a-1+--l7e in::t-id for ...-eft- a lump :Jum b.).oio. }'.ny p.::l',.'cffient rcp.::lir lCJ osei.::l t-ed ---w-:l:-t-fl-f~ ['.J. t_o ry-€*€-d-V.::l ti on::; sha-H----be-----p,) id for .::lccording to the F::J tabl i ~'hcd -tffi-t-i-:!:--F-FI-et-fTE-j7d'J'Cffif3tf:o p.::l t ch~- Gen tractor :Jh.::lll pro'Jidc ;:Ill hiG mm "'1 r'JC y W+7; 1; ---e-H: 61- i - t ftB~C P ! r ,]1 ,'~ Bd-Vl -fe-r---'''-*t-:t-t frE-a-t-e-F'y' -€xea...a t i on G . A-48 Overhead Electrical Wires I (0) 'ontrael)j shall ,:ornplj wi l h : d U:';HA safeLy requl rements with regard to proximity t canst r uction equipmellt heneat_h ')'}erhead e 1 eet c j ea 1 w:i res. There are many overhead res cr inq thE' ('m rnl"t1"ll :r"Jte and along the construction route, Contractor Section A - SP (Revised 7/25/01) Page 20 of 21 CHUKE CANYON DAM .;PH i.W A Y AND OUTLET WORKS CONCRETE REPAIR City of Corpus Christi - Project No. 8407 nall U;l:' ill dUe'd 11jenCC, precdlJtions, etc., to ensure that adequate safety is provided for all )f h s ernpl:::yees and operators of equipment and with regard to nsur in, hat ro 'jal1lag, to ex st i nej overhead elect rical wires or facilities occurs. ontract 0 sha l1 "()lrci chedulN' th'e-ld r' j t natt:' r'Ls >.,,)rk with AEP and inf')rrn AEP of his construction said 'verhead lines, :orne ov('rhead rileS ar showr 1,1 t he construction plans, while others are not. It shall bp the emt r'a'~t(lr.ls sole CEsponsibility to provide for adequate safety with egard [0 '.lVerhed.cJ in.~s whether 5hown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "';eneral Provi sic-os and Requi rements for Municipal Construction Contracts", B- 8~~.!l. Malntenaflce .~;uaranty, add 1 he following: "The Contractor's guarantee IS a separate, additional remedy available to benefit the City of Corpus ChrIsti. Neithel the guarantee nor expiration of the guarantee period WI] 1 operate to reduce, release, or relinquish any rights or remedies avai lable to the ('j ty if Ccrpus Christi for any claims or causes of action against ~he Contractor o~ any ~ther jndlvidual or entity." A-SO Documents Prepared by United States Government The specificatLons dnd drawings for the Stilling Basin Deflector were prepared by the Uni ted States BurecJu of Reclamat ion for use on this project. The dam is owned by the U.S Government. 1fl accordanCt~ with the Texas Engineering Practice Act, Section 1001,051\, these documents arE' exempt from the requirement to be sealed by a Texas Licensed Professional F~ngineer. The seal of <John S. Wolfhope, P.E. 82128 does not 'Cipply to the St.iLLing'o,asin DefJector technical specifications divisions 2 - 16 or associated drawinqs Section A - SP (Revised 7/25/01) Page 21 of 21 SEE TECHNICAL SPECIFICATION 01800 - FORMS, FOR A SAMPLE OF AN ACCEPTABLE SUBMITTAL TRANSMITT AL FORM ATTACHMENT 1 , City of ==-=~ ~ - ~~ CHOKE CANYON DAM VISITOR/CONTRACTOR ON-SITE PERMIT As a visitor and/or contractor, you will be required to adhere to our operational safety policies at all times while at the facility. We require that you carefully read and familiarize yourself with the following information: FACILITY SECURITY: 1. All visitors and/or contractors, upon arrival, must register at: South Shore State park_Head.Quarters and give intentions. Prior to leaving the facility, you must sign out a.o;; well. This must be done each time you enter or leave the facility, unless departure is after 5:00 p.m. 2. Please obey ~1l traffic and informational signs. 3 Please obey all speed limit signs 4. Visitors and/or Contractors will be escorted at all times while at Choke Canyon Dam unless authorized in writing by: Reservoir Supervisor. If authorized to proceed unaccompanied, you will strictly limit yourself to only those areas specified in the written authorization. S Entrance gates are opened at S a.m. and locked at 10 p.m. .sMQKJNG~ Smoking is prohibited in all building and in all other areas posted as ''No Smoking". Drug~ Possession of illegal drugs is grounds for immediate expulsion from Choke Canyon Dam. Persons expelled due to possession of drugs may be refused re-entry into Choke Canyon Dam. SAFETY EOUIPMEN1'_: Safety equipment will be issued by: Contractors for his employees and City of Corpus Christi for visitors to the dam. Attachment I Page 1 of 4 EMERGENCIES: Choke Canyon Dam has a specific and detailed Emergency Contingency Plan covering fires, explosions, release (s) of hazardous materials to the air or to the ground, injured or ill personnel requiring immediate medical assistance, intrusion of unauthorized persons, any other event (s) not listed which present an eminent hazard to personnel, equipment, facilities or the environment. 2 Should you observe any of the above conditions, immediately notify the nearest Choke Canyon Dam personnel and follow their instructions regarding safety actIons to take. 3 All accidents or injunes must be reported immediately to: Reservoir Supervisor. In the event the Emergency Contingency Plan is implemented, follow all mstructions given to you by Choke Canyon Dam employees since all employees are trained in emergency response. Do not initiate any action on your own. EMERGENCYCOORD~~TORS Primary Coordinator Reservoir Supervisor 2 First Alternate: Senior Water System Foreman 3 Second Alternate: N9t~: Contractors who will be required to conduct operations at this facility for extended periods of time will be required to receive additional training. *Visitors/Contractors to retain Pages 1-2 for their information. Attachment I Page 2 of 4 VISITOR/CONTRACTOR AGREEMENT (Must be returned to Choke Canyon Dam Water office signed & dated before entry will be permitted) L _ __ __ (Name/please print) have read and understand there requirements and agree to abide by them as condition to my being allowed access to Choke Canyon Dam, I understand that failing to comply with any of these requirements may result in my bemg asked to leave the facility. SIGNED: DATE: EMPLOYED BY: ADDRESS: CITY 1ST ATE/ZIP: TELEPHONE NO: Attachment I Page 3 of 4 Attachment I CHOKE CANYON DAM VISITOR/CONTRACTOR ON-SITE PERMIT _Ph~!~~~f Drive!) License or Other I.D. Attachment I Page 4 of 4 ...,., .."- PARTe FEDERAL WAGE RATES AND REQUIRMENTS ... -b"" I. \JJ. "- i,enera! ['~ci 1 m Numbc'r TXU3003LJ 06/13/2003 TX39 ':uperscded Gew~ r..] i "ec I SlOft No. TX0200 39 tate: 'EXAS onstrut Lon Tvpe HEAVY CountYI 'PSI: NOECES ;AN PATRIe J 0 HEAVY (')NSTRUCTION PROJECTS l,lncluding Spwer and Water Line "onstru::t Lon and ')rainage Prcject.c') t'1odi f iC.-it ion Number P1Jblicat.icn Date 6/13203 cOUNTY ( PS}- NUECES Si\N PATB ICJC SUTX20"}f\, 1 I'll 19":;'7 I,ABORER.c Commor Utilft'i Rate;; $ 9 05 '1 C)6 I n ,L) 6tJ 68 9 2 1 8 72 Fringes ":ARPENTERS (Exc L ud Ln) F)rm Sett if")) CONCRETE FINISHER ELECTRIC [lI.N 2.58 POWER EQUI PMENT OPE:RATORS: Backhoe Motor Grader WELDERS Rec,~iv(' ['ate prescribed for craft performing lperation to which welding is incidental. Jnlisted classiEicatlons needed fel work not included within Lhe scope of the lassificaticns lIsted may be added after award only as provided n t rle label standdrds contract clauses i 2 9 C FR .' ') (a 1 (1) ( L i i ) n the I stinqlbc;ve, the "su" deslqnation means that rates listed under that :dentlfier do net reflect, collecLively bargained wage mci fringe benefit rates. Other cieslgnations 1 ndicate unions Wh,)s.' rates have bepn determi ned to be revailjno, WAGE DETERMfNATICN APPEJlI.S FPOCESS Has here b(~e: a' ,lit'tl deCl :on In t he matter? This can he: an ex};! Jng pubt LSiled wage oet\~rm]flatioli ::) sur\',~y uncierly n'1 d waqe clet(,rrr;ination http://www,.wdol.gov/wdol/scafiles/davisbaconfrX39.dvb 3/28/2006 ~ J. ub""".J:.... VI L.. a Wagp dnd Hour Dlvi~ion Letter';etting forth a posit 1 on on a wage dE-,term indticHI matter . a conformance (additional classIfication and rate) rul UlC1 survey related matU rs, U1 Lidl ':ontact, including requests ,cor summar les of surveys, shouLd be with the Wage and Hour Regiona] Office for thE arean whJch the survey was conducted uecause these Reglonal Off Lces hav,' respons ibi 1 i ty for the Davis-Bacon survey program. f the response from this initial :ontact is not satIsfactory, then the process described in 2.) md 3 ) shculd be fol1cwed. Wlth regard to any other matter not yet ripe for the formal process described het"e, initial :::ontact should be with the Branch Const nJcti on Wage De termInati,)r]'; Wri t:e to: Branch of=:onstruction WCiqe Determinations Wage dnd Hour Division U. S Department [f Labor 200 Constitution ~venue, N. W, Washington, D 20210 ) 1ft he answer to tbe quest Ion II 1.) LS yes, then an ~nterested party (those affected by the action) can request review and reconsideratIon from thp Wage and Hour Administrator See 29 CFR Part].8 and 29 C~R Pari 7). Write to: Wage dnd Hour AdminJstratur I.S. Department of Labor :::'00 Cons ti tut Lon Avenue, N. W. Washington, [C 0210 rhe request should be accompanied by a full statement of the urterested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue i ) If the decision of the Adminlstrator 1S not favorable, an nterested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ,-'\dministrative Review Board U S. Department of Labor 00 Constitution Avenue, N. W. Washington D C 70210 ) All deCisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www. wdol. gOY Iwdo II scafi lesl davisbaconfTX3 9. dvb 3/28/2006 ~GREEMENT THE STATE OF TEXAS ~ CO~Y OF NUECES ~ TH ! ;:;:1.1:=,1' s n1 i~r int 1 ! 1.s 1.~'!'1! a ';/ 0 f MAY, 2006, by and '.v e e n ~ CITY OF CORPUS CHRISTI f +- E' 'Jilt \! of Nueces, State of is, 1 ] t r iCe 'i t,. >'Janager, termed in the tr;~(-= iT' e' ,nd Holloman Corporation termed in the r.', ,r t,e t- . t r-; (: ,~-) terms, per formable in '~e:::- t: ~:: n is t, i 'c':-ne $309,038.00 by City and other igat LC he l-!--~ '" tra tor will construct and 1(' ( a , ! . '1=; i7 ser a "",'vJ s : CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR PROJECT NO. 8407 (TOTAL BASE BID: $309,038.00) IS -i:1'1 PC"(" J f 13 t ions in a good and es di t: ()ns set out in their ("f ::< 'Ie expense such materials, .s 1 r c\ t: he at tached Contract he rr, The Contract Documents pr '::'1 a d 'j s t ruct ions, pI ans and maf Jueprints, and other 1Lc;, addenda, and re 1a ted th . ntra t f r this project and are ~' age "'9 reemen j .; lj BASE BID 1 - REVISED AND ISSUED FOR REBID MARCH 2006 BID ITEM T u_~; -- -f- r~ii -- II. II' -------/ gm n~l L~,_ DESCRIPTION IV UNIT PRICE IN FIGURES v TOTAL PRICE IN FIGURES 1. 1 LS Mobilization and demobilization, complete ~j1fp- 7!;1{g and in place per U1MP SUM. $ $ , 2. LS Demolition of damaged concrete, placing up 10 15 CY of silica fume concrete in Spillway, $joS:oS2 - /05,052 complete and in place per LUMP SUM.c $ ~ 3. 11 CY Additional demolition of damaged concrete, placing of silica fume concrete in Spillway (if required and as authorized by the Engineer), complete and in place per II t/!J'L - /5,41'2 - CUBIC YARD $ $ l 4. 50 LF I Replacement of reinforcing steel in the ),1&- /(lJco - ! spillway per LINEAR FOOT $ $ 5. 6 CY Demolition of damaged concrete, placing silica fume concrete and reinforcing steel in Outlet Works, complete and in place per CUBIC YARD. $O,j9B - l ~"t:313 - $ 6 1 LS Safety Boom, complete and in place per , , LUMp'SUM. S 7q,91.,7- 7~ 921 - , $ 7 1 IS I Furnishing and installing two shop I fabricated stilling basin deflectors, complete and in place per LUMP. SUM. $_S7,011~ 6l01J I I $ , . J _ u_J. _._-_. ~._.__. --.--.-- - -.. <.. --.-...- _.... TOTAL BASE BID: $ JOCf.oJ8 - (Bid Items 1-7) , DESCRIPTION OF PAY ITEMS: BASE .,0 ITEMS This Item shall consist of the mobilization of personnel, equipment and supplies at the project sites in preparation for beginning work on other contract items and the demobilization of personnel, equipment and supplies from the project sites at the completion of the project. Mobilization shall include, but is not limited to, the movement of equipment, personnel, material, supplies, etc. to the project sites; the establishment of office and other facilities necessary; any preliminary engineering or administrative work performed prior to beginning the work; and permitting. Demobilization shall include, but is not limited to, the removal of equipment, personnel, material. supplies, etc. from the project sites Compensation for both mobilization and demobilization shall be included under the lump sum bid item "Mobilization and Demobilization". The amount bid for KMobilization and Demobilization" shall not exceed ten percent (10%) of the total amount of the BASE BID exclusive of this item. A maximum of one-half of the lump sum cost for mobilization/demobilization shall be paid upon completion of mobilization. The remaining half shall be paid upon complete demobilization from the job site 2 This item shall consist of demolition of the damaged concrete and placement of up to 15 cubic yards of silica fume concrete in the Spillway. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to dewater the work area, remove the damaged concrete, prepare existing concrete an rebar for new concrete, placement of silica fume concrete, and curing of silica fume concrete as indicated on drawings and specifications PROHSAL fORN PlIG1. Of 13 n, or.t "~2 r j l ()Imn''':'!1 e we r ithin ten (10) calendar days from e " 1:.: ill 'omplete same within 180 CALJlNDAR DAYS t- "1 S Juld Contractor default, t:, (-- 1 11 1 j:1 '? j arna les as set forth in the t 1 '1 C 1.1'flE w ;, t l~ in 1 r ~1~ fund.'': for performance of the tl C ILC , . t h. n~r~ct nocuments as the work gr s \C,' i r j 11 ~ pa' [,:: crpu3 r stl, T'exas on the date shown ve .;.~ y>:;e i~C /_____ . ,c'ta :~., ~~ CI~ OF CORPUS CHRISTI c.4 \., ATTBST: APPROy1:D 0 AS, TO l-EGAL FORM: f', 0". I \ ", ,'., . [3 y:' \~l L L I U.v'-__ L L-.{~'t; .:~ t, C l t A. ':t 0": ') (0/' t"' ~~~ Escobar, P.E. )f Engineering Services CONTRACTOR AMf'., / _.' (I~f. oo/~?poor~at] on) ~4.~ (Sea. 8elow) Holloman (Not. If Per,son. signin.g ~or co:t' &~ion is not Presidlnt, att" .. ,.COPY of authorization to 'In) ~./ P.O. BOX 200190 ,Z\clciress) SAN ANTONIO, TX 78220 (State) (Zip) * 210/667-9968 (Fax) l\greement Page " rli-odp - 1.~5';\U I "\)"...~. It ~~~'~~..5Il~./.P1 sEiin~tYL . RESOLUTION OJ-" CORPORATE AUTHORITY I, Mark Stevenson. the undersigned President of Holloman Corporation, the "CorpdratlOn' hereby certify that (:orporation is duly organized and existing under the laws of the State of Texas. The folIowing is a hue and accurate transcript of a Resulution adopted at the June 23, 2003 Board meeting. The Corporation's Board of Directors adopted the Resolution, which IS contained in the Corporation's minute book, at a duly authorized board meeting. /\. quorum of C'orporation's Board of Directors was present at the enilie board meeting and all actions taken at the meeting complied with Corporation's charter and by-laws. The Resolution has not been amended or revoked on the date signed below, and remains m full force and effect. RESOL VED, that Rodney Schwarzlose, manager of South Texas Division of Holloman Corporation, is empowered to sign any and all documents on behalf of said Corporation. { Seal) Signed and sealed on lune 23, 2003. Attested to by: ~Z' ERIC PRIM, Vice President ~ 1.1 I I'WJ ...~.'...".'.'.' A':i :0.:1-) ~ii'" :1'....'..-...'- ."r't "\':<,{ PRe P 0 S A L FOR M FOR .m, CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR 'J;j.,. 1]1 --I j I .J li~."-PQI'.'l ..D_1IeN 2_ ,.. -. - -- ,'-.... .'. . . .' - ,- , .. . '. - -.- . .- WATER DEPARTMENT ClTY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF J 3 CD / f 11.. L A~ A'" NO !II p"tr II lll"$! ....;:~_ J \Q ,~ LJ PRO P 0 S A L Place: Date; __, 06/03 J ol" Proposal of .~~L~_O~.~~ C.O ~~oe..AT\ O,..J a Corporation organized and existing under the laws, of the State of ... .,,, .:JCX~~_ OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen' The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR at the Locations se' out by the plans and specifications and in strict accordance with the ontract documents for the following prices, to-wit: PROPOSAL FORM PAGE 2 OF 13 BASE BID 1 - REVISED AND ISSUED FOR REBID MARCH 2006 tI.,}, [[1 ------ -r --------..1 -.~.--tu -.~--- BtO aTY& ITEM UNIT -- +-- --. --.- . ~------_.~ III I "' iV v DESCRIPTION UNIT PRICE IN FIGURES TOTAL PRICE IN FIGURES -- -------. 1. LS Mobilization and demobilization, complete ~j 1IP - 1.E1(P and in place per ~UMP SUM. $ $ J 2. 1 LS Demolition of damaged concrete, placing up to 15 CY of silica fume concrete in Spillway, $jpf.OSZ- /05.052 complete and in place per LUMP SUM.. $ ~ 3. 11 CY Additional demolition of damaged concrete, r placing of silica fume concrete in Spillway (if C) required and as authorized by the Engineer), complele and in place per II 4oZ- /6,412 - I CUBIC YARD. $ $ 4. 50 LF Replacement of reinforcing steel in the I spillway per LINEAR FOOT $ :lr 1;{o- $ J i, B<<J - I -- 5. 6ey Demolition of damaged concrete, placing silica fume concrete and reinforcing steel in I Outlet Works, complete and in place per I I CUBIC YARD. $S,:J9B - {~,/ 13fd - I $ 6. 1 LS Safety 800m, complete and in place per , . LUMP SUM. $ 7Q/91.-7- 7~ 9.t1 - I $ 7 1 LS Furnishing and installing two shop I fabricated stilling basin deflectors, complete I and in place per LUMP SUM. $ 67.0('1" 6l0/'2 I $ .._J _ I . _..__,. u,,_,_ ----.., -.- -_._._-_._-,._..~'"- -.-.--- .._-_._~- ~-- TOTAL BASE BID: $ :301.038 - (Bid Items 1-7) . DESCRIPTION OF PAY ITEMS: BASE BID ITEMS This item shall consist of the mobilization of personnel, equipment and supplies at the project sites in preparation for beginning work on other contract items and the demobilization of personnel, equipment and supplies from the project sites at the completion of the project. Mobilization shall include, but is not limited to, the movement of equipment, personnel, material, supplies, etc. to the project sites; the establishment of office and other facilities necessary; any preliminary engineering or administrative work performed prior to beginning the work; and permitting. Demobilization shall include, but is not limited to, the removal of equipment, personnel, material. supplies, etc. from the project sites Compensation for both mobilization and demobilization shall be included under the lump sum bid item "Mobilization and Demobilization". The amount bid for "Mobilization and Demobilization" shall not exceed ten percent (10%) of the total amount of the BASE BID exclusive of this item. A maximum of one-half of the lump sum cost for mobilization/demobilization shall be paid upon completion of mobilization. The remaining half shall be paid upon complete demobilization from the job site 2 This item shall consist of demolition of the damaged concrete and placement of up to 15 cubic yards of silica fume concrete in the Spillway. This item shall include, but is not limited to. all labor, materials, equipment. transportation, submittals, and incidentals necessary to dewater the work area, remove the damaged concrete, prepare existing concrete an rebar for new concrete, placement of silica fume concrete, and curing of silica fume concrete as indicated on drawings and specifications. PROPOSAL FORM PA.GE 3 OF 13 This Item shall consist of demolition of the damaged concrete and placement of silica fume concrete in the Spillway. Payment fOI this item shall begin (if required and as authorized by the Engineer) after the 15 cubic yards of concrete In bid item 2 have been placed in the Spiiiway. This item shall include, but is not limited to, all labor materials. equipment, transportation, submittals, and incidentals necessary to dewater the work area, remove the damaged concrete, prepare existing concrete and rebar for new concrete, placement of silica fume concrete, and curing of silica fume concrete as indicated on drawings and specifications. 4 ThiS ,tem shall consist of demolition of the damaged rebar and placing new rebar in the Spillway. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to remove the damaged rebar, prepare lap lengths in accordance with specifications, and placement of rebar as indicated on drawings and specifications Payment shall be made on actual rebar placed. No adjustment in the unit price will be made for increases or decreases in quantity, General provision 8-4-3 shall not apply to this Item. !' ThiS Item shall consist of demo/itlon of the damaged concrete and placement of silica fume concrete in the Outlet Works. This item shalf include, but is not limited to, all labor, materials, equipment, transportation, submittals. and incidentals necessary to dewater the work area, remove the damaged concrete and rebar, prepare existing concrete and rebar for new concrete, placement of new rebar and silica fume concrete, ano curing of silica fume concrete as indicated on drawings and specifications. Replacing the top mat of reinforcing steel In the repair area shall be considered subsidiary to this item. 6 This item shall consist of providing a new safety boom around the existing intake structure, in place, complete. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to install the boom, including anchors, as indicated on the drawings and specifications. This item shall consist of furnishing and installing two shop fabricated stilling basin deflectors, in place, complete. This item shall include, but is not limited to, all labor, materials, equipment, transportation, submittals, and incidentals necessary to install the deflector and guides, as indicated on the drawings and specifications. L .. ~, -t~ CHOKECANYONOAM SPUWAY AKJ~~CONCRETEREPAR-REVIS8)ANJlSSUEDfORREBI>MARCH2n> STATEMENT OF QUALIFICATIONS The Contractor, subcontractors, and suppliers shall be qualified and experienced in the performance of the work as described in the Special Provisions, Item A-30. The following statement shall be filled out in order to demonstrate compliance with the qualifications and experience requirements. All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Do not attach general advertising and marketing literature; non- related materials will not be considered as part of the proposal. Failure to complete the Qualifications Statement completely and accurately shall be sole cause for the proposal to be considered non- responsive. Proposals with an incomplete Qualifications Statement will not be evaluated and will be rejected. COMPANY INFORMATION Name of proposer__.l4oL\..O\f"Y"\ ~tJ CO"-f\? ~T, o^-" 2 Permanent main office address and telephone number: --.---J '3. 7 60 \ \., lOf[ LoN V lSCLSc-1 ,. X 18\04 { When organized: __Lot ("..1- If a corporation, where incorporated: ---re- X AS 4 Contracts on hand ___ (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated dates of completion.) 5 Have you completed all contracts awarded to you? _X- Yes _ No. If no, submit details. 6 Have you ever defaulted on a contract? ~ If so, where, why, name of project, name and address of the Owner, and name of Bond carrier? ? Is your 9rm presently en~aged in litigation with respect to any claim regarding contract performance? - y as ~ No. If yes, submit description and state case number, style of case and court in which pending or in which judgment was entered. 8. Has your firm ever been assessed Liquidated Damages on any project? _ Yes ~ No. If yes, submit details, including the name and address of the owner of the project. I 9 Bank Credit available: $ (a M,\I- - Name of Bank~: r, ~ST +El.ICA.. ~"o.l k 10 Attach a copy of your most recent detailed financial statement submitted to a bank for credit and a current detailed financial statement. 11 Have the principals of your firm been engaged in the construction contracting business under any other name within the past five (5) years? If so, please provide the name of such principal(s) and the name and addr~ss of the ~:~~USiness _~ ~_ _ . PROPOSAL FORM PAGE 5 OF 1 l WORK PLAN Provide below or attach to this sheet a brief statement describing the bidders approach to completing the Work within the specified completion time. inciude a bar chart scheduie or the major work activities to demonstrate the feasibility of the bidder's approach Bar chart may be hand written on this sheet or provided on an attached printed page <..06G"1t.. , - 7 M..o ~t U 7.--([ ~~ 'Z-~ 1 ~ >rll..'-.w~'f ~c... ~a~L 8 - \L -i:> OJ "f"~~ i <:..aNt.... '-AJe-€ \.c- \l- ,) -> '}:>I1PLV(..'T~1L. fA-IV'tU ~t,; \L ((.. _ 1..0 _.:> \iJ..~~'" 'f i,OD-' ~ I - z.. Z. -9 c... h~"'~ 'Of ( f ,...-.~ t..."-s-'T W€e-~ .... .. ~ .",~ Oe~ Ii I \-\ ~ W~IL ...... ~ ~ I LIST OF SUBCONTRACTORS In conformance with the Contract Documents, listed below are the names, addresses, and phone numbers of the subcontractors, and to what extent they will be used if awarded this contract. This list shall not be modified except as requested and approved in writing by the Owner. State if work is to be self performed. Nal1lle and Address of Subcontractor ~ l!" C Jrw.. ( 6eLL (!cv-JIt- ~~ 360').. ~(~'-#~"T ~~~T.s~ .e)t. 7701 ~ ~ evoUl...WT.c ~ ~~710tlJ, IIJ L (II. vOO ~Qo<-'M (bL.\lO ~ <;AN A..J"'7f!J ~H:J . 7X . 7 8 Z 3] , I ) t:<ol'14~ ~'fs tA.'Ca ~ 1\1 \ S ~ (5 ue.'-6a.a il C6" A-tt-b.?~ J ""'" J. $'3 0 I ~ PROPOSAL fORM PAGE 6 OF 13 Tvpe of Work Deflector Fabricator Painting and protective coatings Concrete Cutting and Demolition Concrete Repair Safety Booms '1 LIST OF SUPPLIERS In conformance with the Contract Documents, it is required that the names, address, and phone number of the manufacturer and supplier shall be inserted below. Only named manufacturers shall be allowed in the list below. Any manufacturer listed which is not named are grounds for bid rejection. Item Manufacturer/Model Supplier A Paints and Coatings B. Concrete C Admixtures o Other PROPOSAL fORM PAGE 7 OF 13 f \ i ,) i j , '-" I ) EXPERIENCE In confonnance with the contract documents provide information demonstrating compliance with the experience requirements Expeqence No.2 Project Name: 0t:J f?8!t;Vj (...-/ A7tJ1L 7it~1tT~ AT( Pu".." Description: . ____ __ .. ____ S:-.7G~ L P A e:. t! r-rR- <-t...7r./Q 4 ~ Location: ~=====<=-~~~;- C IJ, Q..ts-Tr Owner:______________ t', -:-y tlf: CCJ~.pus LH2.'ST\ Contact Person: i'2olV G /' r ~ ./ --.--. "--- .-.-.- Current Phone Number: ___~ - (, -7 j ~ ~ 6' c,(.,.. Month / Year substantially Complete: _____ ~ STEEL FABRICATION Experience No. 1 Project Name ----,--;; ~ ""^"\ l \ €: lL DIi- I'Y' Description: . ____?to0 d)GD '>T~l?(. FAe~===== Location: ----rS~0s;r\~- tY ------ ------- Owner: L..C...-<Z.... A- ---------------- Contact P~rso~===~= C"oU=.-- ~h J_J~---___===== Current Phone Number: _____~\ 'l) ~C; T - ~~S- _ Month I Year substantially Complete: __"" dCX:/;). Exoerfmce No_ 3 Project Name: Description ._____ BA --( fOR-X ~ILF s~ TU f!-~ ~ :;r(:;~L (l tk I(. tJ-Dv ~ 70..-....) -r ',C ? 0 €:..-r ~- '?-fc?~t:> to-? ---:;)0 \-\ "-\ S- c- ~ L<A-fffc .t:.. (~I~) 475..~ J ,-<>D(e"' Location: Owner. Contact Person: -Current Phone Number: Month I Year substantially Complete: PROPOSAL FORM PAGE 8 OF 13 ~-- -.,- ~ II "1 1 1 : r ) J r ~ J ":~ :) , I J I \ \ [ I j I I ,} 1 J i i J J ! "iF' 2~ 06 ul.48p lONeRE ~ R~NOVATION APR-25-2006 TUE 10:52 AM EXPERIENCE (Cont.) In conformance with the contract docurneJlts, provide informa~cn demOnstrating compliance with the eXperience requirements: 2105902316 FAX NO, p.2 p, 02 CONCRETE CUTTING AND DEMOllT'ON EXDerience No. 1 Project Name: Max Starkp n",m Description: Wall Saw twn np,:o.ni n'J"" ':l fQgt tl:l.ielt: _ in side of dam ~lon: Marble Falls, TExas ~r.Lover Colorado River Authrity COf"Ilact Person: Rnhert, Kucek wI Gera l'P Con !=It.. ClJf'fent Phone Number: q~Q / 4Qn- '440 Month J Year substantiafly Complete: R / 1 10 h f- h r 1) Fl /? ':l /0 n J;.1MArience NO.2 ProJect Name: Landmark Lofts De.Mpt~n: Core Drillina, Demo, Slab Savina. Brokk work. excavation ~tion:123 Landa Park_Drive New Braunfels Texas OWfter. Larrv Peel ContactPeBon: Larrv Peel Cunent Phone Number: 512/327-3333 Month I Year substantiady Complete; fl / 1 104 t h ru prp-spn t. ~nce No.3 ~N~: Core Mark Distributinq Description: slab sawinq, demo and concrete placement Location:' 6413 Tri County Parkway ~r: Vn 1 pro Rnergy CO.clPerson: n;::ln Hurry Qunwnt Phone Number. 210/345-4071 IlIonIh I Year&ubstantJaIfy Complete: 1/25/05. thru 5/1/05 PROPOSAL roRJol PME 9 0'" LJ !, t 1 ~ J Il J I II J I .J i. , \ I J 1 J EXPERIENCE (Cont) CONCRETE REPAIR Exoapence No.1 Project Name _______ Description: __________ L ocaDon: Owner: - .--.......-. -..--. -.._.~. -- Contact Person: _________ _____ Current Phone Number: __ __ Month I Year substantially Complete: ___ Experience Ng:.l Project Name: ___ ___ _ _ __________ Description: ... ________ ______ Location: _ __~... ______ _ _______ Owner: ________ __ _______ Contact Person: Current Phone Number: Month I Year substantially Complete: _____ Experience No.3 Project Name:_________ ____________ Descrt>tion: _ _ _________ _ ____ ____ _ __ _____ Location: __________ ______ ___ Owner: _______ _. .________ Contact Person: __________ Current Phone Number: _ ___ __.__.. Month I Year substantially Complete: _ __________ PROPOSAL FORM PAGE 10 OF 13 I ~ ~j f ~ 5 [ j I Ttu'.tadeLd_gned ner E:.l)y de( Jar es t hat lie has vislted the slte ana ,1~=, a E'tully examl led the plans, ;;pecifications and contract documents .,,,lat iIl9 to the wOr}, covered by his bid or bids, that he agrees to do the WOrk--iJ1cJ th.-:lt D:J epY'Psenr-arions made by the City are in any sense a wdr-ranl y but are mere estimates fOl the guidance of the Contractor. Upon notitication of award of contract, we will within ten (10) alendar daYE; execute t he formal contract and will deliver a Performance Bc)nd (as required) Ear the faithful performance of this contract and a Fayment Bond (as required tc Lnsure paYment for all labor and materials. 'The b 1 d bond at ta'hed tot his proposal, ln the amount of 5 % of the lughest amowlt bid L3 Lo become the property of the City of Corpus rhristJ n the event the contract and bonds are not executed within the me al!\']'Je set fort a~, I iqu i dated damages for the delay and additional t,vurk cdu~;ed thereby Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be IJerformed and its dollar '.ralue for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work wi chin ]J3f)_cal~ndar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessari tools and apparatus, do all the work and furnish all materials and do everythlng required te, carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the cequirements pertaining thereto, for the sum or sums above set forth. Receipt ot the fel Lowing addenda 1 S acknowledged (addenda number) -h~,3 ----- SEAL -- [1" BIDDER IS a Cuq)Olat icn) Respectfully submitted: Name: _ ~_IJdc.i) J1J1.."""'~ ~.o.Llli1<AiZ-- By, (tft~) + ~O. e,c)C Address: 2~O ,C\ 0 (P.O. Box) (Street) ~N A-~!~~IC) . 7~. 7822-() (City) (State) (Zip) Telephone: _ ~IO) l.l.1 - ~ q 25 NOTE: deLdch bid leam uthcr papers. Fill in witL ink and subn'lt complete with attachEd paper:; (Revised August 2000) Dc 11<;! PROPOSAL FORM PAGE 11 OF 13 PER FOR MAN C E BON D Bond No. 46BCSDT7857 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Holloman Corporation of BEXAR County, Texas, here~ndfteY aLee "Principal", and HARTFORDFIREINSURANCECOMPANY , a CCCpCL1' ion c.::gani ::eo Jnde' t'le lav..'s (,f the State of Connecticut and iU authorlzea t ria business in tne State of Texas, hereinafter ca If~d "S d et re nE d '; r d fi nn bmmd unto the City of Corpus ChIi t ,1 ffil)il i1 '1] lPC_ ~t Ion of :Jueces County, Texas, hereinafter ca LoeJ "C1 t)l" ( ~ n .~ he pe'la: E ,;;n 01 THREE HUNDRED NINE THOUSAND. THIRTY- JUGBT AND NO/100 ($309.038.00) DCLIJ\RS, awful money of the United States. t be Da~d in Nueces (:~unty, TFxas, for the payment of which sum we 1 aid t eu ~ y ~ bE: madE~.,'e bird Juysel ves, our heirs, executors, admini.:-'~rdt)rS ,me su '::ess joi t 1 and severally, firmly by these presen1 c:: THE CONDITION OF prlnc:ipal en'::.ered into ChrisL I dated he 16TH attached and :na:Je ; part THIS OBLIGATION IS SUCH THAT: Whereas, the ci C t.ytain ccrctrac'.:: W1 th the City of Corpus cf MAY , 20~, a copy of which is hereto ~erecf, for the construction of: CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR PROJECT NO. 8407 (TOTAL BASE BID: $309,038.00) NOW, THEREFORE, ~f tne lcincipal shall faithfully perform said work in accordan:=e witt the :~lc,ns, specifications and contract documents, includHg any=:han<:es, e,<"~er:c: ons, r guaranties, and if the principal shall repair an% replace a_I defects due to faulty materials and/or workmanship tha t arpear with J -I a per J od of one (1) year from the date of completion and ac=eptan~e f improvements by the City, then this obliqat on sha 1 bf void; oth~rwise to remain in full force and effect. PROVIDED FURTHER, tLat 11 any legal action be filed on this bond, venue si--1all 1 p n Nue,:::es c,u' ty, Tpxa~;. ArJ that said sUle:~~ . value receIved hereby stipulates that no change, extens len f r Ime, ':'.1 t.eratJ on o:c:- addi t i OL to the terms of the con tr act, L t h ,,'0 perfr,rmed thereunder, or the plans, spec] ~~i ~~at iens, ire '",inqs, e~ . I acc,:-Jmpanyinq the same shall in anywise aff ect i ts cb 11ga t :m ,)n tJ-; '3 bond, an:J it does hereby waive notice of any sue, cllanqe, e:x en:::;ic' ,_1 ime, a~teration or addition to the terms of the :::ontract, 01 to the~ 'dCi' k to be performed thereunder. Performance 30nd Page J. ,-, r ~, "'rJS 'Ie r'!1Crl ' , bor~'=i ~~. -=- 2 giver utes t : Dee:: :.:a3, thE requirements of Article 5160, nd ~ther applicable statutes of the l'tl'"l J +' 1 .L 1 ,::':: t.E:' 1e)<a The u:Jcle r ,S} qn,d :;Ie: l~ ~hE AgEr~ Res de t n NUE P: je ivered and ~r ~ om ~p[V] C) u~. f s u ::: t :3 ..; 1 e t s h CJ ,.~ ~nsurar 'e=ccj.c7 heret 0e3lgnated by the Surety herein as whom any requisite notices may be ss may be had in matters arising i)l:'OV1~:ed bv Art. 1.19-1, Vernon's Texas :J: t= ',yo, ~" UU~,. IN WITNESS WHEREOF, t h i~; ~nstrume:;t IS executed in ~ copies, each 'me ( -"hi::l' ora J 8e deemed :in ori-;i n 1, this the 16th day of -.--.-..MaL----___, 2 06 __, . PRINCIPAL HOLLOMAN CORPORATION ~~~ Secretary LINDA SOLARI . PrInt Name) SURETY HARTFORD FIRE INSURANCE COMPANY PO, Box 130927, Dallas TX 75313-0927 . : A,.. ~:l i~;at;:~ AttorneY-ln-f t Wilbert Raymond Watson PrInt Name) _d~A.~~,~~~w91t"ig~:::.tf;~' Nueces County, Texas, ror deli very or Agency: Keetch & Associates Contact Person: Kerry Woods Address: PO Box 3280 Corpus Christi TX 78463-3280 Pbone Number: (361) 883-3803 INO'I'E: Date of E'erf[)rr:-can, BOLl rlUS' ree be prior T date of cortract) (Revised 9/02) Ierformance Bond Page 2 of .2 PAY MEN T BON D Bond No 46BCSDT7857 STATE OF TEXAS oS KNOW .ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Holloman Corporation of BEXAR County, Texas, !lerelY1cdter Cd led "P>in~lr:/aJ", and HARTFORD FIRE INSURANCE COMPANY ,a ::;orpCtcd lei; rqanL ed ,T1Cler ~ te laws cE the State of Connecticut , 1n(~ ur:;!.} ze j t\', d:, \-:'1:;iOe88 in the State of Texas, hereinafter .:alle.:1 ~S,-\r-?t"nf I-C hoLel r~ d firml\i bound UC.to the City of Corpus =h i..::- y f 'y' T1UL' 1;: 1 "Jr:::c" 'ion of NJeces Ccunty, Texas, hereinafter ::a 11e1 PCL t ," nc url r J a 2. :: ersons, f lrms and corporations supplying labol l,d na' 'cc ;:0 r f'eet ic;r: ~ trle werk referred to in the attache:J cOillracL, lfl U e f:c',al sum f THREE HUNDRED NINE THOUSAND, TBIRTY-EIGHT AND NO/100 ($309,038.00) O)LLARS, lawful money of the United StatEs, 1::0 te paid n \.le ec' Cl)Unty, Texas, for the payment of which sum \..,e11 a1.; "n: \ be mnie ,.", bino curselves, our heirs, executors, admiL ;-or rate IS 3nd su'-cec;s ee, jOHltl and severally, firmly by these presE':l ':' : THE CONDITION OF P r ::. n c ~ [:3 1 e :1 t e r p din t Christi, c:iatb::l the 16TH attache~ a~c made c part THIS OBLIGATION IS SUCH THAT: Whereas, the :0 ,:,oo1cair CJr,trac; wj t_h the City of Corpus aaL MAY , 20~, a -~opy of which is hereto he~e f, fe tne construction of: CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR PROJECT NO. 8407 (TOTAL BASE BID: $309,038.00) NOW, THEREFORE, it t.Ye PI' ncipal shall faithfully perform its duties and ma ke r,rcmpt pa ymer'- r (' a 1 J persons, firms, subcontractors, corporations and :laim~nts supplying labor and material in the prosecution of the work provided for ~n said contract and any and all duJ y 3L:thoc zeel Doiifica' ior, of sale! contract that may hereinafter be made, ncticf :J: whlc.h mcdifl::-ation tc the surety is hereby expressly vlaiveG, then 1:[-;i cbli:;ation ::hall he id; otherwise to remain in full force a:yj effpc't . PROVIDED FURTHER, - ;.... ~ t' venUE Sled L;;' :]':UE,('25 L 1 dny ~eqa 1 d<-.:t Jm ~)e filed upon this bond, U 'I, Texas. Lonj tha t ~ia d 3uret,: val ue re:el'led he reby st ipulates that no chang,::- ,2xtE ns f t =-mc .:: terat i on or addition to the terms of the cont.rac-, crt t];e^"crk performed thereunder, or the plans, speci f i:::tL_cns, .1:':'0 \vings, e _I: ., accompanying the same shall in anywise affect lts cb 19at]~n an this bond, and =-t does hereby waive notice of any SJcn change, extension -ime, alteration or addition to the terms of the c~ntrart, ar to the we < to be performed thereunder. Fayrnent Bond Page 1 :.:f 2 "h ,') b.lTl,! v' e 1 '10' C l V i is qi "en t meet the requirements of Article 5160, ,e' at ;tee" (f 1 c:>><:as, and)ther applicable statutes of the T '" 'F- ni','" n' cdma n I H f !l ~,2;-)orH::.nd liMa terial", as used GIla ,=;\.l'i::d de ktined ~n-3aid Article. :,ta e 'e1,..,1 T e x G-~ '-e L' 'hi' ljndeJ ,c i (Jr1f- i dJen nereb'j ::Jesignated by the Surety herein as the AoeT ?,esidert ,n ~Jue,:es -:,unty 'o.vhom any requisite notices may be 5el verc~:l eEld ,r, Wf )m 5el 1>: f pr'loess may be had in matters arising ~'ut 3U:,[1 ~uret sr,ir::, 2e rovl:::Jcd by Art. .19-1, Vernonls Texas Ins "jr r , ::: f' . IN WITNESS WHEREOF. tin,s jrstrument.is execLted in -.L copies, each :me c. ";'Iich sha 1 Ue deemeci an OLl ginai, this the 16th day of _,_, __,~_____,_, ,?Cl~_ PRINCIPAL ::LLOM:;J~T4--_ ROD~ SCHWARZLOSE, DIVISION MGR. /PRINCIPAL Pr~nt Name & Tltle) ~~ Secretary LINDA SOLARI 't'rlnt Name) SURETY HARTFORD FIRE INSURANCE COMPANY PO Box 130927, Dallas TX 75313-0927 ~Y' ,)72 fA bi-,-~ P-:' torney- i n- act ~-- Wilbert Raymond Watson 'Prlnt Name I _~~~'i~i~?6~;;0';;:;~r'S,~n Nueces Countv, Texas, :Eor de~ivery or Agency: Keetch & Associates Contact Person: Kerry Woods Address: P,O Box 3280 Corpus Christi TX 78463-3280 Phone Number: (361) 883-3803 (NOTE: Date 0: Faymc:n' Bo::d mEt: )', (Revised 9/ C' 2) prier t date f contract) Eayment Bond Dage of,' CITY OF CORPUS OIRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Pro] ect Name/No.: CHOKE CANYON DAM, Project No. 8407 Surety Company: HARTFORD FIRE INSURANCE COMPANY Gentlemen: ;ary W. Stumper hereby certify that the facsimile power Wilbert Raymond Watson for HOLLOMAN CORPORATION (Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the ri>:,"('p~s of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notil-iec i.n writing by certified mail within seven (7) days thereof at the following address: ~ ~ (name of Officer of surety), of attorney submitted by (Attorney-In-Fact) City of Corpus Christi Department of Engineering s~rvices Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 ~;Lgned this _~ day of . Mav , I , 20~. Na~e: Title: Sworn and subscribed t.o before me on t.his 16 day of Mav 20 06_._ Ii ) il ~ k.~~ Notary Public State of l'r)nnprr i f'"t- My Commission Expires: (Revised 9/03) ;-HERESE ;,11. '~oRGETTP. NOTARY PUBLIC \~y COMMISSION EXPIRES AUG. 31. 200& ATrACHMENT 1 10Ft ~, Direct Inquiries/Claims to: POWER OFA TTORNEY POB~~~3;~~1~~:ENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757 -5835 KNOW AtL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-505376 TI Hartford Fire Insurance Company, d ,'orporatiOl1 duly orgallIl:cd "nder the laws Oflhc Stale of Conn ecti CUI [!::J Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State oflndiana OCJ Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut CJ Hartford Underwrite"" Insurance Company d corporation duly organized under the laws of the State of Connecticut o Twin City Fire Insurance Company, ,I corporal ion duly organized under the laws of the State of Indiana l==:J Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State ofIlIinois I=:J Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State ofIndiana CJ Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having tmiir home office in Hartford, Connecticut (hereinafter collectively referred to as the 'Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Sammy Joe MuJlis, vI , John William Newby, Robert Donald Hurst, Patricia Lee Bartlett, Julie Storm, Wi/belt Raymond Watson. Carolyn J Goodenough. Sandra Lee Roney of Da//as, TX theIr true and lawful Attomey(s)-In-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by [21, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfonnance of contracts and executmg or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law In WItness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies nave caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary Further pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. L\ <C""{\"",,, \, "~ ~N'''~ Paul A Bergenholtz. AsSistant Secretary DaVid T Akers, Assistant Vice President STATE OF CONNECTICUT} "'S. ..:; Hartford COUNTY OF HARTFORD On this 4th day of August, 2004. oefore me personally came DaVid T Akers, to me known, who being by me duly sworn, did depose and say that he resides In the County of Hampden, Commonwealth of Massachusetts: that he is the Assistant Vice President of the Companies, the corporatiGl\s described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said mstrument are such corporate seals that they were so affixed by authority of the Boards of Directors of said corporations and that he signed hiS "!ame ttlereto by like authority A ~ ,A /') /-:) / \ ~-(/ /_.- . -^--/,~ C l _A_ Scott F. Paseka Notary Public My Commission Expircs Octobcr 31, 2007 CERTIFICA TE I, the underSigned, ASSistant Vice PreSident of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of May 16, 2006 Signed ana s!~aled at tnfi City of Hartford ... ~' ,+..J"".m ~ i-L.t<-..... " /Y'\,-,,,,,,- f..' '.- J I / (/ ~.,/ I [. Gary W. Stumper, Assistant Vice President M'f.'; ,;'0(!4: ......."..~,...,....,.. .- ~y 'rilE. H >\ HTFOTIn Claims Inouiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Compan) Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address mquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwritmg companies to the following: Phone Number: Fax Claims E-maIl 888-266-3488 860-757-5835 or 860-547-8265 0!lim_s@lstepsurety.com Mai I ing<\.ddress The Hartford BOND, T-4 690 A.sylum Avenue Hartford. CT 06115 Claims Inquiries "'Iotice 2003 ~,.,,,- PAY MEN T BON D STATE OF TEXAS ~ COUNTY OF NUECES ~ THAT ei a t Lpe a' ~ 1 j c 1 e is' Ie Holloman Corporation red lIe 'p Ll n C pel 1 ", a n ci :1 1 lj CI n Z E i 1 j d t- 1 a \,; u' h I j z d t. 0 ,:1c b .'~ 1 n e s s ] It r j" 'il h 1 J fjrrl u le1 q:y " I ,_" -.l It n rs n "Jr ft:it i ,1 "- ac e Ol,t::o" t n thE LElia 501 THIRTY-EIGHT AND NO/100($309,038.00) t e , ':: I>, 1=' c, ] J 1'1 u e::: J n t \/ , ,.l j L r : 1 ,~a e k: ,"" bin ( t irrLn: Sf t se t THE nC.:.pa 1 1S": i, acre .---!I make porat ~,e( ut I, ut r-l i i f~ , veo, ::e and c c join Ie ~ S;J! ,~ CONDITION er ti::l ,:.d 3t 2C OF THIS KNOW ALL BY THESE PRESENTS: ! BEXAR Texas, a County, ~ th,:~ State of ,- he ,Ctate of Texas, hereinafter und ;;nto the C:i ty of Corpus ie es Co nty, Texas, hereinafter irm50 an corporations supplying the \:!,rk referred to in the t THREE HUNDRED NINE THOUSAND , L Ll', P S, 1 d IV f u 1 m 0 n e y 0 f the Un i t e d T 'd~, for the payment of which sum ll:.ceIves, our heirs, executors, anc~ se\u=:rally, firmly by these i ,to ----16TH :: a OBLIGATION IS SUCH THAT: Whereas, the ract with the City of Corpus MAY I 20~, a =opy of which is hereto feI f' r!str lction of: d E:: 1 't a i 11 td rra ar :-l -'Y '-' CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR PROJECT NO. 8407 (TOTAL BASE BID: $309,038.00) p r'cmr~ ) IS anci f i ,:ed ~., n t '1 j fte~t .-'le sh 1 PROVIDED FURTHER, N NOW, THEREFORE, f hE P cipal S Jll faithfully perform its duties r' ympnt all p,iOrsons, firms, subcontractors, airrants upplyin labor and material in the It It, rk pln' ~~H~d f r said contract and any and all ii ication salJ ontract that may hereinafter be n ( t' e (J f Wi i '1 rn () d 1 f t i 0 L the surety is hereby expressly b gali m ~h'1ll bid; ctherwise to remain in full d II hie cj( 1; un j\e f i 1 eel upon thi s bond, Te "'" A"1Cj a s :=ore".. f 'alue ,F~ 'Hi he eby stipulates that no ngE:,~\ e1S1, .{ tl.rne, u tt',rat~ r acJdlt:Jon to the terms of the '( t ra:t, :)] t le we d: per f,') r:ne t hereunder, or the plans, s;::c ificitlons. <:1Llwlngs, ,?tc" accompanying the same shall in anywise cdfect i':" oJ::liqat or or! t'llS hond, an it does hereby waive notice of c su::h anejP, ,=,yt 'lsicn )J + ,me, 1 t. rat on or addition to the terms cf the c~rtrac , the wcr to be performed thereunder. f ayment gef j 3:;1e ~ h ::- be'n 1 P 'l.C 1"\' i C't t t hi 'E e;..:.:.; '~.i .i " " l. '-_-I hId .? 1 5 ~Jl a A;eT t;e i cl;Ol T tJi .'3 l.v'-r :in j n r' L( 'L 'I Ii -,:=- lr \0 . IN WITNESS WHEREOF, t 1 o i:'n :h .::hel b, dE (:,:mec lieet hE ~, 'C. :< '1 s , and ma rl t " d ;j ,~ :ce1:)} nty t pr .)"\) 1 requirements of Article 5160, ther applicable statutes of the " r" and "Material", as used , 1 11 e d H! sa i d Art i c 1 e . signated by the Surety herein as ham any ~equisite notices may be s may be had in matters arising ,; r t 7 . 1 9 - 1 , Ve r non's T e x a s strument is executed in -L copies, each origlnal, this the day of PRINCIPAL ,Crlnt l~anlf & TltJe\ ATTEST "2cretarj ;-OYlnt NamE' 1:< , tornev-iil-fa t !r:nt tJarnf': 711.:...... (.' ~4gent Or ihe Suret.y in Nueces County, Texas, ror delivery or not!~llnd .ervice or process ~s: Phone Number: . Dat sed 9/ ; F.ljTleJ- :nuo; L 1 Agency: Contact Person: Address: .... ;...,. SURETY l.or t (J,jrf= t c:()ntrac:t) F cij'ITlent 'ige ~ Bo;', , " 1 P E RFO R MAN C E STATE OF TEXAS ~ COUNTY OF NUECES ~ THAT elr'latt r pc a ' c1:.1 IE is i lei ", EIGIm' AND tes, IH j in se t THE '1C pei 1 is 7 i, '1c!':e BON D KNOW ALL BY THESE PRESENTS: Holloman Corporation ana law the State of ness the State of Texas, hereinafter I firl Ll<)uncl unto the City of Corpus q , n leces County, Texas, hereinafter l~ e nl ,C; L. n: 0 f THREE HUNDRED NINE THOUSAND, THIRTY- ($309,038.00) ~/'<.l~S, lawful money of the Oni ted 1 N unty, Texas, for the payment of which sum urse ves, our heirs, executors, elnd severally, firmly by these :3' lei "PrLncip,L", '1 Z" 'I Ie d,~ L t , U T h ] z ci t :k t, u :'" n ,l t y;l c ~ 1 f- t~ 1 j cf BEXAR County, Texas, a t'... " t: e, i!l 1 J CONDITION OF er ter,,-'o it c at eel h _16TH THIS OBLIGATION IS SUCH THAT: Whereas, the '=n~ain 1::ract, wi th the City of Corpus )1 MAY , 20_~, a -::opy of which is hereto r. r c:' f, f t 1 e con s t rue t ion 0 f : PROVIDED FURTHER, nat ue S!'-:3_ -Lee" N eces NO/IOO l:>", p'i 1 1 _1 e 1 ' T'ei ie S' 1 :i ~~~_ c: r ;) 1 ,"" ~ CHOKE CANYON DAM SPILLWAY AND OUTLET WORKS CONCRETE REPAIR PROJECT NO. 8407 (TOTAL BASE BID: $309,038.00) la i c: S ,re' y 110 n:el 'l,ar'- NOW, THEREFORE, if t hi' rt 1 n ipa :') a~l faithfully perform said work ac::ordance vji he p'it.s, spe lfi ations and contract documents, 1 U (1 i n;:r 3. n - "'\ IJ e ,0 x t {CO "1 , S I )' '.1 i'l ran tie S I and if the principal :L 1 r e p d r an:; r' e p ace d ; defect due to faulty materials and/or J<man:::h t hat appEar I'll _h! ) per i cd f one (1) year from the date of ,npleti)) :'in j :'l 'cEptann lmpr VE'ments by the City, then this gat sa} b'::Jld; t (' ';vise r remain in full force and effect. 7\n:' ) 1 t lIrE, rlge, e "~e c rac:::, c ifi il or.5, e V,], r L 11ect 11.:, obll at 0: C t ih' 'jg: su:::l' t he I a r 9 e, e,: t f n s j ,n' 1 , r,-; e - t an qa. :', Tex s a tion be filed on this bond, alue ~o eived hereby stipulates that no ratl r addit on to the terms of the :"erfrncej thereunder, or the plans, acccmpany nq thp same shall in anywise ond, ~ it does hereby waive notice of i ,me,,} t..:oration or addition to the terms r f to ;y=:rformed thereunder. ~" fClrman JC,ond aqe 1 h '_ b i enol: \'- e -- JXJ~ ~ tl. es hr-10'''j S ;r e a c: ~-l t A:Jer - 'e i j~cl t\J f-; (' --. v~:~ ,r :3.n c: -~ 1 - .- -:; ~h 1 .' . ~ t 1r n __ c if IN WITNESS WHEREOF, T l'; c; 'h lJ, d -:::mECJ et h~ requirements of Article 5160, Jther apf JcabIe statutes of the ,=-... is, ret d slgrated by the Surety herein as ~hcm any requisite notices may be S may b~ had in matters arising iHt " .19-1 , Vernon's Texas ;nty ~ r stnliTlE, t LS executed in -L copies, each orJ 1, this the day of PRINCIPAL ~~lnt '0amF' &lJtle) ATTEST jecretary -- Pelf,t NCimE; SURETY 'torn" -j n-fact "iJnt Name~ The ~sident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: n'1E: _sed " Tr.: r:;r.1 ( 1 date Df lactl ':ert(Jrmance Pond age ; J I I ~ :1~ ~: w~~ _ _ Chnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ~ j 'Ily of Corpus Christi Ordlllance 1 7112, as amended. requires all persons or fmns seeking to do business with the City to provide the following IOfonnatioIl Every question must be answered If the question is not applicable, answer with "NA". FlRMNAMK _~k_Q!Y'1tf{_ ~~o~!~_t'9_ __________ STREET: l:._'"zaO , H_ \0___6 CITY: ___8~ *~-c~w)..6 ZIP: 7~J o~ FIRM is: i, . o rpora tLO 11 y... 2 Partnership 3. Sole Owner 4. Association -) i)ther DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". ~~_""'I *-. Job Title and City Department (if known) 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 "flrm". Name Title 4~ :'\ 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 "flrm". Name Board, Commission or Committee --- ~14- - -- 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". NillDe Co~wmm N/-A-n CERTIFICATE I certifY that all information provided is true and cOITed as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: tfkV6Lf) MR-""JI~ ~j)"~(t'7-- (Type Of Print) . ? ./ / / -- Signature of Cert,fymg Pe"nn . ~~~_ . PIA~q ~A6a~CL Ilffr;~"7<:J t"1-- , Title: Date: {)b jQ.5!O{, , , PROPOSAL FORM PAGE 12 OF 13 ; ~, 1\ I J [, j , J DEFINITIONS a, "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor "Firm" Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. MOfficlal". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. (-: "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. MConstructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. MConsultanr Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM PAGE 13 OF 13 - I ACMQu CERTIFICATE OF LIABILITY INSURANCE DATE (MMfDDIYYYY) OS/23/2006 PRODUCER (432) 5 71-4900 FAX (432)682-3863 i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Stoltz and Company, Ltd. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3300 North A Street, Ste 1100 AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Midland. TX 79705 INSURED Holloman -Corporation' J- INSURERS AFFORDING COVERAGE NAIC# -----1 INSURER A Steadfast Ins Co POBox 69410 r INSURER B American Zurich Ins Co Odessa. TX 79769-9410 i INSURER C Texas Mutual Insurance Company I I INSURER D RSUI Indemnity Co , r~~-"- L INSURER E Essex Ins Co (see attached for ( overage) _._--,~_._.. .._-~----"_.,_.._... , THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REflUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT IMTH RESPECT TO VVHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PElfrAlN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POlICIEt. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR DO " TYPE OF INSU N CEo --to POLICY NUMBER POLICY FF TIVE PO CY EXpt l1 N GENYALLlABILITY B0G42752S9-01 11/01/2006 EACH OCCURRENCE X COMMERCIAL GENERAL I lABILITY . / DAMAGE TO RENTED . , CLAIMS MADE [xi OCCUR V MED EXP (Anyone person) ---' ..- A PERSONAL & ADV INJURY I=::~.l~~t):~ I X I ANY AUK T 1 , ALL OWNE[; AUTOS UMITS $ $ GENERAL AGGREGATE PRODUCTS - eOMPIOP AGG BAP4275257-01 11/01/2005 11/01706 COMBINEO SINGLE LIMIT (Ea accident) 1 000 000 B SCHEDULED AUTOS BOOtL Y INJURY (Per person) X HIRED AUTOS " IIlON-OWNEDAUTOS BODILY INJURY (Per accident) eARAGE UABILITY ANY AU1C . -t------t--- . i PROPERTY DAMAGE (Per accldanl) IlXCEaSlUMBRELLA UABIUTY t X OCCUR D CLAIMS MADE UMB427 S 297 -01111/01/200 5 11/0706 AUTO ONLY - EA ACCIDENT S EA ACe S $ $ OTHER THAN AUTO ONLY: AGG EACH OCCURRENCE 10 000 000 10 000,000 AGGREGATE A DEDUCTIBLE " RETENTION ~=TlONAND C AH( """'ORIPARl"NEMXECUTIVE ~REXClUOEO? If onIor PRCMSIOHS below TSF00011476SS 08/17/2005 08/17/2006 / 1 000 00 1 000 00 E.L DISEASE. POUCY UMlT S 1 000 00 All Ris , $10,000 Oed; $25,000 Oed on Cranes ~ 80% Co Ins, ACV 10,00 o n d Marine l -- ----NHQ343679hl/Ol/2005 11/01/2006 / ~ OF 0f'ERAl101tJ I LOCA lIONS I Vl'HIClES I ~lUSlONSJU)PI1,P qy f.!IQQRSEMENT I SPEC~l PRpYI$IONS Ilanket wa1ver or sUbrogatlon on General Llabl11ty, Auto Llabl1lty, and Work Comp policies as required y written contract with respects to work performed by the named insured (s). Blanket additional .nsured on General Liability and Auto Liability as required by written contract with respects to work ~ erfonlld _y the named insured (s). Inland Marine covers Boom, Collapse & Overload. ~ reject '8407: City of Corpus Christi Choke Canyon Dam Spillway and Outlet Works Concrete Repair SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEllED BEFORE THE City of Corpus Christi Engineering Services Attn: Contract Admin PO Box 9277 Corpus Christi, TX 78469 " EXPlRA TlON DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAil ~ DAYS WRITTEN NOl1CE TO THE CERl1f1CA TE HOLDER NAMED TO THE lEFT. BUT FAILURE TO MAil SUCH NOTlCE SHAll IMPOSE NO OBLlGA 110N OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTA1lVES. AUTHO~DREPRESENTAT1VE ~/1r Mark A Stoltz SKS ACORD. (2101108) @ACORD CORPORATION 1988 City of Corpus Christi Certificate issued to City of Corpus Christi OS/23/2006 Stoltl and Company. Ltd. 06/13/2006 Company E: Essex Insurance Company - Policy #IMDII056-0, Effective 06/12/06 to 12/12/06. Coverage is / Installation Floater for Limit of $309,038. Deductible $2,500 per occurrence except 10,000 on wind/hai IMPORT ANT If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD >>(2011/08) / v' IPIl1lcr No. BO~5259-0 1 Wal'Vtr or Transfer or Rights or Recelvery AgatDSt Others Tu Us ,;..;~~;~~:-;~;;;~fL:N" L=-~ .--. \ Rff. Dlllt uf fClL1 I 11/01/05 This cndon;emcnl I.~ is~ued tJy th~ Lllmpany named in the Declarations, It changes the policy lilt the effective date listed above at the hour stated in the Declaral jlHl-', TH1S ENDORSEMENT CHANGES THE POLlCV. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP code): This endorsement modifie5 in...urance provided under the: IlllSiJless AutCl ClIverage F()rm Trucken Co.erage Fnnn GlU'ap CO\'eralle Flinn Motor Camer Coverage F()nn SCHEDULE Name or Person or Orgaaizatlon: ( BLANKET AS REQUIRED BY WRITTEN CONTRACT We wuWe lUl)' right or recovery we may hit"\;; agaill5t the d' ed paymellls we k ~ -, d CSJgI1at person or organ'zat' b . ~ e m: IIlJUTy or, IImage caused by an "Ilccident. nr .Ioss. ul . I 10D S own. in the schedule becaue of roven:d lIuto ~or which a WaIVer of SObroglltioD is rc uired i . re~ tiJ1~ &om the ownen;hlp, mailltcOlJlC.e persoa orcrgaJllzatiol1. The wai~r "pplic$ only to the dC~jgnatednp~:~~n~J~;g::~~k:rfoz:mCd by you for die' :s~~ _ ~~t. ~ ~ ' / Ion own In the schedule. Countersigned: -LL-~ ~ V ,/ Authori7.ed e~btative Datc: (III / D'j U-CA-320.B CW (4/94) t>qe 1 of 1 AGeNT CO/F"Y I Additional Insured _ Automatic - Owners, Lessees Or Contractors - Broad Form @ ZURICH v J BO EfT. Dale of Pol. Exp_ Date of Pol. Elf. Date of en~- 11/01/05 11/0 1/06 Producer Md'l. prem Rtlum Premo s $ THIS ENDORSEMENT CHANGES THE POLlCY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commerehl General Liability Coverage Part A. WHO IS AN INSURED (SeCtiOD II) is amended to include as an insured any person or organization wbom you arc required to add as an additional insllt'ed on this policy under a written conttaet or W1'itten agreement. B. The iIlsurance provided to additional insureds applies only to "bodily injury", "property damage" or ~pcrsolllll and advertis- ing injury" covered under SeedoD I, Coverace A. BODILY INJURV ANn PROPERTY DAMAGE LIABILITY and Coveragt: B, PERSONAL AND ADVF:RTISING INJURY LIABILITY. but only if: The "bodily injury" or "property damage" Tc!:Ults from your negligence; Ami 2 The "bodily injury", "propetty damage" or "pctSOnaland advenising injury" results directly from: a. Your ongoing operations: or b. "Your work" completed as included in the "products-completed operations hazard". performed for the additional insured. which is the subject of the written contract or written agreement. C. However, regardless oftbe provisions of paragraphs A. and B. above: I. We will not extend any insurance coverage to any additional insured person or organization: a. That Is not provided to you in this polky; or b. ~t is any broader c:~verage than you arc required to provide to the additional insured person or ormmizati . the wntten eonlraet or wntten agreement; and ..,...- on In 2. We will not provide Limits ofInsurance to any additional insured person or organization that exceed the lower of: .. The Limits oflnsurance provided to you in this policy; or b. The Limits of Insurance you are required Co provide in the wriuen contract or written agreement, D. The insurance provided to the additional insured person or orgmization does not apply to: 1. '~Bodilr injury", "property damage" or "personalf.nd advertisillg injury" thAt resultS solely nom nc:gl1Bencc oftbc addi- tional msured; or U-OL-1115.^ CW (9.<13) Includes c;opyrighted material ollnsvrance Services Otftee. Inc. willi 11!l permission. I'tgc I on "Bodily Inlury", "property damag\:" VI "personal and adv~rtising .injm:y" ari~ins out of the rendering OT failllTe to render ~ny professional architectural, engineering or sW'Vcymg sctvlces mcludmg: a. The preparing, approving, OT failing to p!Cpare or apj)fnve maps. shop drawings, opinions, rcports. surveys, field orders. change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities E. TIle additional insured must see to it thllt: We ate notified u ~oon as practicable of an "occunence" or offense that may result in a claim: We receive written notice of a claim or "suit" as soon as practicable; 80d J. A request for defense: and indenmity of the claim or "suit" will promptly be brought against any policy issued byan- other insurer undcr which the additional insured also has rights a5 an insured or additional insured. F. The insurance provided by this t:odorscn\c:nt ill primary insurance aod we will not seck contribution from any other in. surance available 10 any additional insured person ar organization unless the other insurance is provided by a contTlctor other than you for the same operations and job location. Then we will share with tbat other insurance by the method de- scribed in paragraph 4.t. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDlTIONS. Any provisions in this Coverage Part not cbanged by the terms and conditions of this endorsement continue to apply as writ- ten. \I.QL-1175-^ CW (1If()3) "'201'2 ./ 7'1....( ~ ENDORSEMENT insurance for thIs cove/age part provided by: AMERIC~N ZURIC~ INSURANCE COMPANY Policy Number BAP 4275257-01 V Renewal of Number TAP 4275258-00 BLANKET ADDITIONAL INSURED ENDORSEMENT v v Name of Person or Organization: Blanket Additional Insured when required by writ~en contract Description of contract: WHO IS INSURED .1.9 changed to include as an "insured" the person or organization named above for "bodily injury" or "property damaoe" arising out of the use of a covered "auto" while the covered "auto" is: l-On premises owned or leased by the person or organization; or 2-Being used pursuant to a contract described in the schedule. However, the person or organization named above is an "insured" only for "bodily injury" or "property damaqa" resulting from the acts or omissions of: l-You; 2-Any of your employees or agents; or 3-Any person, except the employee or agent of the person or orqanizB:tion named above, operation a covered "auto" with the permission of any Of the above. /~ r-1 l Y /\GENT CCf"( U'(;"-388-... (07414) ..; Policy #BOG4275259-01 Efft 11/01/05 to 11/01/06 Endorsement Effective 11/01/05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 02121185 CANCELLATION BY US This endorsement modifies insurance provided under the following: .j COMMERCIAL GENERAL UABILlTY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE. / Number of Days 60 {If 00 entry appears above, information required to complete this Schedule will be shown In the Declarations as app\1cable to this endorsement.) Paragraph 2. of CANCEL LA TfON (Common Policy Conditions) is replaced by the following: 2. We may cancel this Coverage Part by mailing or denverlng to the first Named Insured written notice 01 cancellation at least: a. 10 days before the effective date of cancellation If we cancel for nonpayment of premium; or b. The number of days shown in the Schedule before the effective date of cancellation If we cancel for any other reason j~~ Cl 232 (11-85) CG02121185 Copyright. InSUl'lltlCfl SONIce!l Qlflee. Inc., 1964 Page 1 of1 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE REAO \T CAREFULLY, CG 24 04 10 93 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (BLANKET) J ThiS endor&ement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART This endorsement changes the policy effective on the inception date of the policy unless another date Is indicated beloW. el).d~ent effective Policy No. 11/Ul/u5 12:01 A.M. standard time NAIT\8.d Insured i Holloman Corpnr~tinn Countersigned by (Aulhorlzed RepresenlalSYe) SCHEDULE Name of Person or Organlzatlon: Blanket As Required By Written Contract " (It no enlfy appears above, information requIred to complete this endorsement will be shown in the DeclaratIons as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV-COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: If you are required by a written contract or agreemenl. which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations In Which the Insured has no contractual Interest. /'7..-(~ 01675 (10-93) CG24041093 COpyrlOht. Insurance Ser\/lces Offloe, Ino., 1992 Page 1 011 ENDORSEMENT Insurance tor IhIs covera9~ part provided by: ~M~RrC~N ZURICH IN~URANCE COHr^N~ Policy Number BAP 4275257-01 ~ Renewal of Number TAP 4275258-00 NOTICE OF CANCELLATION ENDORSEMENT j In the event of cancellation, non-renewal or material chanoe, written notice will be given the Insure4 SIXTY (60) days prior to the effective date of such cancellation, non-renewal, or material change, except for non-payment of premium where ten (10) days notice shall be given. 177.(~ ^Cla<T COPv U.CA-18B.A (070414) ~. T ,. N. ; <1 .\y; JexasMutuar Insurance Company RANC~ NO. 2599 p 4 WORKERS' COMPENSATION AND EMPLOYERS LJABILI1Y INSURANCE POLICY we 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsemen1 applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. I~ the even1 of cancellation or other material change of the policy, we will mail advance notice to the person or organlzatlon named in the Sch~dule. 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 Number of days advance notice: 2 Notice will be mailed to: 3Q / CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 TIlls endoreement chllnges the policy to which it is attached Iffecllve on the Inception dale o111le policy unless a different date is indieated below. (The followfng "attaching c1ause~ need be completed only When this endorsement islssued subseql,lenttD preparaUon of the poley.) This endorMrnent, effectivll on I J U 11 e 1 6 I 2006 at 12:01 A.M. standilrcf time, rorms 8 part or DolicyNo. TSF-OOO' 147655 20050817 cfthe Texas Mutual II1$urance Company Issued to HOL LC2ItAN CORP Prem/\Il1 $ 0.00 12 ~ I .. ** .... WC4201014ED.1oS4) AGENT'S COpy GXALLISO 6~ 77/.A 1fxasMuwa1~ ~Umpany WORKERS' COMPENSAT'ON AND EMPLOYERS L1ABILl1Y INSURANCE POLICY we 42 03 04 A TEXAS WAIVER OF OUR R\GHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas Is shown in Item 3.A. of the InfonTlstion Page, We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiVer from us, This endorsement shall not operate directly or IndireCUy to benefit anyone not named In the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( SpecIt1c Waiver Name of person or organization / ( X) Blanket Waiver , / Any person or organ~alrion for whom the Named Insured has agreed by wrftten contract to furnish this waiver. 2. Operations: ALL TEXAS OPERAT IONS 3. Premium The premium charge for this endorsement shall be 2.00 peroent of the premium developed on payroll In eannectlon with wo~ pedonned for the above person(s) or organlzatlon(s) arising out of the opera11ons descrfbed. 4. Advance Premium INCLUDED. SEE INFORMATION PAGE, ThIs endcnement chqes the poley to which It Is lIttaehed effeetlve on the inception dOlte of the polley unleu a clffeRnt dete Is lndIcatId below. (The fclIIowIng ".ttachlng cllluse" need be completed only when this endorsement Is IIaued lubsequent to preperetion of lie poley.) 11* endCll'llelMnl. effective on at 12:01 A. M. atanderd time, forms e part of PClIIcyNo. TS'-00011..7CltHi 200&08', or the To_s MutuallnDuranoo Co.....p.ny ISlUedtD HOLLOMAN CORP Endorsement No. ~~ p~- ..... / Ptlmlum S Authortzed Representative WC4ZnG4A (ED. 1.Ql-aOOO) AGENT'S COpy PAROMERO 8-17-2005 7?.A.~ II! Essex Insurance Company ENDORSEMENT #1 an asterisk . need not be com /sled if this endorsement and the lie have fhe same lnee tlon date. EFFECTIVE DATE OF 'ISSUED TO ENDORSEMENT IMD11056 - 0 / 06112/2006 / Holloman Corporation; Holloman Construction Company; Holloman 0 eratin Cor oration In consIderation of an additional premium In the amount of $100.00 flat. fUllv earned, it is hereby agreed that the following is added as an Additional Insured ..; City of Corpus Christi P O. Box 9277 Corpus Christi, TX 78469 As an Additional Insured, City of Corpus Christi is entitled to 30 day notice of cancellation. / All other terms and conditions remain unchanged. NotIIIng herein contained shall be held to vary, alter, waive or extend any of the terms, CondItions, provisions, agreements ...llInltatlons of the above mentioned Polley, other than as above stated. I 7?J.~ 1MB-BlNK (07103)