Loading...
HomeMy WebLinkAboutC2006-318 - 7/11/2006 - Approved 2006-318 07/11/06 M2006-196 S PEe I A L Nuway International PRO V I S i U N ~ S PEe I FIe A T ION S AND FORMS o F CON T RAe T S FOR ... AND BONDS I NORTHWEST LIBRARY EXPANSION I Prepared by: SolkaNavaTorno, architects 6262 Weber Road, Suite 310 Corpus Christi, Texas 78413 Telephone (361) 854-1471 Fax (361) 854-1470 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 ICITY PROJECT NO: #4319 I JDRAWING NO: PBG-~92 I m,'................ .~..~.~ '"~"',".l.."~~.. .....,. ."...."'.....h .___."",, ="__,,,,""'~"" .~.._ FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: c\Ll PLAN HOLDERS Date: June 6, 2006 Pages: 2 (including cover sheet) From: Subject: Northwest Library Expansion Project No. 4319 Addendum No.4 Comments' This fax transmission contains the signed. sealed addendum from SolkaNavaTomo, architects. The addendum provides a clarification on the drawings. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. ADDENDUM NO.4 City of Corpus ChrIsti .June 6, 2006 TO: ALL PROSPECTIVE BIDDERS PROJECT: NORTHWEST LIBRARY EXPANSION PROJECT NO. 43 J 9 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged I. DRAWINGS (CLARIFICATION) \. SHEET 23 of 78. Foundation Plan (SI.0) Notice: This Drawin2 is not olotted to scale. DO NOT SCALE this Drawin2 to calculate distances. areas or Quantities. Use onlv the dimensions indicated for estimatin2 and construction. Please acknowledge receipt of this addendum in the appropriate place in your REVISED PROPOSAL FORM. END OF ADDENDUM NO.4 , rfJJCt!IIl117Z0;,,: ~~\ .': t: D A {'( ;;:?';'''' ,L ~" CO<n".. '- 6: '~ .'" ,', n V , '/ , ~<i'~' ~;6~ ,/~:/; ~~:~ 't;.;f"'~~~.>'? -:. >'~J~ ;~~ t J~ , Glen Ray Torno, AlA SolkaNavaTomo. architects R .x 7 ~-~l]g!lieerint:: "'t~r'ijC(_'>'; .. i ( rplJ: (,hns!i, Texas 7X4(,') 9277 '" Uhl) X80-3500 ~~~ ADDENDUM NO.4 Page 1 of 1 >JOt ,"") ~1 " ;,: iLLf-. Ill, PAGE 1211/12 FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOLDERS Date: June 5,2006 , ~ L.L-.- Pages; 12 (in.cluding cover sheet) Angel R. Escobar, P.E. ~~L. r::-.. Director ofEngjneering Services . f~-_~ Fi"T2. A. ~."E Northwest Library Expansion Project No. 4319 Addendum No.3 From: S.ject: Ccmments: This fax transmission contajns the signed, sealed addendum from SolkaNavaTorno, architects. The addendum modifies the Notice to Contractors-A, Technical Specifications, Drawings, and provides a REVISED Proposal FOOD. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically .rr~ted by the Addenda shall remain unchanged. ~... .-- ,J,:, , :130, ,",0 ,) i' 1 t~EEF c Illl PAC1E 02/12 ADDENDUM NO.3 June S. 2006 TO: ALL PROSPECI1VE BIDDERS PaOJECT: NORTHWEST LIBRARY EXPANSION PROJECT NO. 4319 ~'1:ive bidders are hereby notified of the following modifications to the contract documents. These IXJIdiflcations shall become a part of the contract documents. The provisioos of the contract documents not specifically affected by the addendum sba1l remain unchanged. I. NOncE TO CONTRACTORS-A DELITE: The current NOTICE TO CONTRACTORS - A. INSURANCE REQUIREMENTS in its entirety. R~vi-r NOTICE TO CONTRACTORS A.. INSURANCE R...'Olm:nr.M1i'.~ Reviled Mav. 2006lsee Attachment No. n.ln lieb thereof. ADD: IL PART T -TECHNICAL SPE.CIFICATIONS A. SECl'ION 01210. Price aDd P.vment Pr.....ures.. P......aDh 1.1 CASK ALLOWANCE..Cii. G. ADD: '.4. Fra-hl- UtiUtv CODmaDV feea for relocation of franebile utilitiell due to the em.OIio. oftke b....wlup." B. SECnON 07724. RoofHBtc:hea. Paruraoh 1.1 ROOF HATCHES ADD: "3. a.bock Davis. Model B-RH A3630." C. SECTION ~ Automati~ EntraDCe Doors. r.ruraDh 2.4 MANUFA.CTURERS ADD: "3. 8tanJev Aecua Tfll'!h_llWi_ Model Dura-StorJJhou 3880 SeriM. lmDaet-RatH.. StIeJ Reinfor:ad Auto....tIc Slldiu Daor SYItem. PI D. SECTION 09%60. Gvosum Board Aaemblies 1. Paragraph 2.2 Components, B. Board Materials ADD: "5. Fire Rated MoittIIre D_;.....t GWlum Boam: AS'IM CCUOlCOIM: 511 iDe" tIaIck.. -nmamavailable JeHth in ,..ce. ends 'GUBre ~Dt. taDe'red edftlS. tl 2. Paragraph 3.1 Installation, D. Gypsum Board Installation ADD: "11. In.tall relrular mollture rem,t.llt 2VD8Dm board at interior 1I0n- rated ..u. .t'!.....lIIed ror _r..... dI. wan finkb. lDItaU fir..rated moiltnre ....i....nt DDlum board at interior rate-rated wall. ICkedllled for cer........c die ...11 filii_b." ADDENDUM NO.3 Page 1 of% ~ Ubi'" 200f:: _ b:'t,::' U..l .. t~(ll r~EEF' 1 ij(~ PAGE 03/12 m. DRAWINGS k SHEET 61 of 18. Mechanical Sebed.ules lM3.0l. General Notes. Note C. 1 Note C ADD: "2. All return air boots &hall be libd for .KQusdcal reasoDS. SUDDlv aDd return daetwork 15 feet lIOStream and lIownttteam of the .Ir Ilandlin2 units ."aD also be UIled for acoUlticlI1 reuah.. All IUODlv aDd retora dUct beyond 15 feet thaU be wraDDll!d, All nhaUlt dud and outdoor air duet shall be ,"aDDed. Insulation sbaD bave a minimum IDStalled R...valu~ of 5.0." IV. PROPOSAL FO~ DELETE: The cummt Prooosal Form in its entirety. ADD: Revised ProDMal Form (see Attaehlhent No.1). in lieu thereof. P'-te acknowledge reeelpt of this addendum. in the appropriate place on your REVISED PROPOSAL FcaM. E_ OF ADDENDUM NO. J Gleo Ray Torno, AlA SollcaNavaTorno, arthitects ADDENDUM NO.3 Page 1 of2 ;1b/ ~tH:lE: :;.:>:,,~,:k ,11 -ii'., L 141::T F' 1',1; PAGE 04/12 NOTICE TO CONTRACTORS - A INSURANCE RBQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: 'l'YPB 01' llistr.R.AlfCK MIR'I:IIDM XM'SVlt.UrCB COVDAGB 30-D-., Motice of Cancellation required Oil Bodily Injury ~ Property Damage all c.rtlficates PO OCCUlUUDfCB I AOOUGATB Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT ... . Commercial Form 2 Premises - Operations 3. Bxplosion and Collapse Hazard 4 Underground Hazard 5 Productsl Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMGfJILE LIABILITY--oWNBD NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RmfrBD WHICH COMPLIES WITS THE TEXAS WORKERS' WORKEHl' COMPENSATION COMPENSATION ACT MD PARAGRAPH II OF THIS I!:XHIBIT EMPL08RS' LIAaII.ITY $100,000 EXCESa LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROPS_rONAL POLLUTION LIAaILITY/ $2,000,000 COMBINED SINGLB LIMIT ENVIRCllMlINTAL IMPAIRMENT COVERAGE [ REQUIRED Not litnited to Budden & accidental X NOT REQUIRED disch_gej to includ.e long-tern envirQllmental impact for the disposal of contalllinants SUILO.S' RISK See Section B-6-11 and Supple~ntal Insurance Requirements x REQUIR:&:D - NOT REQUIRED -' - INSTALLATION PLOA TIm $100,000 Combined Single Limit See Section B'-6-11 and Supplemental Insurance Requirements C REQUIRED X NOT REQUIRED Page 1 of 2 AJ)D:QDmI HO. 3 Attachment Ro. 1 Pao. 1 of 2 ,?H:lE: _"- rjE tr-;; ;' jl; PAGE 05/12 = rhe City of Corpus Chri.ti must be named as an additional inaured on all coverages except worker's compensation liability coverage. The ~e of the P~j8ct must be listed under "description of operationsn on each certificate of insurance. ~ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) daye prior written notice of cancellation of or material change on any cover-age. The Contractor ahall provid.e to the City the other endorsement8 to insurance policie8 or coverages which are specified in section 8-6-11 or special Provisions section of the contract A completed "Disclosure of Inter88t~ must he submitted with your proposal. Shou:1d. you have any questions regarciing iDBuruoe requirement., please C!outact the Cont~ct Admtni.trator at 880-3500. page 2 of 2 ADDmmDII !to. 3 Att.abman~ Mo. 1 PACe 2 of 2 iJb..,1':. _'Emf:, ~:'t 32>:. '=.~"> 11 -: r~l" I rjEER I r~l.J PAGE 1215/12 PRO P 0 S A L FOR M FOR I NORTHWEST ~IBRARY EXPANSION I DEPARTMENT OF ENGINEERING SERVICES CITY OF COR~US CHR~STI, TEXAS IUV%sBDI PROPOSAL FORM ?AGE 1 OF 7 ADDIbmVl( )to. 3 Attachment Bo. 2 Paae 1 of 7 't. .: cu0t ;f ,::" r:,j' UJI., 1 r~E:E Fd r~l~ PAGE 07/12 PRO P 0 S A L Place: Date: Propoeal of a Corporation organized and e~isting under the laws of the State of OR a Partnership or Individual doing business as TO: lJh. 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: NORTHWEST LIBRARY lIXPANSION at the locations set out by the plans and specifications and in strict accordence with the contract documents for the following prices, to- wit: ~8~ PROPOSAL rORM PAGE 2 OF 7 AnDJDIJ)'OI( HD. 3 At:t:acbmAmt Mo. 2 Paae 2 cf , ........'^"~ 1~-, / um I BID IT_ BASE BID ALLOWANCE NO. 1 ALWWANCE NO. 2 ALLOWANCE NO. 3 ALIAWANCE NO. 4 ! i , II~ '-i- i I ' QTY Lump Sum Lump Sum Lump Sum i [jEt: F'1','.:: NORTHWEST LIBRARY EXPANSION III DESCRIPTION Northwest Branch Library expansion consisting of site improvements, renovation of existing branch library and a building addition. Fabrication of custom fabricated powder-coat paint finished aluminum sheet metal 111eaves" and I1butterfly'l. Fabrication of custom fabricated powder-coat paint finished metal marquee banners at entry canopy structure. Lump HVAC testing in accordance Sum with Section 15990 Testing/ Adjusting and Balancing. LUIt9? Sum Franchise Utility Company fee. for relocation of franchise utilities due to the expansion of the building. TOTAL BASE BID= $ ~~ PROPOSAL FORM PAGE 3 OF "' PAGE 08,/12 v TOTAL PRICE IN' .FlGOR.BS $ $14,000.00 $6,000.00 $4,000.00 $5,000.00 ADDDIXJ'OJI: 110. 3 Attaahment .0. 2 Paa. 3 of 7 y~1b/ ~8i1E I aID 1'1'_ ADDITIVK AL-"'1'E .>'1 AD.'1'IVB AL"TB 110.2 ADDITIVE ALT"TB _.3 ADDlT::rvE ALTaNATB _.4 Qn LWIlp Sum Lump Swn Lump Sum Lump Sum :t, ;:,2t:,-::~' .11 , IK.l I ,~[EP I liC.., NORTHWEST LIBRARY BXPANSION II III DE~CRIPTIO:N Entry Canopy Provide alumin~ entry oanopy system inoluding- structural s~eel masts and lighting. C... opy systeDl fDUD.Clation il~ part of BasEl Bid Soope of Wor)r. Refer to Structural, J~chitectural and Electrical D1awings. Asphalt Repaol rs: Repair defects :l.n tu :l.sting asphalt pavement and driveway. OVerlay entire exist~Dg asphalt paveaen t area wi th minimwn 1 inch thick asphaltic concrete paveaent. Refer to Civil Drawings. Additional P1k:l.ng: Provide additional co crete paved parking area t northeast side of building. Refer to Civil Drawings. ! Loop Road: P ovide COncrete paved drivswa' from. Additive ~te%Date No. 3 concrece parking area ooped to exit at KcXiQzie Road Refer to Civil Drawings. ! PAGE 09/12 v TOTAL PR.XCE l:N Pl:l3URBS $ $ $ $ AImDmll( 110. 3 At~.c~nt Bo. 2 Paae " of! 7 ,jb/ ," 00E t ,::=' b3' 11 t t1':, I t-lEER I tK, PAGE 10/12 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a. Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of S% of the h~ghest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the tJ.me above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Partieipation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MaE firms participating in the contract and a description of the work to be performed and its do11ar value for bid evaluation purpose. Humber of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. T~ of Completion: The undersigned agrees to complete the work within 305 oalendar days from the date designated by a Work Order. - The undersigned further declares that he will provide all neces8ary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number) : Receipt of the following addenda is acknowledged (addenda (SEAL - IF BIDDER IS a Corporation) Respectfully submitted: Name: By: (SIGlU..TtJRB ) Address: (P.O. Box) (Street) (City) (State) (Zip) Telephone: HO'I'Br Do not detach b1d from other papers. Fill in with ink and submit compl@te with attached pap@rs. (Revised Aupat 2000) 1Uvx~ PKOIlO~AL ~ORM PAGE S OF 7 ADDJaIDmI 110. 3 AttaGbmeDt .0. 2 Paae 5 of 7 db! W ,cl:H3b .-:E :32b,3~ J1 :. tl,:, [t4EEF' I ,,)(, PAGE 11/12 ~ t:~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ord inance 17112, as amended, requ ires aU persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable. answer with "NA". FIRM NAME STREET: FIRM is: 1. Corporation__ CITY: 2 Partnership ~ ZIP: 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. S.. the ntmles of each "employ.e" of the City of Corpus ChrIsti having an "ownership interest" COftstltuting 3-/. or more of the ownership In the above named "firm". Name Job Title and City Department (if known) 2. S~ the names of each "official" of the City of Corpus Christi having an "ownership Interest" constituting 3%or more ofthe ownership in the above named "firm". Nmne T~e 3. Stile the names of each "board member" of the City of Corpus Christi having an "ownership interest" co_ltutfng 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee ----.-.---.----..- 4. S_ the names of each employ.e or Dfflcer of a "consultant'. for the City Df Corpus Christl who worked on an,mlltter related to the subject of this contract and has an "ownership inter..t" constituting 3% or more of the ownership in the above nlmed "firm". Name Consultant CE:RTfF'CATE I eerIlY that aU Information provided is true and correct as of the date of thjs statement, that I have not KnOwj~ly wtthhel~lactosure of any information reQuested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifyi,. Person: Title: (Type or Print) Sigoatuna of Certifying Person:_ Date: IRn%siDl PR,OPOSAJ". FORM PAGE 6 OF 7 AImlbn:)tJJI[ BO. 3 Attachment Be. 2 Paae 6 t'}f 7 f,b/.l" B0E ~ 1:::'21:; =:~'11 I b [f~EE.:F' Vb PAGE 12,/12 DEFINITIONS a. "8Ierd Member". A member of any board, commission Or committee appointed by the City Council of the City of Carpus Christi, Texas. b. "ElrlpIoyee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an iindePendent contractor. c. "Film". Any entity operated for eoonomic gain, whether professional, industrial or commercial and whether ~.hed to produce or deal with a product or service, induding but not limited to, entities operated in the form of salt proprietorship, as self-employed person, partnership, COrporation, joint stock company, joint venture, recaivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d "Otriciat". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, O.ment aod Division Head. and MunICipal Court JUdges of the City of Corpus Christi, Texas. e "awn.ship Interest". Legal or equitable interest, whether actually or constructively held, In a firm, including when auf'! interest is held through an agent, trust, estate or holding entity. .Constructivel~ held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. "CCI'lsultant". Arty person or firm, such as engineers and architects, hired by the City of Corpus Christl for the purJtOl8 of professional consultation and recommendation. .AnDaDlJII KO. 3 Att.~bment .0. 2 PaQ4t "1 of "1 ~u. PROPOSAL PORM PAGE ? OF 7 ~'---- FAX TRANSMISSION Department of Engineering Services l\1ajor Projects Division ('ity of Corpus Christi P,O, Box 9277 Corpus Chnsti, Texas 78469-9277 Phone: 880-3527 Fax: 880-~501 To: ALL PLA'\) HOLDERS Date: June 2, 2006 From : r Pages: 16 (including cover sheet) ;\ngel R. Escobar, P.!' ; L..~ /7 ,/ Dlreelor oi'Engineer11lg scn'CC'jr7' J::. ~~ Northwest Library ExpansiOlf Project No. 4319 .\ddendum No.2 Subject: ('omments This fax transmission contains the signed, sealed addendum from SolkaNavaTorno, architects. [he addendum modi fles variolls Technical Specifications, various Drawings, and provides the Pre-Bid Cllnfcrence sign-1I1 sheet. Prospective hidders are herehy notified of the following modifications to the contract documents. Thes{' modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. ".,." ".,- ADDENDUM NO.2 .June 2. 2006 TO: \LL PROSPFCTIVE HlDDERS PROJE( 'I': ~ORTHWEST LIBRARY EXPANSlOt\ PROJECT !\'O. 4319 I'rospecti', e hdders are !1nehy n, itified 'lf the t;lllo\\mg l1111dJticatJOlls to the contract documents, These modifi..:a11l11b shall become a pall of the contracl el'lC\lments. [he provisions of the contract documents not spccificallv afkcll'd bv the addendul1l shall remail1l111changed I. PART T - TECHNICAL SPECIFICATIONS SECTION 02923, Landscape Gradinl!:. Paral!:raph 3.7A SCHEDULES IlELETE: ~i:?g.s:QGrass: ;; II1chi:?S Sill!.: .~. inches \00: 1. 2. Seeded Grass: 4 inches Sod: 4 inches II SECTION 03300, Cast-in-Place Concrete, Paral!:raph 2.4 VAPOR BARRIER. Note A DELETE: ~lIC~'S', 111 II', l'l1tiret\ \00: The following in lieu thereof: "A. 11 mil thick polyethylene film. three layer coextruded biaxially oriented membrane, ASTM 0-96. ACI 302.1R- 96. Barrier-BAC, Inc. \ 'B 250 distributed by Otto Dukes, Corpus Christi, Texas (361) 883-0921." SECTION 05312. Steel Roof Deck. Paral!.raph 3.2 INSTALLATION, Item H DELETE: lti:?Il} H, 111 lis l'i1tirety l) SECTION 05500, Metal Fabrications, Paral!:raph 2.2 STEEL LADDER DELEn:: l-,-~QdeL "t('e_]()L3L~;{_ 2 lll.t:hes c\oo: Ladder: Steel of 1/2 x 2 inches. SECTION 07550. Modified Bituminous .Membrane Roofine Paral!.faDh 2.3 ACCEPTABLE MANUFACTURER'S - MEMBRANE SYSTEM SHEET MATERIALS ADD: E. GAF Materials Corporation I. Address: P.O. Box 2845. Port Arthur. Texas 77643. (800) 522-9224 Ext. 7256. Fax (877) 271-6588 2. Specification No. 1-0-2-MGPFR ADDENDUM NO.2 Page 1 of 7 Paral!.faoh 2.4, A5 DELETE: "Dr\,' Sheet Membrane: Sclf-adhesl\e membrane consisting of r1!bh~nzed asphalt bonded to sheet polyethylene. 40 mil total thickness. \\'lJbstrippablelreate(LIQ~ase~'Jce and Water Shield", mallllt'a<:EIl.'iLby W JL(irac~ ADD The following in lieu thereof: "Drv" Sheet Membrane: Self- adhesive membrane consistin!!: of rubberized asohalt bonded to sheet polyethylene with strippable treated release paper; "Bituthene 3000" manufactured bv Grace Construction Products. SECTION 09260, GYllSUIll Board Assemblies, PARAGRAPH 3.1 INSTALLATION \01>: "or a, indicated" to Note A2 ( I SECTION 09300, Tile, Paral!.raph 2.3 ACCESSORIES IlELFTE: p,lragumb, 111 It, elltirel\ \00: The following in lieu thereof: "A. Mortar Materials: 1. Mortar Bond Coat Materials: a. Latex-Portland Cement Type: ANSI A118.4. b. 1<'01' Exterior Wall Tile: Custom Buildine: Products "Flexbond Fortified Thin-Set Mortar." B. Grout l\Jaterials: I. Standard Grout: Latex-Portland cement tvpe as specified in ANSI A118.6. a. Color: As selected. 2. For Exterior Wall Tile: Custom Buildine: Products "Polvblend Non-Sanded Tile Grout." a. Color: As selected." II SECTION 09085, Carpet Tile. Parae:raph 3.3 INSTALLATION DELETE: "Chvner':; extra nlatGll<iL:i!!l21ili shallJ2e used bv Contractor" ,\DD: The following in lieu thereof: "I. Owner's extra material supplv shall not be used by Contractor". SECTION 10530, Aluminum Canopies, Para2raph 2.3 DECKING DEU TE: \ RoofQe<:k'n ShaJI be (j" x 6.00" minimum. ADD: rhe 1(\llowing m !Jell thereof: A. Roof Deck: Shall be 2-3/4" x 6.00" minimum. DELETE: B Fascia: ~llall be l\"~~eltj~(lJjaced. ADD: rhl? J,,!lowing ill Itell thereof: B. Fascia: Shall be 10" vertical faced. ADDENDUM NO.2 Page 2 of 7 '~,"- SECTION 10880, Toilet, Bath and Laundry Accessories, Para!!raph 2.3 TOILET ACCESSORIES 1tcmlJ DELETE: Il\?11l!? 111 II~ ('Illlret) ADD: The following in lieu thereof: "B. Paper Towel Dispenser: Roll paper type, stainless steel, surface-mounted, with tumbler lock and heavy duty piano hin!!e. 1. 2. 3. Capacity: 8" or 9" x 800 ft. Ion!! roll. Product: 8522 manufactured bv ASI. Provide new accessory and salva!!ed toilet accessory as indicated in Orawin!!s. II ) llS'm F.: DELETE: 24" grahJ~ar 1111111 Item I 2 ~ SECTION 15450, I'lumbin!!: ,Equipment. Para!!faph 3.02. Item B BELEn:: !leIllJ~, 111 lIs l'l!llrety SECTION 16740. Telephonefl)ata Systems. Para!!raph 3.01 CONSTRUCTION, Item E l>ELETE: Itenl"L. _I hCCOJlduit slZct()Leach outlet shall be 3/4 inch minimum. " \00: The followinl! in lieu thereof "Eo The conduit size for each outlet shall be 1 inch. II U. DRAWINGS SHEET 3 of 78. Demolition Site Plan (Sno.O) CLARIF'({'ATIOI\: At Note Key C on west side of building, existing oak tree is to remain though not shown. Protect from damage. ADD: Keyed Note Fl<'. Water-blast remove or !!rind off painted parkin!! stripes on existin!! concrete pavement. ADD: Note Kev FF to stripes on existin!! concrete pavin!!. .+ ADD: Note Key 0 to parkin!! stripes on east side of asphalt pavin!!. i) SHEET 4 of 7S, Site Plan - Base Bid and Alternate Nos. 1 and 2 (SD1.0) DEun:: Dltl1cnsion _I ~2 7'_~" at south property line, ADD: New"''' painted stripes (Base Bid) per Revised Partial Site Plan - Base Bid and Additive Alternate Nos. 1 and 2 (see Attachment No.1). SHEET 5 of 7S. Site Plan - Additive Alternate Nos. 3 and 4 (SD1.1) IHI L1Cl E: J)lll1CIlSlOl1' I ~~" and 4q'~6" al\lternate '\10 '\ Parking Addition. "DO: Note: Refer to Sheet 11. ill lieu thereof ADDENDUM NO.2 Page 3 of 7 .......'. ...,- I} SHEET 6 of 78. Demolition Plans (D1.0) ~~\\ KcvedNote4X ADD New Keved Note 48 to read as follows: "Prior to start of construction. under separate contract. the City will perform the followinl! removal of Asbestos Containinl! Material (ACM) and associated work: !!., North Exterior Wall- exterior cement plaster wall finish. wall sheathinl! and fibrous batt insulation will be removed UP to 12'-8" A.F.li'. Existinl! steel studs and interior !!:vpsum board wall finish will be left in place pendin!!: demolition under the General Contract scope of work. The ACM abatement contractor will provide a temporary exterior wall coverinl! of polvethvlene sheetinl!. h. Exterior Portion of Round Room Indicated for Demolition - exterior cement plaster wall finish. wall sheathinl! and fibrous batt insulation will be removed UP to 11 '-0" A.F.F. Existinl! steel studs and interior l!ypsum board wall finish will be left in place pendinl! demolition under the General Contract scope of work. The ACM abatement contractor will provide a temporary exterior wall ('ovedIH? of polYethylene sheetinl!. ~ Interior Portion of Round Room Indicated for Demolition - interior cement plaster wall finish. wall sheathin!!: and fibrous batt insulation will be removed up to roof deck. Existinl! steel studs and interior l!vpsum board will be left in place pendinl! demolition under the General Contract scope of work. No temporary wall coverinl! will be provided for interior walls. " ADD: Keys 48 a. band c to Demolition Floor Plan where described. ) K~yc~Notl -t" DELETE: !v1lnors from Kc'vcd Note ):'\ KC)~~LNok_l4 DELl<.:TE: K'0"-eli ~ote 34 1I1 Its entirety ADD; The followinl! in lieu thereof: faucet and salval!e for reuse. " "Remove existin!!: lavatory and SHEET 7 of 78. Demolition Exterior Elevations (01.1). EXISTING SOUTH ELEVATION. Elevation 3 DELETE: KeYe~1 !'JUI@SJ 6 at Ele'. 311On\ SHEET 10 of 78. Stakill!!: And Stripinl! Plan Base Bid & Alternate No.2 (C2.0) DELETE: L6dj.!JJI~.\jtt:rllate'{(). 2J ahove note "New -I" painted stripes" at existing conerek pavll1!-, near east property line. ADD: (Base Bid) ahove same note ADDENDUM NO.2 Page 4 of 7 SHEET 27 of 78, Alternate Bid Item No.1 Entry CanoDV Details (82.2), Detaill DELETE: CI():-- EI\'-X"l at HS:, () :\ ..j. :\ ] 4 1Il DetaIl I c\DD (T.O.~. EL 9'-10") at IISS ():\ 4" J ..j. in Detail I II SHEET 32 of 78, Room Finish Schedule (A2.0), TYPE J FIRE BARRIER PARTITION CHAS.: OELETE: \1\1)\\ 1<1 llll!c "2-1 J:!" 2(1 ~a~e studs <0 12" oc " at Type J partition. \DD: Note "6" drywall studs (u 16" O.c. to deck" at Tv De J Dartition. SHEET 38 of 78, Buildint!. Plan Details (A..t,3) I)(,'lali4, EIV.lSI:I}J:'[:\N .\NILI2QUR JAf\JB [)~[AILWOOR J J2B) DELKrE:I)ct~!l+ in Its cntirety A)))): Revised Detail 4R (see Attachment No.2) ) [)S't~lL} 1\1 VISJ~;lLf'J,~l\) A ND D(2<.lRJ~\Mlil!JiT~IL (DOOR 112A) DELETE: D_eralL 7 IJ1 Its entirety ADD: Re,ised Detail 7R (see Attachment No.3) [)(,'talj9,JZl VISEILflL\l\ ANI) D(20R JA\lB nET ~ILmUOR 112A) DELETE: [)~taiJq. IJ1lh entirety ADD: Revised Detail 9R (see Attachment No.4) SHEET 39 of 78, Section Details (A4.4). EXTERIOR WALL ROOF BEAM DETAIL. DETAIL 2 DELFTE: tihLousJ")att lIlslIl",1l]Q11 above vertical slide clips in Detail 2. ADD: Note to Detail 2 to read "Detail is also tVDical for east and west walls. II K SHEET 40 of 78, Exterior Details (A4.5), NEW DETAIL 5A \DD: New Detail 5A tsee Attachment No.5) SHEET 41 of 78, Entrv CanoDV Details Additive Alternate No.1 (A4.6), UPPER CANOPY DEl' AIL, DETAIL 1 DELETE: i\lllmjn1ll1l~ilI1011} fascladecQ!ilJlveJ[1I11 at Detat! I. 1\1 SHEET 42 of 78, Interior Elevations (A5.0) K0t:1Notl' 1.1 ADD: (28" in Room 111e) to Ke~'ed Note 14 ADDENDUM NO.2 Page 5 of7 1 Kt'}ed l'i()kI5 IWLETE: UK' ;~Ll In/{oom 11) ~J al Keyed Note]-" ADD: (28" A.F.F. in Room 111(') at Keyed Note 15. K_tyed t'>lillt' 1~) a. HELEn:: Kt,'ved 0.9Jt:1 () b. llELETI<:: Note~t1LlJlilIor~ relt~c,!!ccJ lIi)l}g',\lstll!vestrooms" from Elevation 6 nev a ti g.rrJ U,JJjJLl2 SiX t~!'lI R. OQ tvl J U ( DELETE: FJi,'.\Jll1QILJ ()o In Its entmt\ AnD: Revised Elevation 10 (see Attachment No.6) '" SHEET 54 of 78. Roof Plan (.\7.0) \.00: Revised Partial Roof Plan (see Attachment No.7) (J SHEET 56 of 78, Roof Details ('\7.2), DETAIL 2, CONDENSING UNIT SUPPORT FLASHING DEU~TE: (,h~nneLM(.'.6 x 11 at DctaIl 2 \DD: The following in lieu therof: Channel ('6 x 13 P SHEET 59 of 78. Mechanical Floor Plan (1\11.0) K~Yt'(:LNott ~ DELETE: MQ1!!HatQ{)" AXE from Keyed Note 2R. AnD: "Mount on inside of wall of Room 107 at 42" A.F.F." to Keyed Note 28. \ ROOIILll1J~ ADD: Designation "88 x 8100 CFM" to exhaust grille in Room 112B. R Cll )ll!lliJ DELETE: 2060.U~\1 at ductsox in Room 1]0 \.DD: 1850 CFM in lieu thereof. 2 DELETE: 2 sldt'\\all !2rt1k designatl'Hls lQs011~ CFM III southwest wall of Room 110. c\DD: 12 x 6 350 CFM in lieu thereof. ADDENDUM NO.2 Page 6 of 7 4. RoomlQ8 DELETE: l~OJ~FM from OAH11-1 supply diffuser in southeast area of Room 108 ADD: 345 CFM in lieu thereof. ') SHEET 61 of 78, Mechanical Schedules (M3.0) [)ELETE: IIIUS\(j1FS at \1ark Don A.lr DeVice Schedule ADD: Titus 300 FS in lieu thereof. DF:U:TE: "S2!:,c)fical1t2n-,'-;(:'S:tIO!L()QJl4'~ from BV AC General Note F AHD: "Specification Section 07840" in lieu thereof. ADD: 40 KW next to KW or !\IBH input on Outdoor Air Unit Schedule. SHEET 70 of 78, Plumbin!!. Schedules and Le2ends (1'5.0) DELETE: "l\L~trac()"sr from dcsnlptlol1 of Ewel in Plumbing Fixture Schedule. .\]) D : "Provide stainless steel apron to meet TAS/ADA reQuirements" to description of EWel in Plumbing Fixture Schedule. SHEET 72 of 78, Electrical Li2htinl! Plan (KI.O) DELETE: Llf'ht fixture deSignation r::~\ 111 Room III D .\DD.' Light lixture designation!.: in lieu thereof. rn. PRE-BID CONFERENCE I'r(- Bid ( 'onfercllcc slf'!l-in sheet; 'cc \ttachment ".'1. ;-:) Please ac knowledge f('Celpt ()f t]w; addendllm It1 rhe appropn.ltc place in your PROPOSAL FORM. END OF ADDENDUM NO.2 (den Ray Torno, AlA SolkaNavaTomo. ~)[chitects .\ ttacluncnts \10 I No 2 \10 3 No 4 No 5 \10 6 No 7 No 8 RevIs,'d Partwl Plan I R.SD 1.0 Revisl'd Detail 4R/A4 ,i Revised Detail 'R/A4J Revist'd Detail 9R; A4i New Detail 51\/.\4.' Revis,'d Elevation lOR A5.0 Revised Partial Plan IRA 7.0 Pre-Bid Conference Sign-In Sheel ADDENDUM NO.2 Page 7 of 7 ~~ ~--~ . ._UI~ 0 (J) L II --..---..--- ---- 0 I ~ ------~- ~ I ~ - .--Q-r f--- B1 ~J:~ / ~~_____I-___ ___ 8 o I ------1----- . _____ _1_______ I 10 ---ru~ /~ .f2l J _ I I I [:;l / ~o I]l 0 u~J-\ / N i'..J\ J N -.-------------...""" I [~ PARTIAL SITE PLAN - BASE BID AND ADDITIVE AL T2 o -I +'-- L '. I ~ - -"'" ( ADDITIVE .~L_ TE F:' NATE I\j c). 2 ---------~ :) '0 I eX) o r---@J __L____ N r-, II C'-J t-. iI b o II . o I (J) m [1] @ @ (j) w u <( Q.. (j) U) w () <( Q.. U) o w cj w OC) SCALE: 1'J = 20'-0" NORTHWEST LIBRARY EXPANSION City of Corpus Christi, Texas .D~~ # PSG - 692 CITY PROJECT No ~ 1262 Weber Rnad, SUite JlO Telephone (361) 854-1471 orpus Christi, Texas 784134031 Fax No. (361) 854-1470 Addendum No.2 Attachment NO.1 Page 1 of 1 ,'lININ, sntarchitects, com DATE: 05/30/06 COM~1.: 0509 ~COLUMN AND _ _ ROOF BEAM il --::-~~ ~ ~ "-2=--=~ 2 LAYERS %' FI E RATED GYPSUM BOARD T\, I ,rj i !~ f ! f i. I f: j~"""" '1 I /NEW FOUNDATION :-1 :~~__~~I__ ---- I- . - _n - <D I TYPE , EXPANSION InlNT rn\JER__ "-8" MIN. ~ TYPE 3 FLOOR EXP. JT. \ \ \ - CORNER GUARD TYPICAL - RADIUS DRYWALL CORNER BEAD 3%" DRYWALL STUDS-TYPICAL \~ -- EXISTING FOUNDATION LINE ''L. -%" GYPSUM BOARD - TEXTURE AND PAINT FINISH - TYPICAL lJfJ5REVISED :~~ ~~D ?~~R~~MB DETAIL (DOOR 1128) NORT...,eST LIBRARY EXPANSION City of Corpus Christi, Texas UlI~ ~ # PSG - 692 CITY PROJECT No ~ .,262 Weber Road, Surte 310 Telephone (361) 854-1471 'orplls Christi. Texas 78413-4031 Fax No. (361) 854-1470 www.snt;rchiteets.com Addendum NO.2 Attachment NO.2 Page 1 of 1 DATE: 05/30/06 COMM.: 0509 23" 20 GAGE DRYWALL STUDS @ 2" OC PRE-FINISHED SNAP-ON METAL TRM HEA r TREATED CASING RETAINING CUP PRE-FINISHED METAL FRAME ~ DOOR AS SCHEDULED COLUMN AND ROOF BEAM Ct. NEW FOUNDATION WJE --- r r--r--,,-~ , 6"X25 GAGE '\ DRYWALL STUDS ) \... @ 16" a.c. ~ '-.......-/ ..-/....~ 2 RATED GYPSUM rrPE 1 EXPANSION -- JOINT COVER '- -~._-- ,~ I EXISTING COLUMN EXiSTING FOU~JDATION UN! EXISTIN(, COLUMN 'l----- -' . .. - TyPE 3 FLOOR EXPANSION JOINT ~OVER ;' / 3%' DRYWALL STUDS- TYPICA,L -~ CORNER GUARD TYPICAL r~OTE: REFER TO DETAILS 1 &4/M.3 FOR ADDITIONAL INFORMATION lJfdjR~VISED ~e~ 1~D ?~~~~~MB DETAIL (DOOR 112A) NORTIilWEST LIBRARY EXPANSION City of Corpus Christi, Texas ~~~ # PSG - 692 CITY PROJECT No. illi. 6262 Weber Road, SUite 310 Telephone (361) 854.1471 Corpus Cl1rist!. Texas 78413-4031 Fax No. (361) 854-1470 www.sntarcMeets.com Addendum NO.2 Attachment No. 3 Page 1 of 1 DATI:: 05/30/06 COMM.: 0509 2 LAYERS OF ~"FIRE RATED GYPSUM BOARD /- ,. ,-- ,- r .,- t 6" 25 GAGE DRYWALL ~~_ ""', STUDS@16")',C,")J ./ ,../ ...../ _--" ~f _./ NEW STEEL COLUMN !~" 20 GAGE DRYWALL STUDS @ 12" O.C, / r-PRE-FINISHED SNAP-ON METAL TRIM I ~I / (HEAT TREATED CASING RETAINING CLIP I / ~RE-FINISHED METAL FRAME '. LDOOR AS SCHEDULED - ~COLUMN AND _~_ _ _. __~ ROOF BEAM ~ = -c- - --....,-~;:... ~~ - ..-...., ;J) I ~ TYPE 1 EXPANSION // JOINT COVER // //'/~------- NEW FOUNDATION LINE ~--f:XISTING FOUNDATION LINE ~- EXISTING COLUMN ~ .~ CORNER GUARD TYPICAL / / '~" L~" DRYWAi.L STUDS TYPICA.L NOTE REFER TO DETAIL 4/A4,3 FOR ADDITIONAL INFORMATION RADIUS DRYWALL CORNER BEAD EXISTING TUBE COLUMN TO REMAIN lJ!J/iEVISE[) :;~~ ~~~?~~R~~MB DETAIL (DOOR 112A) NORTHWEST LIBRARY EXPANSION City of Corpus Christi, Texas ~~~ # PSG - 692 CITY PROJECT No ~ ,262 Weber Ruad. SuiteJiO Telephone (361) 854.1471 'orpus elln,tl, lexas 78413-4031 Fax No. (361) 854-1470 Addendum NO.2 Attachment NO.4 Page 1 of 1 I'W/'N. sntarchitects.com -- DATE: 05/30/06 COMM,: 0509 PAN HEAD SHEET METAL SCREWS @ 1'-0" O.C. r- ALTERNATING AND AT EACH SIDE AT ENDS. / --- TYPE 1 SEALANT. TOOL I SMOOTH FIELD PAINT. EXISTING SOFFIT 114" SAND FINISH CEMnn PLASTER ON ME!.;L LATH (TO REMAIN) EXISTING RUSTED OUT G.I. SOFFlf '-/ENT SCREED (TO REMpIN). -I 1 -~\-~ \ \ "IELD PAINT----...:, e~~ 1~" --- 2}2" l- I t-_ IT NEW SOFFIT REPAIR VENT. INSTALL OVER EXISTING SOFFIT VENT SCREEDS. FIELD PAINT FINISH. (5-4) SOFFIT REPAIR VENT DETAIL A8\91~j.5 SCALE: PULL SIZE NORTIfJVEST LIBRARY EXPANSION City of Corpus Christi, Texas # PSG - 692 CITY PROJECT No .1.;llg ~~ Addendum NO.2 Attachment NO.5 Page 1 of 1 6262 Webtr Road, Suite 310 felephone (361) 854-1471 Corpus Christi. fexas 78413-4031 Fax No. (361) 854-1470 N'NW. sntarchitects.com DATE: 05/30/06 COMM.: 0509 LAVATORY, SOAP AND PAPER TOWEL DISPENSERS RELOCATED FROM EXISTING RE';TROOMS CHILD'S RESTROOM 111C C;CALE: 1/2" = 1'-0" NORTIiWEST LIBRARY EXPANSION City of Corpus Christi, Texas _[OO~ ~ # PSG - 692 CITY PROJECT No 4319 0262 Weber R'larJ, ',U1te 310 felephone (361) 854-1471 ':orpus ChristL fexas 78413-4031 Fax No_ (361) 854-1470 Addendum NO.2 Attachment NO.6 Page 1 of 1 ',-'NIW. sntarchitects.com DATE: 05/30;06 COr~M.: 0509 [? _ _ ii~~ ~~ ~,~I ~ 'i' i! ~~; ~ a I <: 1/ ~ ~ ~ ~ '>- ~ LJ -J a C5 ct U) ......,J ~ J..,:: ct ~ ~ @)- /@\L ~~ . W I, ~ \ / \ ~5/~~m=/ @} -~jfl~ " Ii 6=1 I~ II 'I I I I I II ~~ ~ \..f~l.. n ) ! \ '- -...li GfJ... c~~ '\ I: \ '. ) II ~ \ II ~D' I W II II~ 11\ \ @)- \ \ \. , ~~/:: '. I ~r' @)- I' _, [-I .\..- ___ J ) @- / @} NORTtfNesT LIBRARY EXPANSION City of Corpus Christi, Texas # PSG - 692 CITY PROJECT No 111.2 ~~ Addendum NO.2 Attachment No. 7 U62 Weber Road. 5111te 310 felephone (361) 354-1471 Page 1 of 1 Corpus Christi. Texas 73413-4031 Fax No. (361) 354-1470 ,':wwsntarchitects.com DATE: 05/30/06 COMM.' 0509 24 PRE-BID CONFERENCE SIGN-IN SHEET Project No. 4319 NQrlI1Wf#$t ~Lj12((1ryExpansion Nalne 2006 - 9:00 I I --t Organi za t.1 on Northwest Branch Librarv Wedne l: ~1r- 1\ ~-..-- 'i I \a !I ~j~'_i.& ~: _ UJC ~- A rr~VA~ J " I I ~,-- -~--1~- -- 11..1 ,'! _-j~'i, (_ !I :i .. ~l\ I.~(~'~~ I 1 'I' .' {J; 1.1 ' 'If----- .~ --- II I, . .~7 _I~!!~ U (~, ~. A wuJ (L~ ~ j ____~I /1) IlL__ -_. -~~., I. I ;;-'~"~~~.., ~ . JP".~c'-l __~,=,:M)~ a,m. J c.-I ~-.L~('l _ c~,J i i \ /.--\ L} If-WA _f14T \= \ \ D,i"/ /i (_ \ -~!(- ~-~~{( f.: . I I' Lt!JfANl~/ ) Phone No.1 Fax No. 3(.( ~ lG7-702~ :Y..( - 7(,7-7027 Fif;/ J T --~- ;) -1r,p, ""f oz.'?' 7 ~ 02.."/ rit\:.:: L]'? (- S'b()O S GlOO "3 (p ;' 6, :S 0 r/J .~ ~.7 /~, / c> <.,/ .J i / (;.' ~! \'" / jy I ;:) [) ';;:;';'''", '---j Ll cr.. { c .-; i-'7 -F~._() I' _.:_.1 / -'-}- 'j fl)f.Jf-.j txf-- LJt.j-~~d:-eil( .it,~ S /,1 i / '3",1 f.s? z 7c. .' f :'y..t, ~'S?, 2.7'( 'L 3<:"/' 8S' 2- - 27;, 7 j' <:.I c7r' .;', Z 'izz ,,(,{, '5'12. B'tZ-' 1>(.. (. 59? e 447 .,-.. tl/"') (, ,;) "'~. "~ ",.~. ~ .;:? t3z(.. ,- ".5.9..:.;; Addendum NO.2 Attachment NO.8 Page 1 ot 1 (~ity of Cotp~ = ChiiStl - .... ~ ~ .. L- _ _ I ADDENDUM NO.1 I May 15,2006 TO: ALL PROSPECTIVE BIDDERS PROJECT: NORTHWE~I LmRARY EXPANSION PROJECT NO. 4319 Prospective bidders ace hereby notified of the following modifications to the contract documents. These B>difications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. L GENERALPROV~ONS A. PARAGRAPH B-7. PROSECUTION AND PROGRESS 1. ADD: New Para2raph B-7-15. A V AILABll..ITY OF FUNDS Funds are appropriated by the City. on a yearly basis. If funds. for any reason. are not appropriated in any 2iyen Year. tile City may direct suspension or termination of the contract. If tile Contractor is terminated or suspended and the City reouests remobilization at a later date. tbe Cootractor may reouest payment for demobilizatiooJremobilization costs. Such costs shall be addressed throu2h a chao2e order to the contract. Please acknowledge receipt of this addendum in the appropriate place on your PROPOSAL FORM. 8NDOF ADDENDUM NO.1 ./" AREljv 11~.J~ &. ~- ~I , g:;;'- ~;bac. P .E., R.P .L.S. iTector of Engineering Services ENGINEERING SERVICES P.O. Bol: 9277 Corpus Cbristi. TX 78469-9277 ADDENDUM NO.1 Page 1 of 1 S PEe I A L PRO V I S ION S ~3 PEe I FIe A T ION S AND FOR M S o F CON T RAe T S AND FOR BON D S I NORTHWEST LIBRARY EXPANSION I prepared by: SolkaNavaTorno, architects 6262 Weber Road, Suite 310 Corpus Christi, Texas 78413 Telephone (361) 854-1471 Fax (361) 854-1470 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax 361/880-3501 ICITY PROJECT NO: #4319 IDRAWING NO: PBG-692 (Revised 5/00) NORTHWEST LIBRARY EXPANSION Table of Contents NOTICE TO BIDDERS {Revised "7/',/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTJ:CE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A 1 A-2 A-3 k.4 A.S A-6 A-7 A-a A-9 A-10 A-II A-'12 A-I3 A-14 A-IS A-16 A 11 A-I8 A-19 A-20 A.21 A-22 A-23 A-24 A 2S A.26 A-27 A28 A-29 A.30 A-31 A-32 A B A-34 A JS A-36 A J7 A-38 A-39 A-40 A-41 A-42 Time and Place of Receiving Proposals/Pre-Bid Meeting Definitions and Abbreviations Description of Project Method of Award Items to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials CiLy E~"':1';'.ue,-.L P';'ocld Of Lee NOT USED (12/15/04) Schedule and Sequence of Construction Construction BL~ki~ Project Layout and Control (Revised 12/15/04) Testing and Certification Project Signs Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inspection Required (Revised 7/5/00) Surety Bonds 3a.leb 'l"-GLA. EJ\..L....t'L.;.vu NO LONGBR APPLICABLB (6/11/98) Supplemental Insurance Requirements Responsibility for Damage Claims (12/15/04) Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents (March 2006) CiLy Wale1- Fa(;~liLi<:ob 3t'eciAl R.....qU":"u""..diL", HOT USED (12/15/04) Other Submittals (Revised 9/18/00) A.n,,-ild.w.a "~..LCl-L.L~C;IU~llL oJ...lJ CI.lCl.L~~ CV.L ilate:..L Fu..I...L.li&>I.a;c;.J by LI.LC C';'L.1u HOT USED (12/15/04) Worker I s Compensation Coverage for Building or Construction Projects for Government Entities Certificate of Occupancy and rinal Acceptance Amendment to Sectlon B-8 6: Partial Estimates Ozone Advisory OSHA Rules & Regulations ~ A-43 A-44 A-4S A 46 A 41 A-48 A.49 A-50 A-51 PART B PART C PART T Amended Indemnification & Hold Harmless (9/98) Change Orders (4/26/99) As-Built Dimensions and Drawings (7/5/00) Di.sl-o.5al of lIi9111.1 ChlOl:iI.atc.d i~ate:r ("}/3/88) HOT USED (12/15/04) rJ::.c. COh~Ln...cL~oH E"^-t-'loJ::AL01} EXCAvdLlol..s ("1/3/80) NOT USIm (12/15/04) )verhead ElectrLcal Wires (7/5/00) Amended "Maintenance Guaranty" (8/24/00) Geotechnical Study (5/2006) Work Within TxDOT Right-Of Way (5;2006) GENERAL PROVISIONS FEDERAL WAGE RATES AND REQUIREMENTS TBCHNICAL SPBCIFICATIONS DIVISION 1 GENERAL REOUIREMENTS 01100 01200 01300 01330 01400 J1500 1600 1700 Summa ry Price and Payment Procedures Administrative Requirements Submittal Procedures Quality Requirements Temporary Facilities and Controls Product Requirements Execution Requirements DIVISION 2 SITEWORK 02225 02230 02311 fl2315 02320 02324 ,12345 2362 02374 !610 .2630 127CO )2750 02763 02811 1)2923 U2924 02 925 '12930 Minor Demolition for Remodeling Site Clearing Rough Grading Excavation and Fill Backfill Trenching Lime Soil Stabilization Termite Control Erosion Control Devices Pipe Culverts Storm Drainage Flexible Pavement Rigid Pavement Painted Pavement Markingf, Landscape Irrigation Landscape Grading Seeding and Soil Supplements Sodding Exteriol Plants DIVISION 3 CONCRETE 03100 03200 03300 Concrete Formf; and Accessories Concrete Reinforcement Cast-In-Place Concrete I) ,YlSION 4 MASONRY - NOT USED DIVISION 05120 05210 05312 05400 05500 05810 '::, METALS Structural StE'el Steel JOlsts Steel Roof Deck Cold-Formed Metal Framing Metal Fabrications Expansion Joint Cover Assemblies DIVISION 6 WOOD AND PLASTIC 06112 06114 06200 06410 6630 Framing and Sheathing Wood Blocking and Curbing Finish Carpentry Custom Cabinets Plastic Specialties DIVISION 7THERMAL AND MOISTURE PROTECTION 07110 07112 07213 07550 07620 7724 7840 ; 1900 Dampproofing Sheet MembranE' Flashlng Batt Insulatiun Modified Bituminous Membrane Roofing Sheet Metal Flashing and Trim Roof Hatches Firestopping ,Joint Sealers i.HVllSION 8 DOORS AND WINDOWS B114 'B115 08117 )8212 J8410 )8460 08710 8800 Standard Steel Doors Standard Steel Frames Prefinished Steel Door Frames Flush Wood Doors Metal-Framed Storefronts Automatic Entrance Doors Door Hardware Glazing nVISION 9 FINISHES (I 92 05 '9220 g260 H300 '9510 .;9650 09685 9720 9900 Furring and Lathing Portland Cement Plaster Gypsum Board Assemblies Tile Acoustical CeJlings Resilient Flooring Carpet Tile Wall Covering Paints and Coatings DIVISION 10 SPECIALTIES (J 100 0170 10260 10440 10523 10S30 10 8 00 Visual Display Boards plastic Toilet Compartments Wall and Corner Guards Interior Signage Fire Extinguishers and Cabinets Aluminum Canopies Toilet, Bath, and Laundry Accessories 11132 DIVISION 11 EOUIPMENT Projection Screens DIV~ION 12 FURNISHINGS ......,.., NOT USED DIVISION 13 SPECIAL CONSTRUCTION NOT USED QIVISION_14 CONV~YING SYSTEMS NOT USED i.IVISION 15 MECHANICAL 5050 15060 1514 0 15170 15190 J 5240 5260 15290 15410 <;'440 :':'450 ...5530 15671 )855 5860 5881 ]5885 15890 5891 910 950 '~990 Baslc Materials and Methods Mechanical Demolition for Remodeling Supports and Anchors Motors and Motor Controllers System Identlfication and Pipe Marking Sound and Vibration Control Piping Insulation Duct Insulation Plumbing Piping and Valves Plumbing Fixtures Plumbing Equipment Refrigerant Piping Air Cooled Condensing Uru ts Air Handling Unit Power Ventilators Air Distribution Devices Air Filters Metal Ductwork Fabric Ductwork Ductwork Accessories Automatlc Temperature Controls Testing Adjusting, and Balancing DIVISION 16 ELECTRICAL l6010 16060 16075 16123 L6136 16140 16441 16442 6510 671 .0740 Electrical General Provisions Grounding Electrical Identification Wire and Cable Raceways Wiring Device:-, Disconnect SWltches Low Voltage Panelboards Luminaires Transient Volt.age Surge Suppression Telephone/Data Systems : heet No "rS'l' OF DRAWINGS Descript_ion \..11.0 G1 .1 SDO.O 0,D1.0 3D1.1 vI. 0 DI.1 CI.O C1 1 C2 0 C2.1 C3.Q '..... Title Sheet Building Code Analysis and Symbol Legends DemolJ.tlon Site Plan Site Plan - Base Bid and Additive Alternate Nos. 1 and 2 Site Plan ~dditive Alternate Nos. 3 and 4 Demolition PLans Demolition Exterior Elevations Grading Plan and Details Base Bid & Additive Alternate No. 2 Grading Plan and Details - Additive Alternate Nos. 3 and 4 Staking and striping Plan - Base Bid & Additive Alternate No. 2 Staking and ;;triping Plan- Additive Alternate Nos. 3 and 4 Storm Water Pollution Prevention Plan - Base Bid and Additive Alternate No. 2 eLl C4.0 C4.1 C4.2 C4.3 '4 4 1,1.0 12.0 L3.0 SO.O 31. 0 81.1 82.0 .S2.1 S2.2 AD.a Al.O Al.l Al.2 A2.0 A2.1 A3.a A4.0 A4.1 A4.2 A4.3 A4.4 A.4.S A4.6 AS.a AS.l AS.2 A5.3 A5.4 7\5.5 '\5.6 '\6.0 A6.1 A6.2 A6.3 1\6.4 A7.0 A7.1 A7.2 A8.a A8.1 Ml.O M2.0 M3.0 M4.0 EPO.O DP1.O DP2.0 Pl.O P2.0 P3.0 P4.0 P5.0 P6.0 Storm Water Pollution Prevention Plan- Additive Alternate Nos. 3 and 4 Concrete Paving Joint Plan Additive Alternates No. 3 and 4 Paving and Sidewalk Details Drainage Details Miscellaneous Details Drlveway Standard Details Landscape Plan [rrigatlon Plan Landscape and Irrigation Notes and Details General Notes 8heet Foundation Plan Foundation Sections and Details Roof Framing Plan, Sections and Details Steel Section and Details Alternate Bid Item No ] Entry Canopy Details Dimension Floor Plan Reference Floor Plan Enlarged Floor Plans Floor Pattern Plan Room Finish Schedule Door Schedule and Elevations Exterior Elevations Building Sections Wall Sections Building Plan Details Building Plan Details Section Details Exterior Details Entry Canopy Details Additive Alternate No. 1 Interior Elevations Interior Elevations Interior Elevations Interior Elevations Interior Elevations Interior Details Interior Details Exterior Opening Elevations Exterior Opening Elevations Storefront Details Storefront Details Storefront Details Roof Plan Roof Details Roof Details Reflected Celling Plan Ceiling Detalls Mechanical Floor Plan Mechanical Roof Plan Mechanical Schedules Mechanical Details Site Utility Plan Plumbing DWV Demolition Plan Plumbing Water Demolition Plan Plumbing DWV Plan Plumbing Water Plan Plumbing Enlarged Plan Plumbing Roof Plan Plumbing Schedules and Legends Plumbing Details El.O E2.0 E2.1 E3.0 E4.0 E5.0 E6 0 Electrical Lighting Plan Electrical Power Plan Enlarged Power Plans Special Systems Plan Electrical Roof Plan Riser Dlagram and Schedules Electrical Detalls APPENDIX 'AI - GEOTECHNICAL STUDY NOTZCE AGUEMENT PR~OSAL/DISCLOSURE STATEMENT PERPORMANCE BOND PAYIIENT BOND NOTICE TO BIDDERS 'K~_.,~, ~.,,_.._ ,_ NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: NOR'lRWEST LIBRARY EXPANSION; consists of the renovation and reconflguration 'Jf the existing 7,500 s.f. Northwest Branch Library facility, a 5,250 s.f. building addition, and additional site improvements including site drainage, landscaping, landscape irrigation system, a concrete parking area expansion, and a new driveway. The renovation and reconfiguration consists of exterior building renovations to cement plaster finishes and glazing, a new entry canopy structure, and a complete interior reconfiguration including new partitions, floor, wall and ceiling finishes, and replacement of existing mechanical, plumbing and electrical systems. The new addition consists of a slab-on-grade foundat.ion, structural steel frame, built-up roofing system, exterior cement plaster finishes, storefront and glazing, interior: finish out, and new mechanical, plumbing and electrical systems, in accordance with the plans specifications and contract documents; wlll be received at the office of the City Secretary until 2:00 p.m. on We~Sday, June 7, 2006, and then publicly opened and read. Any bid rece ved after closlng time will be returned unopened. A pre-bid meeting is scheduled for 9:00 a.m., Wednesday, Mar 24, 2006" and will be conducted by the City. The locatlon ot the meetlng wlll be at Northwest Branch Library, 3202 McKinzie Road, Corpus Christi, Texas. # A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and paYment bonds for contracts over $25,000.00 will result tn forfeiture of the 5% bid bond to the City as liquidated damages Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. ~ Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fift~ and nO/IOO Dollars ($50.00) as d guarantee of their return in good con ltlon wlthln two weeks of bld date. Documents can be obtained by mail upon receipt of an additional $10.00 which is a nonrefundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail Ln the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the CIty Engineer and the Contractor shall pay not less than the wage rate::: so shown for each craft or type of II laborer , II "workman," or "mechanic" employed on this project. A4l- The City reserves ::.he right to reject any or all bids, to waive irre9'Ularities and to accept the bid which, in the City'S opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS IS/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary . Revised on -.",,- .,...,.__..."....".,..'"."~~ "-.,..,-. ",,"--,. NOTICE TO CONTRACTORS - A .."".F....._ NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE -- 3"'Day Notice of CanceUation required on aU certificates Bodily Injury and Property Damage --- Commercial General I ,lability mcluding: I . Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. UndergroWld Ha7,ard 5. Products! Completed Operations 6. Hazard 7. Contractual Insurance 8. Broad Form Property Damage 9.. Independent Contractors 10. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY --OWNED NON-OWNED 01. RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT o REQUIRED [g] NOT REQUIRED EX'CESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include loqg-tem environmental impact for the disposal of coataminants BUILDERS' RISK See Section R..6-11 and Supplemental Insurance Requirements [g] REQUIRED o NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements o REQUIRED [g] NOT REQUIRED Page] of2 ......--' 0...._ OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. 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 section 8-6..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 cont4ct the Contract Administrator at 180-3500. Page 2 of 2 ~......- NOTICE TO CONTRACTORS - B ~"'--"" NOTICE TO CONTRACTORS B WORKER'S CO:'!FENSATION COVERAGE FOR BUILDING o^ CCNSTRUCTION PROJECTS FOR GCVE~~ENT ENTITIES 7exas law requi::-es t.hat :-:-.ost contract:ors, subcc::t.~actors. and othe~s ~~oviding work or serv~ces for a City building 0= construction prcje-::~. "lUst be covered by worke:::- I s compensation insura:lce, authorized self - :.:-.surance I 01 (::;,n aDpr~ved worker:- IS compensat::'::::1 coverage agree~e:-;,t . Even if Texas law does not require a contractor, subcontractor or others performing proj ect services (including deliveries to the job site i :J provide 1 of the 3 forms of worker IS compensat:ion coverage, Lhe C:.~y will require such coverage for all individuals providing work or ser'.'~ces on this Pro) eet. at any time, including during the mai::::e:-.ance guaranc.y perioc :.'iotor carriers which a~e ~equired to regis::~r with the Texas Depar::~ent. of Transportation under Texas Civil Stat.c~es Article 6675c. and which provide accident.al insurance coverase under Texas Civil Stat.utes Article 6675c, Sect.~on 4(j) need not ~=Qvide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees - comply with all applicable provisions of Texas Administrative code 7itle 28. Section llO .l1.0, a copy of whic~ s attached and deemeci ~~corporated into the project contract. Please :-late that under sect:l.cn 110.110: 1 certain language -;,ust be included in the Contractor IS Contract with the City and the Contractorls contracts with subcontractors and others providing services for the Project; ~ the Conc.ractor _5 required to submit ~o the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj ect . The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and t.he Cant ract:m' "_ required to post the requ~:red notice at the J ob;ite. 'OY siS::ing this Contract, the Contractor certifies that: :. -: will timely om;;l" '"Jith these Notice to C'cntractors "S" requirement.s" NOTICE ~c cONTRACTORS - B (Revisea 1113/981 Paqe 1 of 7 8/7 /18 .~ Y""O .1 ; S r\.'Sl--R ~ "' C 1- J It e:.. . L' L.;'_- Part II. TEXAS \"ORKERS' CO!\:lPENSA TION COl\lMISSION Chapter 110. REQUIRED NOTICES OF COv"IR-\GE Subchapter B. E;\1PIO\'ER NOTICES ~ 11 0.110 Reportin~ Reauirements for Building or Construction Projects for Governmenul Entities ,a) The folloWUlg words and terms, when used in this ruie, shall have the following meanings, unless the context dearly indicates otherwise. T e:ms not defined in this ruie shall have the me3.I1ing defu1ed in the T ex.as Labor Code, if so defined. ) CertlDczte of cove:c.ge (ce~iiiC3.re ).- A CGpy or a cer-incate or- :::suraIlce, 3. certificate or authoriTY to seu-insure issued by the commission, or a workers' ccmpe:l5ation coverage agreement (TWCC-81, TWCC-32, nVCC-83, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or enur'Ys e:nployees (inducing those subject to a coverage agreement) providing ~ervices on a project, for the duration of the project. (2) Buiiding or consuu<7.lon-Has the mear.i.ng defined in the Texas Labor Code, S 406.096(e)(l). (3) Conrrzc~o~--A oerson bidding for or awarded a building or construction project by a governrnent2.1 entity. .4) Coverage-Workers. compensation insurance meeting dle statutory requirements of the Texas "wor Code, S 401.011(44). S) Coverage 2.greement-.A_ writte::: 2.greer:lent on form nVCC-81, form TWCC-S2, form TIVCC-S3, Of form TWCC-84, filed 'With the Texas Workers' Compensation Commission which establishes a relationship between the parries for purposes of the Texas W orkersl Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and ~.stablishes who will be responsible for providing workers' compensation coverage for persons providing servIces on the project. ,6) DuratIon or-the project-Includes the time from the beginr.mg or work on the project until the Nork on the project has bee.'1 compie~ed ::"'ld accepted by the govern...nental entity. (7) Persons povidmg se~ic~s on the project ("subcontractor" ~ 9406.096 of the Act)-\Vith the ~xcept1on or persons exduded under subsections (h) and (i) of this section., includes all persons o~ entities perronning all or rim of the services the contractor has unrienaken to perform on the proJect, egardless or-.,vhether thaI pe:-son contrac:ed directly \Vith the contractor and regardless of whether that person has employee'; Tris indudes but is not limited to inciependent contractors. subcontractors. leasing companies, motor carriers, ovmer-operalors, employees of any such entity, or employees of any emIt\! furr:lsrung persons to perfonn se:-v1ce~; on the project. "Services" includes but is not Lnlited hrtp:/I..v'AV. scs St2tc IX 'JSl'acJ2Sffin ](VBI11 0 1 0 html ~IOTICE TO CONTRACTORS - . Revised 1/13/981 Paqe 2 of , 817/98 o pr::\ _'...:llng, 0, de::';ermg e~UI~rr:.e~t cr :::2::~:US_ or ~r~\.1ding labor, ti"2..:.'1SDCr:;.::Cn, or oth"'- se:v:ce ":':~:::: ,0 a oroJec:'Se:-vices" dGes not L::;-.;::e actl\~::e~ '..l:'....eiated to the pr~je~.... s:.lcn as ..... r-oo<i;-;:)e ':'~:::::: :endors, c':::ce suppiy deliveries, ::'::': c~livef'\' of ;:onaole toilets. 8) Prc.1e~.-.~~-::cludes the pcc..ision of ill se:-vices r~:2~ec to a cuilcing or cOnstIUC'"..ion c;:;:::;-act for a gove~.:::e:-::::.:. eClUry (b) Prov"ioir.; or causmg to be provided a cerunca:e or' coverage ;ursuant to this rule is a represe::!2.:':c:: by the insured :hat all employees or :I.e insured wno are providing services on the projec: :::-e ::::;','ered by workers' compensation coverage, that the coverage is based on proper reporting o{ c;assification codes and payroU amour.ts, and that all coverage agreements r.ave been filed with the a?;:ropriate insurance carrier or, in the case or- a self-insoJIed, with the commission's Division of Self-InsLir:::.ce RegulatioI'_ Providing faIse or misieading ce:-tilic.ates or coverage, or failing to provide or ca.imain required coverage, or failing te report any c:-.znge that materially aife~...s the provision of coverage may subject the contractor or other person providing services on the project to adminis:T2.::ve ~ena1ties, criminal penalties, civil pe:;aities, or other civil actions. ( c) A gove;:-.=e:1tal entity ts:at enters imo a buildi.-:g or construc-..:on contract on a projecr shall: ( I ) induce II: t~e bid specmcations, all the provlsIons of paragrzpn (7) of this subsection., using the language re8uired by paragraph (7) of this subseC:lO<1; (2) as parr or- tl",e contract, :~sing the language required by paragraph (7) of this subsection, require the contracor w perform as required in subsection (d) of this section; (3) obtain ;:Tc:n the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain frem the contraaor a new certificate of coverage showing extension of coverage: (A) before rr.e end of the Ct.:l7ent coverage period, if L~e contrac:or's current certificate of coverage shows that the coverage per::od ends during the dw-ation of the project; and (B) 110 later &.an seven days 2..l-ter the expiration oftbe coverage fur each other person providing services on the project whose current certificate shows that the coverage period ends during the ciuration of the project; (5) retain cerriiicates of coverage on file for the dw-ation of the project and for three years thereafter, (6)proVlde a copy of the ce~.ificates of coverage to the commission upon request and to any person entitIe~ ~ them by law; and (7) use t~e la::.guage contained in the foHowmg Figure i for bid specifications and contracts, ..".imout any addition2.i words or changes, except those required to accornmodate the specific docwnent in which the\' ('.Ie contarned or to impose stricter standards of docur:1entation: T28S 11 0 ] ! O( c)(7) tbl hrtp:/IW"\.V\N 50S.Slate. tx. usltac/23lIlJ 1 1 OfBlll 0 110 htrrJ NOTICE TO CONTRACTORS - 3 Revised 1/13/98l page 3 of 7 817/98 :) A contractor shill: i) proVIde coverage for Its empicyees ~roviding services on a project, fc:- L.~e duration of the project :ased on proper re:Jor.ing of classi::~::.::on codes ana p~yroil amounts a..-:c e:::g of any coverage ::.greemems: 2) provide a certificate of coverage siowing workers. compensation coverage to the govermnental e:1tiry prior to beginni.:.g work on :he project; '3) provide the governmental entity, pr:.or to the end of the coverage perice, a new certificate of :overage showing extension of ccverage, if the coverage period shown on the contractor's current :~cate of coverage ends during the duration of the project; (4) obtain from each person providing services on a proj~ and provide to L~e governmental entity: A) a certificate of coverag~ prior to that person beg;nnrng work on the project. so the governmental ~:1tity will have on file certificates of coverage showing coverage for all pe:-sons providing services on -::.e project; and ,13) no later than seven days after recelpt by the contractor, a new certificate of coverage showing ex:rension of coverage, if the coverc.ge period shown on the current certiiicate of coverage ends during the duration of the project: (5) retaIn all required ceruficates of coverage on file for the duration of the project and for one year thereafter, (6) notify th~ governmental entity ill 'NTiting by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site infonning all persons providing services on the project that they are required to be cover~ and staring how a person may verify current coverage and report failure to pravide coverage. This notice does not satisfy other posting requirements imposed by the Act or other C08lIDission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other-language common to the worker population. The text for the notices shall be the following text provided by the coaamission on the sample notice, -.vithout any additional words or changes: REQUIRED WORKERS' COMPENSA nON COVERAGE "The law requires that each person working on this site or providing services related to this cOll5uuction project must be covered by workers' compensation insurance. T:-is includes persons providing, hauling, or delivering equipment or materials, or providing labor orrransportation or other service related to the project, regardless of the identity of their employer or statuS as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to vefiiY whether your employer has provided the required coverage, or to report an employe~s failure to provide coverage." ~rr.p:l/www 50S. state tx.usltad28/II/l I01B1110.110html NOTI~ ~o CONTRACTORS - B Reviaed 1/13/98) PAge .. of 7 8n/98 sr rJ_ 18) c8~::-acxaily req~i.re e.:::.~~ ?e~scn '.'-'1rn 'whee:: :: contrac:::; :: ::-o'vide services C:-'. :!. ;:~oject to: fA) provlOe covera2:e based on proper reporri::.g of classification eDces and payroii 2..1-:lounts and filin~ ofan\' c)verage ag;ee~e:::.s for ., ;; of i:s e:n9icvees provioing se:-,:ices cn the projea, for the duratio~ of the prole~; (B) pro\1de a certificate c. coverage to the com:actor prior to that person beginni.~g '.vork on the orojec: (C) inclUce 1.0 all contr2.C::- .0 provide se;vices cr. the projec: tte ianguage in subsec-..icn (e)(3) oftrus 5 ectio a CD) provide the contrac:c;, prior to the eno of tb.e coverage pe:-iod., a new cenificz:e of coverage showing extension of coverage, if the coverage period shown on the current cerri:iicate of coverage encls durillg the duration or the project; (E) obtam from each othe:- person with whom i: CDnrrac:s, and provide to the con:rac:or: (1) a certiiicate of coverage, prior co the other ?e:-son beginnit1g work on the proje~; ::"'"ld (Ii) prior to the end of the coverage period~ a new cenificate of coverage showing eX!e~ion of the coverage period, if the coverage period shown on the curren! ce:-tiiicate of coverage ends during the dumtion of the project; (F) retalIl all required cer+.mcates of coverage on file for the duration of the project a..."ld for one year thereafter: (G) notifY the governmentzlentity in writing by certified mail or personal delivery, v..ithinten days aftI:r the person knew or should have ialown, or any change that materially affectS the provision of coverage of any person providing services on the project; and (Ii) conrractU3.lly require ach other person with whom it C()nrraC'~, to perform as required by suipar:agraphs (A)-(H) of this paragrap~ with the certificate of coverage to be pro\-rided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor~ shall: (1) proVlde coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreer:1ems; (2) provide a certificate or' coverage as required by its comrac: to provide services en the project, prior to beginning work on the project~ (3) have the following language in its contract to provide services on the project: ":9y signing this cOQUaa or providing or causing to be provided a certificate of coverag~ the person signing this CQ8trac. is representing to the governmental entity that all employees of the person signing this contrac who will provide services on the project w'ill be covered by workers' compensation coverage hnp:iI\'..~,.l.'W 50S. state, DC.usltad28/IL/l1 OIB1l1 0.11 Ohtrnl NOTICE TO CONTRACTORS - B Revised 1/13/98) paqe 5 c t 7 8n/98 .... .......'- for ti:: d~ratlon of u:e project, that the cc''-erage will be ::;;;.sed on proper reporting of classification codes and oavroU ar::ountS. and that ail coverage agreeme~:s '.vill be filed with the appropriate insura::ce ~er or, :. the case of a self-ir.screa, with the commission's Division of Self-Insurance Re2t:iation. Proviciinz false or misleading i::foffiLluon may subject the contractor to administrative pe~ties, criminal t:e;alties. civil penalties. or other civil a~..:ons." (4) provide the person for whom it LS providing services on the project, prior to the en.d of the covlfasze oeriod shown on its current certificate of coverage. a new certificate showing extension of covcrage:ifthe coverage period shown on 7.he certificate or coverage ends during the duration oithe projea; (5) obtain from each ?erson providing sevices on a projec: under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the Other person beginning work on the project; and (B) prior to the end of the coverage period. a new certificate of coverage showing extension of the coverage period., if the coverage period shown on the current: certificate of coverage ends during the duration of the proj~; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the govern:nental entity in writing by certified mail or personal delivery, of my change that mucrially affects the provision of coverage of any person providing services on the project and send the Ilorice within ten days after the person knew or should have known of the change; and (8) conuacrually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its eoployees providing services on the project, for the duration of tile project; (B) provide a certificate of coverage to it prior to that other person beginning work on me project:; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection.; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of tie coverage period., if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a cenificate of coverage, prior to the other person beginning work on the project; and (ii) ,rior to ~e e~d of the coverage period. a new certificate of coverage Showing extension of the coverage penod, If the coverage period shown on the current certificate of coverage ends during the hnp:llv.rww sos.state.txusltad28fI1J1IOfBf110.110 hun! NOTICE TO CQNT1UI.CTORS - a Revised 1/13/98t paqe 6 of 7 8/7/98 /\l._ , duration ci :~e comraa: J) retain all recuired ce;.i:.::::.:es or coverage on file for the duration c:- .he project and for one year !hereaft:e:- (G) notify the governmemal e~!.lty in writing by ce.'"tified mail or personai delivery, vrithin ten days after the person knew or should have known, of any change that m2.teriaiiy affects the provision of coverage of any person proviciing services on the project~ and (H) contractually require ~ch person with whom it conuacts. to perform as required by this subparagrapn and subparagraphs (A)-{G) of this paragrap~ with the certificate of coverage to be provided 10 the person for '""horn they are providing services. (f) If any provision of this rule or its application to any person or circ.l:nstance- is held invalicL the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable (g) This rule is applicable for building or construction contractS adver"..ised for bid by a governmental entity on or after September 1. 1994. This rule is also applicable for those building or construction coatractS entered into on or after September 1. 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Trans po nation and woo provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, g 4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and.corporate oftkers who meet the requirements of the Act, 9 406.097(c), and who are explicitly excluded from co..-erage in accordance with the Act, 9 406.097(a) (as added by House Billl089~ 74th Legislature, 1995, 9 1.20). This subsection applies only to sole proprietoC'Sy partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered., issued for delivery, or renewed on or after January 1, 1996. SotIrce: The provisions of this 9 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://wwwsos.statetx.usitaci28/IIJ1101B1l10.1IOhtml NOTICE ~o CONTRACTORS - B Revised 1/13/981 paqe 7 0 f 7 8n198 PART A SPECIAL PROVISIONS NORTHWBST LIBRARY BXPANSION SBCTION A - SPBCIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity advertisement inviting bids for the project. Proposals the office of the City Secretary, located on the first 1201 Leopard Street, until 2s00 p.m., Wednesday, June mailed should be addressed in the following manner: with the official will be received in floor of City Hall, 7, 2006. Proposals City of Corpus Christl City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 AnNs BID PROPOSAL - NORTHWBST LJ:BRARY BXPANSJ:ON A pre-bid meeting will be held on Wednesday, Kay 24, 2006, beginning at 9s00 a.a. The meeting will convene at Northwest Branch Library, 3202 McKinzie Road, Corpus Christi. Texas and will include a discussion of the project elements. No additional _or separate Yisitations _wil~be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. &-3 Description of Project This project consists of the following: JrORTHWBST LIBRARY BDANSJ:OH, consists of the renovation and reconfiguration of the existing 7,500 s.t. Northwest Branch Library facility, a 5,250 s.t. building addition, and additional site improvements including site drainage, landscaping, landscape irrigation system, a concrete parking area expansion, and a new driveway. The renovation and reconfiguration consists of exterior building renovations to cement plaster finishes and glazing, a new entry canopy structure, and a complete interior reconfiguration including new partitions, floor, wall and ceiling finishes, and replacement of existing ~chanical, plumbing and electrical systems. The new addition consists of a slab-on-grade foundation, structural steel frame, built-up roofing system, exterior cement plaster finishes, storefront and glazing, interior finish- out, and new mechanical, plumbing and electrical systems. Section A - SP (Revi.ed 12/15/04) Page 1 of 23 ....... .:;--- A-4 Kethod of Award The Total Base Bid and Additive Alternates will be considered subject to the availability of funds budgeted by the City and will be evaluated based on the following order of priority: 1. Total Base Bid 2. Total Base Bid plus Additive Alternate No. 1 3. Total Base Bid plus Additive Alternate Nos. 1 &: 2 4. Total Base Bid plus Additive Alternate Nos. 1, 2, &: 3 5. Total Base Bid plus Additive Alternate Nos. 1, 2, 3, &: 4 The City ~eBerves the rlght to reject any or all bids, to waive i regularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A.S Items to be Submitted with Proposal The following j terns areJequi.!:~~ to be submitted with the proposal: 1. 5% Bid Bond (Kust reference Pro;ect Hame 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.) 2 Disclosure of Interests Statement ._......_--~_.._-__..____ -_ ._.___,.._.._ __..m______ A-6 T~e of Completion/Liquidated Damages The working tlme for completion of the Project will be 305 calendar days. No addi tional time wi U be granted should any of the Additive Alternates be awarded. The Cont ractor shall commence work wi thin ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee (IICity 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 in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor s workers' compensation insurance coverage for its employees working on the proj ect is terminated or canceled for any reason, and replacement workers compensat ion insurance coverage meeting the requirements of th LB Contract is not in effect on the effective date of cancellation ot the workers I compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers I compensation insurance coverage must not perform any work on the Project. Section A - SP (Revised 12/15/04) Page 2 of 23 Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and wi I be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-a Paxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A- 9 AcJtnowledgaen t of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Building Construction and Heavy Coastruction. In case of conflict, Contractor shall use higher wage rate. Iti.ninun Prevaili.n3 Wage Scales '!be Cbl:pus Cbristi City Cbuncil has detenni.ned the general prevail~ m:uunun lnJrly wage rates for Nueces 0::Iunty, 'Iexas as set cut in Part C. '!be Ck:ntractor am any suboc:ntractor III.JSt IDt pay less than the specified wage rates to all laborers, w:u:kIren, and mechanics enployed by them in the executicn of the O::ntract.. !be ctntractor or subcx:ntract:or shall forfeit sixty dollars ($60.00) per calen:lar day, or porticn thereof, for each laOOrer, w:>rlanan, or mechanic enployed, if such person is paid less than the specified rates for the classificaticn of w:>rk perfonred. !be Contractor and each subocnt:ractor IrllSt keep an accurate record showing the names and classificatialS of all lab:>rers, w:>r'.....leI.., and mechanics euployed. by them in cx:xmectien with the Project ard slno1iD:J the actual wages paid to each llDrlrer . 'ltle O:ntractor will make bi-~y certified payroll subnittals to the City ED3ineer. '!be O:ntractar will also obtain ~ies of such certified payrolls fran all sulxxntractors and others ~ en the Project. These OOcurents will also be subnitted to the City &r:Jineer hi-weekly. (See section for Min:lrity/MiIDrity Business Entezprise Participatien R:>1icy far acklitiooal requirements concerni.ng the prqler form and content of the payroll subnittals.) One and ene-half {l~ t:iIres the specified l'n1rly wage lIUSt be paid for all ln1rs w:>rlre.d in excess of 40 lx>urs in any one week and. for all lx>urs w:>rked on sundays or holidays. (See Secticn B-l- 1, Definiticn of TenIB, and. Sectien B-7 -6, WorkinJ 1b.1rs.) Section A - SP (Revi.ed 12/15/04) Page 3 of 23 A,-ll Ooope.ratial with Public Agencies (ReviSEd 7/5/00) 'lhe Contractor shall ca::perate with all public and private agencies with facilities ~ratiDa within the limits of the Project. '!be Cbntractor shall pmvide a forty-eight (48) hour notice to any awlicable agency when -....ork is anticipated to proceed in the vicinity of any facility by using the Dig Tess System 1-800..344-8377, the Lcne Star H::>tificatial Ca1pany at 1-800-669-8344, and the Scuthwestem Bell lDcate Group at 1-800-828-5127. For the Cbntractor's convenience, the following telephone nuIDers are listed. Ci ty En3i.neer Project lbJinecr Architect. SolkaNavaTorno, ardritects Traif ic ~ineering Police Departrrent Water Departrrent Wastewater Departrrent Gas Departrrent Stonn Water Department Parks & Hecreatian Department Streets & Solid Waste Services AEP SBC City Street Div. for Traffic Signal/Fiber C4>tic lDcate Cablevisicn ACSI (Fiber C4>tic) I<:r<C (Fiber Cptic: OloiceO:n1 (Fiber Cptic) CAPRX:1< (Fiber Optic) BrOClks Fiber C4>tic (MAN) A,-12 Maintenance of Services 880-3500 361.-854 -14 71 880-3540 882-1911 857-1880 857-1818 885-6900 857-1881 880-3461 857-1970 299-4833 881-2511 857-1946 857-5000 887-9200 813 -1124 881-5767 512/935-0958 972-753-4355 (880-3140 after lrJurs) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (693-9444 after hours) (1-800-824-4424,after hours) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (M:bile) The Contractor shall take aJ.l precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records t etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor I s sole and coq:>lete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground drawings, the Contractor shall make the utilities back in service to construct the the Contract price. All such repairs must company or agency that owns the utilities. utilities, whether shown in the necessary repairs to place the work as intended at no increase in conform to the requirements of the Section A - SP (Revised 12/15/04) Page 4 of 23 Where existing sewers are encountered and are interfered with (Le. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It. J 6 also the Contractor I s responsibility to make all necessary repairs, relocations and adjustments t:o the satisfaction of the City Engineer at no increase in the Contracr price. Materials for repairs, adjustments or relocations of sewer serVlce llnes must be provided by the Contractor. A-13 Are. Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause m.inimum adverse impact on the accessibility of the lR\lSelifll project site and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City'S Traffic Engineering Department. The Contractor shall secure the necessary permit from the City'S Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. &-14 Conatruction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid iteM fer "CEreet aleBvatiea"j therefore, no direct payment will be made to Contractor. 8ec:tlOD A - 8P (R..laed 12/15/0.) Page 5 of 23 ~. -- A-16 Diaposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidlary; therefore, no direct payment will be made to Contractor. A-17 City Engineer Field Office HOT USED The COBtractor RR:lst fl;lrBiah the City En!!JiBeer or his rcpreseBtati:e "..ith a field offiee ~t the eOBstructioB site. The field office ffil;lSt eoataia at least ~sqtlarc feet of. I:lseaJale opaee. The field offiee ffil;lSt be air conElitioaea aaQ.-.. heated and ml:lot be furBished '-.iith aa inclined table that meaSl:lre9 at least ~~ 6Q" alia t\:a (2) . chairs. The Coatraster shall meve the field effice Oil the ~--a&- reEfliired b1 the City EB!!Jineer or his representati.e. !J!he-..field office must be furnishea '.:ith a tclcpheBe (",iith 21 heur per day aBs".:criag .. serviee) and FAX maehiRe paid fer by the Centracter. There is no separate pay item for the field offiee. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALlDmAR days. Th18 plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-constructlon meeting. The plan must lndicate the schedule of the following work items: 1 Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre. Construction Meeting an initial Construction Progress Schedule for review. 2 Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. ~~~tt~l Dates: Indicate submittal dates required for all submittals. 4 Re::-Submission: Revise and resubmit as required by the City Engineer. 5 Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-L9 Construction Project Layout and Control (5/2006) The drawings may depict but not necessary include: lines I slopes I sections, measurements, bench marks, baselines, etc. that are required to construct a project of this nature. grades, normally Major controls and two (2) bench marks required for project layout, will be provided by the City or AlE Consultant The Contractor shall furnish all lines, slopes and measurements necessary for control of the work See: tiOD A - 81' (Revi.ed 12/15/04) Page .. of 23 ~ If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consul tant Project Engineer, the required deviation would necessitate d revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may requ~re that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide sitework certification for documentation and verification of compliance with the Contract Documents, plans and specifications Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey CR.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor. Verify site grading, roadway and parking improvements. Following is the minimum schedule of documentation required: Streets. · All eurs ret~rBS at paiBt af taageaey/peiat af eireamfereaee · Care aBd gatter fIe.: liae eath sides ef street oa a 299' iateF\'al, · Gtreet ere.ms sa a 299' iater\"al aBd at all iBterseetisas. Waste\.ater. . All rim/iavert el~;atieas at mankeles, · All iaterseetiag liBes ia manhales, · Gasiag ele.atiaBB (tep af pipe aad flew liae) (TXDOT aad RR peFMits) . Water. . All tap af valves sen, · ~al~e8 ~alts rim, · GasiBg ele-.atisaB (tap ef pipe aad fls'..' liae) (TXD9'l' aad 1m perillits) . Stormwater: · All rim/invert elevations at post inlets and manholes; · All intersecting lines in post inlets and manholes; · Casing elevations (top of pipe and flow line) (TXDOT permits) . .-20 T..ting and Certification All material tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. Tbe Contractor must provide all applicable certifications to the City 8ngineer. Section A . S. (Reviaed 12/15/04) Page 7 of 23 ~....,- A-2~ Project Signs The Contractor must following drawing construction begins the Contractor. The the City Engineer. furnish and install ~ Project sign as indicated on the ( Attachment II) The sign must be installed before ana will be maintained throughout the Project period by location of the sign will be determined in the field by A-22 NinoritY/Kinority Business Enterprise Participation Policy (Revised 10/98) 1 Ps>l-t9' It is the policy of the City of Corpus Christi that maximum opportunity 18 afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christ i in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minod ty and female part icipatlon by trade and for Minority Business Enterprise. 2. Definitions --_._~_.__.- a Prime Contractor: Any person, associat ion or joint venture as awarded d City contract. firm, partnership, corporation, herein provided which has been b Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combinatIon of the foregoing under contract with a prime contractor on a City contract Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin,l\merican Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minod ties. Minority person (s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1 . Owned (a) Foz a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (:)) For an enterpr iee doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person{s) SectioD A - SP (Revi.ed 12/15/04) Page 8 of 23 2 Controlled .-..--- The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3 Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, divide.nds, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Mi~ori ty See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3 Goals a The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation (Percent) Minority Business Bnterprise Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from proj ect to proj ect for the sole purpose of meeting the Contractor's percentage is prohibited. 4 c:ompliance a Upon completion of the Project, a final breakdown participation, substantiated by copies of paid invoices, submitted by the Contractor to the City Engineer. of MBE shall be SectiOD A - SP (a.vl..d 12/15/04) Page , of 23 The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the ProJect. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit over-all participation information as required. A-23__Inspection Required (Revised 7/5/00) The mtractor ahall assure the appropriate building inspections by the Bui 1 '1g Inapection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General provisions is changed to r.ead aa follows: "No surety will be accepted by the City from any Surety Company who 1S now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of rexaa. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, 'Ie Surety Company shall provide certification satisfactory to the ,ty Attorney that the Surety Company has reinsured the portion of he bond amount that exceeds ten percent (10%) of the Surety ompany I a capital and surplus with reinsurer (a) authorized to do businesB in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and aurplus will be verified through the ~tate Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The ';urety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the qurety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." S.ctlO1l A - SP (Revl..d 12/15/0t) Page 10 of 23 A-25 Sales Tax Exemption (NOT USBD) ~eetioB B (; 22, Tal ( ~(eMptieB Provision, is aeletes ia its en~irety aRS the folls.:ia!;J sW9stitatea in liea thereef. Coatraets--f.er impro....ements to real prSflerty a\:araes BY the City ef Carpas Chriati do net qual if)" far e)cemptioas af Cales, &3(ei8e, aaa Use T~ces aaless t;he- Contraetar elects to sperate uaser a separated coatraet as sefiaes BY E:ection 3.291 of Chapter ), TalC Adminiotration of Title 3 i, Pttblie Fiaaac'e of the TeJeas Admiaistrative Cede, or such other rales or regulatieBs as HlaY be premulgates b}-e-fte--Cemptreller of Pl:l:blic ACCOllRts of TelEa8. If the Contraetor cleets to operate under a separated centraet, he shall: ~ oetain the aecessary sales t~c permits from the Ctate Cemptreller. ~ IsaBEif} ia the appropriate spaee on the "CtatemeBt of Materials aad Other Charges II in the prepesal ferm the eest ef materials physieally iflce~erated iate the Project. -3--;---.. Pre>'.ride resale eertificates to suppliers. 4-..-- Pre. iee the CiE} with eepies ef material iw;oiees to oW3staatiate the prepssal valac ef materials. If the COBtracter sees Rot elect to operate aBder a separated centract, he Rftlst pay fer all gales, g)[cisc,aas Use TaJEes applieable to this prejeet. ~aBcentracter8 are - eligible for sales talC alBe eeMplies ~:ith the above requiremeats. resale eertificate to the SaBeeaEraeter aad iSBa(;9 a resale certificate te his s~plier. eJCemptieas if the sliSeeatraeter The Ceatraeter llMiet isslie a the subeeatraeter, in tara, A-26 Supplemental I:naurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event restricts the covenants to c!!ange to: of cancellation or material change that reduces or insurance afforded by this coverage part, each insurer mail prior written notice of cancellation or material 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Bngineer requests that the Contractor sign the Contract documents. SectloD A - SP (Revlaed 12/15/04) Page 11 of 23 Within thirty (30 calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker I s compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract For each Contract, insurance additional additional insurance coverage provided in accordance with Section B-6-11 of the the Contractor shall obtain an endorsement to the applicable policy, signed by the insurer, stating that the City is an insured under the insurance policy. The City need not be named as insured on Worker's Compensation coverage. For contractual liability insurance coverage Section 8-6-11 (a) of the Contract, the endorsement to this coverage stating: obtained in Contractor accordance with shall obtain an Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or In connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemn~fied hereunder. &-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section 8-6-11 of the General provisions is amended to Include: Contractor must provide Builder's Risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's Risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builder's Risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations for Contract Award and Bxecution To allow t:he Ci ty E:ngineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Bngineer may require a bidder to provide documentation concerning: 1 Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and See: tion A - SP (Revised 12/15/04) Page 12 of 23 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer'S request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field ~~~n~stratiOD Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the Ci ty Engineer makes this determination may include the following: 1. The SUperintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors I and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar "-'Ork and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Docwnentation concerning these requirements will be reviewed by the City Engineer. 1he Contractor's field administration staff, and any subsequent substitutions or replacements thereto, l1a.1St be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Iuch written approval of field _.--in-istration staff is a prerequisite to the City 1Iag1neer'8 obligation to execute a cODtract for this Project. If such approval is aot obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Bngineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. &-30 Amended .Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Sec~io~B=3-1 Consideration of Contract add the following text: Within five (5) working days fOllowing the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) l1Rlst submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; SectlOA A. - 8P (Rev1.ed 12/15/04) Pave 13 of 23 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MaE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MaE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible 6 A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7 A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8 Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9 Documentation as required by Special Provision A-35-K, if applicable. 10. Within five 5) days fO:l:lowing bid opening, submit in :letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on beha1f of said entity. s.ctioa A - SP (Revl..d 12/15/0.) Page U of 23 ~...._- A-l1 -~ Policy oa Extra Work end CbaDge Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 ~licy on Extra Work and <llange Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. '!be Contractor acknowledges that any change orders in an arrount in excess of $25, 000 .00 tlUSt also be approved by the City Council. &-32 ~ -Bxecutioa of contract- RequirtDeDts Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the follCMing: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perfonn under the Contract, until the date the City Engineer delivers the signed COntracts to the Contractor. &-33 Coaditions of Non Each bidder must familiarize himself fully with the conditions relating to the COIlIlpletion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. COntractor is reminded to attend the Pre-Bid Keating referred to in Special provision A-l. &-34 Precedence of Contract Docuaents (Karch 2006) In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Staaaara Technical Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the ~taftaara Technical Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Staasard Technical Specifications, and General provisions, in that order. A.3S City Water pacilitiesa Special Requirements (NOT USBD) A. Visieer/CSBtraeter Qrieatatiea Priar to perfanaiag .""erli: at aft}" City ".later faeiliey, the Caatraeter, his aubcentraeters, aad each af their emple}"ees IIR:lst fta~e en their parsen a .alia ears eartifyiag their prier atteaaaaee at a Visiter/Csatraetar ~afety OEieatatien Pre gram eeaaaetea by the City Water gepartmeat PeraeflRel. PI. 'lisH:er,'eeatraetsr Safety Orientatiaa pregram ..:ill Be afferea BY alitherili!lea Ciey Water Department perssanel fer these perseRs whs ds Bet ha~e slieh a eara, aaa whe desire to Ilerfena aft)' ~:erJ( withia aft)' City '.."<lter faeility. For asditienal infarmatisB refer te A~~aehmea~ 1. s.ctlou ... - Sp (Revlaed 12/15/0.) Page 15 of 23 ~ QpelE'fltiea ef Gity Owaed Bllil'lillasBt The GeatEee"e~ shall Bet sta~t. epe~ate. e~ step aD) p ~. ~tes. -.-aIve. elfllipaeBt. switeh. hreaJler. eaBtrel. es aay et;hes item reIatedte Gity water faeili~ at aay t~e. ~ll sHeh items ~Igt he e~eratea B}' aa o~erator or ether autherisea maiateaaaee effiPlayee ef the City Water De~artmeat. ~ Psateetiea ef Water Qualit} !I!he-~ IIM:lst deli. cr ',mtcr of ariaJdag' fJ1:lality ta its custamers at a-l+- times. The Coatractor- shall proteet the qaality af the ....ater -ifr -the j oe aite and ahall. eoeniiaate ita wor]t ....ith the City Water Department to protect the quality of the ....ater. fh.- GeRfeEaity "ith AHSX/HSF StaBllasd 61. All materials aaa efJ1:lipment uses ia the repair. reasseffiSly. traaspartatioa. reiastallatiaa, aad inspeetiea af p\lft\ps. sr any ather itellls, uhieh eaals eaRle iate esntaet '.Ilith petahle ~.:ater, HW.st eonfaFfR to ARlerieaa natianal StaaaarEls Iastitete/Natianal Sanitatiea Patlnsation (.1\NSI/NSF) Ctansara 61 as dessribes ia the 9taasara Speeifieatiaas. SQeh ..tesia!s iaelQde all selveats, elaaaess. luh~ieaats. gaskets, taead er.(elHlds. eeatiRgs, er hydraulie efl'lipIRBat_ nesa it--- mast Ret ~e Qsed usIess they eeafe~ with AHSX/USF Staallasd '1 aad URless 811eh it..17'- are iRspested ea the site hy autheri.ed Gi~ perseBBe! ~ediate!y prier te Qse. ~ Contraetor shall provide the Eagiaeer ..1ith eepies of ....ritteR preef of AlWI/NCF Ctaada:ni '1 approval far all materials .Hiieh could eeme iata eontaet with petaele ....ater. E. UaBdli.g aad BlsIlesal ef Trash All trash geBeratcd by the CORtraster or his emplayees, suSeoBtraeters, IIM:lst ee sOBtaiaes at all tiMes at faeilit} site. Bla..iag trash will Ret ae allewed, The shall Iteep ..:orlt areas eleaa at all tiMes aBa reme:e dail} , OOIFIU.~a · s ell SX'!'. PRBPARATIeH ageB~s, or the './ater GeBtraeter all EFaSft F. CeRtraetor 's peFseflftel mHBt thaa erange, el~e, er white. ee..~ a_e aaa individual ....ear ealered ~ifenR everalls a~her Baeh ~le}ee uaifeEa must p~e~ide f!eyee ideatifieatiea. G.- Ceatraetor shall pro...ide tele~heRes fer Contraeter persaRiiel. Plaat tolephones a~e Be~ available fe~ CeB~rae~e~ use. H. WerkiBg he~re wi!] be 7.99 .'-. H. te S. 99 P. H" t1eaday thr\! Friday, .f-.-. Ceatraetor R1HSt Rft:lst pre .ride ewa Rot ese any City faeility saBitary faeilities. rcetreeMs, Ceatraetor Section A - 8. (Revi.ed 12/15/0.) Page 16 of 23 J-,. All Centr-actor ..ehicles Rl\:lst Be parkeS. at designated site, as Eiesigaated BY City Water BepartMeRt staff. All CaRtraetar ~ehieles lmlst Be clearly laBeled ,:ith ealRJlaay name. tie pri....ate emplayee 7ehieles are allawed at e. N. St-eveRS Wat:er TreatmeRt PlaRt. All perssDBel HUlst .~. ia campa&) '..ehieles. DliriBg '.Jarldag helirs, eeatractor emplayees mlist net leil".re the designated eenstrlietisa area nor waader thro\igh aft)" In:lildings ather thaa fer refJUired ....arJt er-. a8 €Ii reeted by Ci ty Uater Departmeat perseanel aurin!!) emer!!)elicy cvaeliati(~ K-;--... Ceatraetar Qlialifieatisns ....cQYISITlOO) 9ruw.~. (SUPERVISORY GeNT~l. him DATA 1J.R) ....srJt to the campti.ter baaed maRi tsriJl!!) aad saatral s}'stem Rftlst be perfsrMed saly BY qualified techRical and sti.pervisary persaBnel, as- determined by mcctiag the qualifications 1 thnl. 9 Bels\:. This I.'arlt incllides, 19lit is Bet limited ta, medifieatisas, additiaas, chan!!)es, aclectioBs, furnishia!!), iastallin!!), csaBectiB!!), pre!!)raRlRliB!!), customiBia!!), deBug!!)ia!!), caliBratiag, ar placiag ia aperatien all hard..'are and/or saft",are sl'lecified er refJUired BY these speeifieatiaas. The Gentractar ar his saheaatraetar prapasin!!) ta perfsFRI the S~~ _arJt mlist Be able to demaBstrate the falle\l..-ing. h- He is regularly eagaged in the eempliter hased lftSaiterin!!) ane saatrel syst.em Blisiaess, preferahly as atll'llied t.e the mWlicipal \:ater alid '.Jastewater ilidustry. lIe has perfoFRIeEi ..erJl aft systems of eamparaBle siBe, tYIJe, aae sempleldty as re~ired ia this Caat-raet ea at least three priar prajeets. He lias BeeR aetively eBgaged ia the type af warJl sIJeeifica hereia fer at least S years. He employs a Re!!)ist.ered Pretessiaaal Bagiaeer, a CeaErel Systems EB!!)iaeer, er aB Electrieal Bftgineer to sapervise or perform the ..erJl reEf1iireEi hy this speeifieatieBs. He employs perseRftel ea this Prajee~ :.~s hWJe saeeessflilly eelRJ'lleted a RlaBlifaet.lirer 's t.raiaiag eelirse iB eeafiguria!!) aBd implemeBtiag t.he specific eeMplit.eFs, RTUS's, aad Boft.ware pFaIJased fer the CaRt.raet.. He maiRtaias a penRaReat., tally st.affed aaa. aer.riec faeility withia tOO miles af ~he PFejeet maiataia, repaiF, ealihFat.e, aad prsgFam t.he speeifiea hereia. lIe shall farRish ef:Jl::lipmeRt which is the prad1iet af aRe maMlfae~arer te tae JIla,)d.liIR pr.aetieal eJ[teBt. Waere this is Bet praetieal, all eEfl:lipmeat of a gi. ea type ',Jill he the preduet of oae maaufacturer. Prier perfermaaee at the 0 _ N. Ste .reBS Uater Treatmeat. PlaBt I.. il 1 Be l:lsed in e'.raluatiRg ..hieh Ceflt.raet.er or SaBeeRt.raeter pregramB the Be.. _adt for this Prejeet. The Contracter shall pradase all tilled aut. prsgramming bIeells re~ired to sao'.: tae prsgralllRliBg as Beeded and re.Ef1:lirea, to add these t-.JS S} st.ems te the enistiag ei t}. Sc:.J\Q.'- syst.em _ ."..t. taehed i a aa e)(ample af the FefJUired p:regraHllRiRg blaelts .:hieh the City requires to he filled in aaa ~i.eB to the City Eftgiaeer with all ehaRges made d1iriag tae pragrammiag phase_ The at.t.aehed sheet is aa enaRlple aBEl is flat iateflaed te shew all af tlie reEfl:lired sReet.s. Tlie Csatraeter will pre ..-ide all pregraRlfRiBg blseJts lised. 2-0-. -- ~ L ~._- ~ eEfUipped site te syst.eMs =f-:---- ~ 9-.- -- SectioD A-51' (Revl..d 12/15/0.) Page 17 of 23 .... ~ Treftekift~ Requiremeats .'-11 trefteaiftg for tkis prej eet at tke O. U. DteveRS lIater TFeatlReRt Plaat shall Be perfarmea asiRg a baelthee or haRa aiggiRg ~e ta the aalMler af euistiftg 1::lRaeFgrel:ifla eestruetieas. He tFeRehiftg maehiaee ehall be alle./ea eft the prejeet. &-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity Contractor shall submit number required by the City to the City Engineer or his designated representative. b Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. t Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Section A - 8P (Revi.ed 12/15/04) .age 18 of 23 ~ 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection 3. ':l'<<=:.st. and~epair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and allan-site test data within the specified time to the City Engineer for approval" Otherwi.-se, th~__related equipment will not be approved for use on the project "'-37 :a~9d -Arrang.-ent and Charge for Water Furnished by the City- !0'1' tJSBD VnEler "GeBe:ral ITe.risieae ana RequiFemeBts fer Hmiieipal Censtnietien Gentraets", B ~ ArraB9e8leftt and '"""'-rge far Water FlirBiaaea BY the City, alia the felle'..riag. ~ CaatFaeter mHst e~ly with the City af e~~ Christi's Water Caaeervatiaft ana Dre\i!Jftt CaatiBgeaey ['Ian aD amended (tae "Plan"). This iael"uies i~lemellti~ ..ater eeasenatiaa RlCaS\H"eS estaelished far ehaBgift!J ean&itiaae" The Cit) ~Reer ..ill pr-eviae a espy €If tRe Plaa te GentFaeter at the pR eenstrnetieR meeting. The CaRtraeter will Jreep a espy af the Plan en the Pr~jeet site tlrre1:lghe\it eenst:nwtioa." &-38 Worker's Compensation Coverage for Building or Construction Projects for Goverument Entities The requirements of "Notice to Contractors 'B.II are incorporated by reference in this Special Provision. "'-39 Certificate of Occupancy and Pinal Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General provision B-8- 9. &-40 Amena.ent to Section B-8-6: Partial Bstimates General provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. "'-41 Ozone Advisory Priming and hot-mix paving operations, and roofing operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this ~s experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. &-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. Sect;lOD A - 81' (Revi.ed 12/15/0.) Page 19 of :U A-t3 A1IIeDded Indemnification " Bold Harmless Under "General provisions and Requirements for Municipal Construction Contracts" !\~~-=~ Indenmification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indenmify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor supp} ier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes inj ury to an employee of the contractor, or any subcontractor, supplier or materialman. A-t4 Change Orders Should a change clrder (s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: ( 1) Horizontal and vertical substitutions/field changes. dimensions due to (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) ~lY other changes made. Section A - SP (Revi.ed 12/15/04) Page 20 of 23 ....""""""' &-46 Disposal of Highly Chlorinated water (7/5/00) NOT USBD The Gentraeter shall ee respensialc for the dispesal ef ".:ater used for ~estiBl), aisiafeetieB ana liae flushial) ift aB appre'.~ea manner. Cefttamiftants ~~- ~ator, partieularly hil)h leJele of ehlerine, ~ill ee used fer eisinfeetien, and may eneecd the permissible limits fer diseharl)e inta wE!tlands or Ofp:ireBRlentally eensiti.:e areas. These are rel)ulated by BlimeraUB al)eneies Blieh as TIJRCC, -BPA, ete. It \Jill Be tae CeR~raeter's respeBsibility to eemply ~ith the re~iremcnts of all rE!l)ulatery al)efteies in thE! di~esal af all \.~tcr UDcd in the project. The metheds of dispssal shall be saBmi~~ed te the City for appre.al. There ohall ee BO separate pay fer dispesal ef hil)hly ehlerina~ea water. - Centractor -oRall aot use the City' B sanitary sewer system fer dispesal of coatamiaatcd water. &-47 Pre-Construction Bxploratory Bxcavations (7/5/00) NOT USED Prier te any eeRstruetioB ".Jhatevcr on the prejeet, Contrae~er shall exeavate aRa eJepeee all cmietinl) pipelines of the prejeet that erass ".dthia 29 feet ef prepesea pipelines af tho prej eet ana Cantractar shall san e} tlle enae~ ?ertieal aBd harlBental location of cash crassinl) and petefttially eonflietinl) pipelinc. PeJ:'-- enistinl) pipeliaes which parallcl and are ,:itllin ten feet (19') ef prepased pipelines of the prejeet, Cantraeter shall eneavate and e.1epese said e.1ritinlJ pipelines at a Iftanilfttlm of 309 fect O. C. aad Centraster shall survey the aeeurate horiBontal aad .crtieal leeatioRs of said parallel pipelines at 309 feet IftaJrimklm O.C. Geatraeter saall then indieatiBl) the O"..Ifler apttreniRWlte statien ele'latiofts of the top prepare a repert and BaBmit it ta the City fer appre~al af pipelines eJcca.... ated ana Blirye}'ed, as \Jell as the thereef, distanee to the pa.ement eenterline ana af existiBl) pipE!liftce. ge.~rae~8r shall perfeEa ne eens~r-ue~ieB werk en the prejee~ UB~il all ...lera~8~ 8Kea~ati8Bs have heen made is ~hei~ es~ire~, ~he ~esul~s ~h8reef ~e.er~ed te the BBgiBeer aDd uatil een~~e~er reeei.es Bagiseer"s appr~al af ~e.e~~ . ButtleraEer}' e.1ccavatiens shall ee paid fer Oft a lump SUlll basis. Afty pa.,'ement repair asseeiateEi ".:ith exploratery clCcayatioftB shall be paid fer aseerdia!) te the established Wltil price of pa'. sment patehinl). Centraeter shall pre':iEie all bis e'Nft survey ~.er)c cffert (ne separate pay) fer eJcj!leratery ensavatieBs. A-48 OVerhead Electrical Mires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while qthers are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. SeCUOIl A - .. (R.vl.~ 12/15/04) Page 21 of 23 ....' - A-49 Amended allaintenance Guaranty. (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", ~=_l!.::.!~ Maintenance_ Guaranty I add the following: "The Contractor' s guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity. II A-50 Geotechnical Study (5/2006) A project geotechnlcal study lS furnished for reference. 'A' attached herein Refer to Appendix &-51 Work Within TxDOT Right-of-Way 15/2006) Before proceeding with work within any TxDOT right-of-way, the Contractor shall notify TxDOT using the attached "Notice of Proposed Work" form (see Attachment I) and obtain a certificate of no objection from the East Nueces County TxDOT Maintenance Section Supervisor, Mr. Jim Jennings (Phone 289- 1400, Fax 289 2739) The form may be faxed to him for approval. Section A - SP (a.vi.ad 12/15/04) Pa.ge 22 of 23 .....-. SUBJU'rl'AL TRANSIO:'rl'AL PORM PROJECT: NORTBWBST LIBRARY BUAHSION; PROJECT No. 4319 OWlIBR: CITY OF CORPUS CHRISTI ~""~"-- _.-. .-GINKER ARCHITBCT: Solk~~y~Torno, architects COll".l'RACTOR: 8umUTTAL DATB I SUBMITTAL HmlBBR: APPLICABLE SPECIPICATION OR DRAWING SUBMITTAL Section A - SP (Revi.ed 12/15/04) Page 2] of 2] ~.-..,"- ATTACHMENT I TxDOT NOTICE OF PROPOSED WORK FORM (To be completed and submitted to TxOOT 72 hours-prior to work in ROW) ........--- ~ ~ , ~ I ~ ~ ~ ~ ~ J .......,..,""""" NOTICE OF PROPOSED WORK Penuit No_ 16-03-6- Hwy US 181 Control 010 J -06 City Date Description of work: t ,ocation Description:____ Utility Owner ____ By__ Title____ Address Telephone.._ _._---- -,--"-"'-~ -----...........::::._-_.~-,-_._---_.- Signature The Texas Department of Transportation offers no objection to the above-described work. Notification of this office should re made prior to commencement of work. NOTE: I OPEN holes shall re barricaded. 2_ The right-of-way is to re restored to its original condition including compaction, seeding, and tree trimming or additional specifICations as required. 3. All traffic control shall be in accordance with the Texas Manual on Uniform Traffic Control. 4. All work shall be in accordance with the rules, regulations and policies of the Texas Department of Transportation, and all governing laws, including but not limited to the "federal Clean Water Act", the "National Endangered Species Act", and the Federal Historic Preservation Act." This shall include such items as a pennit issued by the Corps of Engineers (wetlands) and a nesting migratory bird review. Jim Je.oilU!s Mai.tenance Supervisor 361-289-1400 361-289-2739 Telephone _Fax___ A TT ACHMENT II BOND 2004 PROJECT SIGN ~~".--- ....., ~ a Q:: ~ ~.~ I Ul::.:; lJ) ~(' -,q: IQU5,: ;J:~ ~~ I :..,. t~ I "'~ -8 f''i h'_""~""""""",,, ,'~._,~'''_,.. 'n_^.~ ~ Q) c(: ~'.~ ~ ~ ,. C' \/ f: '" -+ , ... _I", t-'~, " -i--;,'- -1 i i I ! i I .( ::J' \() a < :::> LuVlO <~a:: eu~ ~~u QQ~ lJ) 1/::~~-': 1'-10 1/2' Z' ~ .:? - '" ,. cr, l( (( ~I 4 -,(i Attachment II SP A-21: REV 0 Page 1 of 1 J/8 ... -0" I 2' 0" I -~+- ----- -i 2: CJ -- en f- l) Lu ~ o Q Q ~ o o C"-J a 2: o OJ PARTe FEDERAL WAGE RATES AND REQUIREMENTS ...... : Page 1 0[2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Dee ision No. TX020039 State: rEXAS construction Type: HEAVY County ies) NUBCES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS ,including Sewer and Water Line Construction and Drainage Projects) Modification Number o Publication Date 06/13/2003 COUNTY (i es) NUECES SAN PATRIClO SUTX2052A 12/01/1987 Rate::; Fringes CARPENTERS (Excluding Form Setting) $ 9 05 CONCRETE FINISHER 7 56 ELECTRICIAN 13 37 2.58 LABORERS Common Utility 5,64 7.68 POW. EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8.72 WELDIRS Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ( 2 9 CFR 5. 5 (a) (1) (ii) ) . In tlae listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargeined wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has t here been an ir; itial decis ion in the matter? This can be: k an existing published wage determination * a survey underlying a wage determination Page 2 of2 * a Wage and Houl Divi3ion letter setting forth a positi.on on a wage determination matter * a conformance additional classification and rate) ruling On survey related mattl~rs, initial contact, including requests for summaries of surve/S, should be with the Wage and Hour Regiona i Office t or thl~ area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey proqram If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed With regard to any other matter not yet ripe for the formal process described here initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Divlsion U. S. Department of Labor 200 Constitution Avenue, N. W Washington, C. C. 20210 2.) If the answer to the quest:ion In 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part I.B and 29 CFR Part 7). Write to: Wage and Hour Admin]strator D.S Department of Labor 200 Constitution Avenue, N. W. Washington, r C 70210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue ;.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington D. C 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION ~. Page 1 of3 TX030063 MOD 5 REVISED 02/03/06 TX63 k******* THIS WAGE DETERMINATION WAS REPLACED ON 02/03/06******** Genera] Decision Number: TX030063 01/13/2006 Superseded General DecIsion Number TX020063 State: Texas ConstructIon Type Building counties: Nueces and San Patricia Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 06/13/2003 02/13/2004 .2 OS/28/2004 3 12/24/2004 4 09/23/2005 [" 01/13/2006 ) BRTXOOOl 005 07/01/200'J Rates Fringes Brick layer < < . $ 18.50 6.10 * BLEC0278-001 08/28/2005 Rates Fringes Electrician. . .$ 17.45 4.50+7% IROM0066-002 01/01/200 Rates Fringes Ironworker. ... ...$ 16.10 4.65 PAIN0130-001 07/01/200L Rates Fringes Painter .$ 13.63 1. 60 SUTX1987-002 03/01/198"1 Carpen te r . . Cement Mason/Finisher Laborer. Mason Tender. Plumbers and Pipefitters (Including HVAC) Power equipment operators: Backhoe. Rates $ 9.96 $ 12.50 $ 5.56 $ "7.14 $ 10.05 $ 7.84 Fringes '....- Page 2 of3 Roofer (including Built Up, ComposJtion and Single Ply} Truck Dri 'J'er. $ 9.20 $ 7.50 WELDERS Receive rate prescribed for craft performing operat ion to which WE Iding 1 S incidenta 1 . -- --- -----~---------~--~-------- ------------------------ _. - "W __ _ _ _ _ _ __.. __ _ _ __._. ___ __.._ _,.. _ _____ __ __. __ ____.___ _ _ ___________ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award (mly as provided in the labor standards contract clauses ( 29CFR 5 5 (a ) ( 1 ) ( i i) ) - ----------------- 'n the lIsting above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and frlnge benefit rates. Other designations ndicate unions whose rates have been determined to be ..revai 1 i og. --------, -. -------- WAGE DETERMINATION APPEALS PROCESS be: Has there been an initial decision in the matter? This can an existing published wage determination a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour R.egional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be foll)wed With regard to any other matter not yet ripe for the formal process described here initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour D.vision U.S. Department of Labor ~;oo Canst i tutior; Avenue, N W Washington, DC 20210 L.} If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator htto:/lwww.wdol.pov/wf1()lIo;:r..filp...!...rrh;...../rl.H.~nh~~.... 1'1{\IY} I.....f" _C' .....----- Page 3 of3 (See 29 eFR Part 1.8md 29 CFR Part 7) Write to: Wage .'lnd Hour hdmin ist rator U S Departmenl of La~~r 200 C(>Dst 1 tutl('il Avenue, N W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's pOEition and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerl} the Wage Appeals Board) Write to: I\dministrative Review Board U S. Department of Labor 200 Constituticn Avenue, N W Washington DC 202] 4.) All decisions by the Administrative Review Board are final. ---- -'-_.- --.----. .--.--- -_._~-- .,-._._------- -- _._-----------~--------- --- ------------- --------------- ----------------------- END OF GENERAL DECISION - A G R E E MEN T THE STATE OF TEXAS I CO~Y OF NUECES S THLS AGREEMENT LS entered into this 11TH day of JULY, 2006, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Nuwav Internationa1. Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas In C<JDsidel'aticl of the payment of $1.378.948.58 by City and other obligations of City as set out herein. Contractor will construct and complete certain improvements described as follows: NORTHWEST LIBRARY EXPANSION PROJECT NO. 4319 (TOTAL BASE BID + ADD.ALT.NO.l: $1,378,948.58) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and condi tions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents. including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications. inc uding a 1] maps, plats I bl ueprin ts, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 .. @I:. ' Ijli: Ji8~ J -:. 1 () 3D181['::J)Bl t: Nt;, 1 Nt t..1'< 1 N\.:1 JU.I) ITEM BASE BID NORTHWEST LIBRARY EXPANSION I II III --- QTY DESCRIPTION Lump Sum Northwest Branch Library expansion consisting of site Improvements, renovation of existing branch library and a building addition. Fabrication of custom ALLOWANCE Lump fabricated powder-coat paint NO. 1 Sum finished aluminum sheet metal "leaves II and "butterfly". A:W,ONANCE NO. 2 Lump Sum Fabrication of custom fabricated powder-coat paint finished metal marquee banners at entry canopy structure. ALLo~CE Lump HVAC testing in accordance NO. 3 Sum wi to Section 15990 Testing, Adjusting and Balancing. AL8M.I.N'C!r .. 4 Lwnp Bum h()n"~ i 8e tItJ.J.i,ty C~ny fees for relocatton of frangb!se ut111ties due to the expansion of the building. PAGE 88/12 - v TOTAL PRICE IN P'IG11a!S O_t ."..:\1:0,,", ,",..t'oc ~ \\..\ ,.~~ c.~ ~(l 'II" J rl~ ~ ~\~ ~ j..tl~ Iv\b t-t$t., e-~ fA ~ $1,~13,~.5I' . $14,000.00 $6,000.00 $~OOO.oo $5,000.00 Ont Irlllt..... ""'"' ~)!or+. ~ ~... L... ft....c ~ <w"'-'A"l M~ ... $~T ~"..C}~.~ ~DD,D_ 110. 3 At:tacb.at Jro. .2 Paue J of 7 fOTAl. BASE BIn: PRO~R" PNlI 3 or 7 ~h/~~J?A~k 17.'~ 1_1Q2(;.d~Ql ~H3I'~~~~11'f-J '"'AGE El9! 12 i --iJORftDf28T j-r.;IBRARY Bxp ANS:r ON I I - I II III v BID ITEM QTY TOTAL PRXCE IN FIGURES 1hi~~1x ~~~ A~~ ..SJ;J., ~-e J..l""~ MCl n. C,&4o\ ~ .-mJ:,:J:'.IVJI: ~ W.l Entry Provide alumin~ en try canopy system including L1lD!P 8true tural II eel aa.ts and Sum 'ligb1:11l9_ c OPY &y8tmn . foundation i part of B~Be Bid Scope of Wor. Refer to Structural, chiteetural and Ele~t~ical D awing8. $Y~Y~:)~ # AaX'rIVB ~RkATB NO.2 Lump Sum Asphalt Repe. Repair defects in isting aaph.lt pa"....nt and driveway. OVerlay entire exist'ng asphalt pavement are with minimum 1 inch thick a phalt1c concr paveaent. Re er to Civil . Drawings. ~I'1'rVE All...... '1'8 WO.3 Lump Sum t~ ~'" "",~Cft\d ~jt\- ~eJ ~~" ddl~ tM~ fl. CAA1~ $B/'Kl~. CO ADDITIVE ~TI ..4 p Road: p ovide ooncrete paved drivewa from Additive AlteraatB No. 3 Concrete parking area ooped to exit at MaXinlie Road Refer to Civil DraWings. i:o.~r-h ~~C ~~~~ ~\~~~c4, 0,,,. J..ItA~ "nJ "0 ~ $ '1511'i9 00 ADDIJmUM .0. 3 Attaeu.nt Ko. 2 Paa. 4 of ., The C:ontractor.vill commence work wi thin ten (10) calendar days from date they receive w:: i tten work order and will complete same wi thin 305 CAL.-oAR DAYS after constru~rion i~ begun. Should Contractor default, Contractor may be J iable for liquldated damages as set forth in the 'cmtrac1 '=ocuments. Ci wi 11 pay 'ontract:::>r in current funds for performance of the contract ln accordance wiCh the Contract Documents as the work progresses. Signed in -L parts at Corpus Christi, Texas on the date shown above. A TTIIST: [rj r) -,I} 1- I~f~ ~ Ci t,y Secretary {'. CIT~OF CORPUS CHRISTI By: \~,,~ Ronald F. Massey, Asst. Cit of Public Works and Utilitie (S/~ APP:J;/S _ TO LE~ FO;; By: lW.UvD~ Asst. City Attorney CONTRACTOR Alt(.. .... ..... <.r f. co..r,. p. ora-,..t..l..~.' ) '.' ....... ~ " i'\ k./ 1 r jIl, "- <.\ J -;'\ ~ 1-'\..t.c < Sect'- Below) -/ -', Nuwav International, Inc. //.~ ..././c'~'" ~~. "l" _ _~~- /A"- By: (.....{~1...-t---.... .~ ~ . 7 ;~ 'L.'" ;t-C ..c;:~~ /77 Title: (NO~. . IE PersOJ1 signing "Eor co " .-tio.D 1s .Dot Pre.icte.Dt, at:} copy of authorization to '.ifTll) \\\\\\1111//11/ 11\ /l; ", ~ DLI..... II" " ~~"'~'Z ".... .::;.' ~~ ..--...... o~......;.. ~ ~~..". ~ ,.... ...", -* \.. ( ~\ * ~\~ J ~ \ V ~ ~... ~..:'" ~ '....__-.-.~ $ .......", * "" 'III \\\1 /1111/111111\\\ 2621 HOLLY ROAD (Address) CORPUS CHRISTI, TX 78415 (City) (State) (Zip) 361/854-8833 * 361/854-8345 (Phone) (Fax) (YI ~.~~ I ~.~,~ 1;', , "~"I "I.,. _._ ,~7Lujy'~ . Agreement Page 2 of 2 .__-..-.--...N.. S(~ A"'{ LL -~~.~~;2~~~ ]11~ '~l ~2~ '~()l L_J'f\..,]ll'<<:.Lt'C 1 I'IlJ ,....~Ul:- tJO/IL PRO p 0 S A L FOR M _ v- FOR . INORTBWEST LIBRARY EXPANSION I D.E.PAA'X'MENT Or' ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TexAs &niiD1 Plo'iiOiAi;'POJtM J.'AGE 1 0' 7 ADl)I!IDVIf _0. 3 Att.c~nt Ro. 2 Pacr. 1 of 7 Bl.. ~!.: l:!8~& 1 " 1 [; JL102KC81 [1~aII4[Dm4a PA~[ 5'1/12 PRO P 0 S A L Place: JJoftTII-DlEi<;.T LI6~~c.r~ Date: ~~~ proposal Of--.li6~^,~ ~'fG"(L I\Iff~o"'AL , .:(~c... a Corporation organized and existing under the laws of the State of ~A-S 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: NORTHWEST LIBRARY :eXPANSION at the locations set out by the plans and. specifications and in serict accordance with the contract documents for the following prices, to- wit: LR~I~~ PItOPOiAL ORlil PAGE 2 OF 7 At)J)D1DtDI NO. ) Attacbaant 80. 2 Paaa 2 of ? - Q~/~~'28i& l~.lG %UHIS"l::ifH t.Nbl Nl:.U'<:' 1 Nt! I BID ITEM EASE BID NORTIlWBST LI8RAR~ EXPANSION II III QTY DESCRIPTION Lump Sum Northwest Branch Library expansion consisting of site improvements, renovation of existing branch library and a building addition Fabrication of cuatom ALLOWANCE Lump fabricated powder-coat paint NO. 1 Sum finished aluminum sheet metal If 1 eaves" and "butterfly". ALLOWANCE NO. 2 Lump Sum Fabrication of custom fabricated powder-coat paint finished metal marquee banners at entry canopy structure. ALUQWANCE Lump HVAC testing in accordance NO. 3 Sum with Section 15990 Testing, Adjusting and Balancing. ALDlQNCE Ne. 4 LWI\P Sum hanch.ise Utility COlllpany f..s for relocation of franchise utilities due to the axpansion of the bUilding. TOTAL BASE BIn: PROk::~R" PAaB 3 OF' 7 PAGE El8/12 - v TOTAL PRICE IN FIGURIB Olrll. ....:t I: o~ .\\\..t'c l .1. "' ,.~~ c.W'\ AI>< 1_ j (l~ ~ ~,,~ ~J..'I~ #Vo.l; ~t.., e-~ tAo ~ $ Ls.ls,S)?s, 58 . $14,000.00 $6,000.00 $4,000.00 $5,000.00 ON- ft1thO\" ~ ~~..to,.\.",~. L. hiM k~1. .c.u",-,.,Mo4( A-t~ -b $~" ~~-Quc.~ ~DD:DVX .0. 3 Attacbmezlt No. 2 PaClfe 3 of 7 Rh/A~/?~~k 17~1~ ~.lIn~ J~81 ~1~II1~1:.r<:1'~ PAGE 89/12 ~.~.,._-.,....."._~ .JI'ORftDfESTLTBRARY JiXPANS:rON' - I II IXI V BID TOTAL PRICE 1M ITEM QTY CRIPTION PIGURES Entry Provide aluminum ~irl,~tx ~~"d AllDII'IV2 entry canopy system inclUding -lJ".,e ~ sW., ARBJlNATE LWl1p structural s eel mas t.e and ~~ J.l"~ ~ NO.1 Sum light:i.ug. C opY systBI1l n. ~~ foundation i part of ~_~Be Bid Scope of Wor , Refer to St:ruetur~l, rc:hitectural and $ y dJY t!J~,g;l Electrical D awings. J\.DIPI7IVB AL.RlfATE 1fO.2 Lump Sum A8phalt Repa Repair defects in i8ting asph.lt P."'ement and driveway. OVerlay entire extst'ng asphalt pavement are with m1nim~ 1 inch thick a phalt1c coner pavement. Re er to Civil.' Draw.1.ngs. ADaxTIVE ALrllufa.TB NO.3 Additional P Lump additional Sum parking are of bu Id.1ng Drawi s . t~ ~t\ ~~.Clf1\J ~~ ~ecl .(}~" dd(~ ~.,\ fl. CKA'lfs $ ~~, KI~~ <<>0 ADDITIVE ALT_A'1':&: NO.4 p ROlla: p paved arivewa Alternate No. parking area I(clU.nBie Road Drawings. oviae oonorete fx-om Addit.ive 3 CODcrete ooped to ex.1t at Refer to Civil ~"'~ ~~C ~~~J ~\~..\.r..,.rt., Of.... .L.lfAt'S +.J "0 ~ $ '1511'f9 C)\) ADDIDUK MO. 3 Attaebaent Ko. 2 Pacr. 4 of '7 ~hjA~/?~~~ 17'1~ ~1I1 iA~ Ja~l ~I ~~II4t:.c.r'U "'1U PAGE 1 f:Ill 2 The undersigned hereby declares that he has visited the site and haa carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no ,representations made by the City are in any sense a warranty b~t are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten 10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MaE firms participating in the contract and a description of the work to be performed and its dollar value fer bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bond. ~ill be prepared in not lees than four counterpart (original signed) sets. ~ime of Completion: The undersigned agrees to complete the work within 12! calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all neceseary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work Covered by this proposal, in strict accordance with the contract docu~nts and the requirements pertaining thereto, for the sum or sums above set forth, Receipt of the fOllowing addenda ie acknowledged (addenda number) : Respectfully submitted: Name: ~~o~ By: _ ~ __ =-_ ;,t' ,~ ( SI<mA'1'tJR1J1 Address: ~~\ 1{uJ~ ~cJ if. o. Box) (Street) CoQ. pJ,i" CHttlSTt ,7ft '7h:,rs (ei ty) (State) (Zip) 3~ 1- 8"f5f/ - 8~.33 (SEAL HOT&: I Telephone: Do not detach bid from other papers. Fill in with ink ~ Rubmit complete with attached papers. (Rmv1.ea ~'b 20001 iiViiiiil PltoiiOiAL'tORM PAGE 5 OF 7 ~ JfO. 3 Attaebaeat Ro. 2 Pao. 5 of 7 Bond'# 4352771 1>. A Y MEN T BON D STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS s COUNTY OF NUECES ~ THAT Nuwav International. Inc. of RUECE~ County ,Texas, :-le~ej to f':EI called 'PrincipaJ' and SureTec Insurance ompany I a :o.::-pc' ,"c': C:i :::,~ganized '~Dc.;~r the laws of t.he State of Texas I cine: ,., dutnCJrl.zee t.c de !)cL31.neSS ..L Lhe State of Texas, hereinafte:r: caller S',ret./' a e held al:d firmly bound unto the City of Corpus ::hr::..s - 1 c nU:LC l.pctl corpora' 1.:)n of ;.Jueces County, Texas, hereinafter ca, ~e 1 '=1" Y" and UY1t. C dll persons firms and corporations supplying abOl dnd ma. t 0r lal',c; HJ ,;:>rosecL:ti 0:1 of the work referred to in the attached cont.r'act, III the penal swn of ONE KILLION. THREE, HUNDRED ~-EIGBT THOUSAND. NINE BUNDRED 'FORTY~"E'IGHTAJm 58/1'00 ($1,37J!...L94B.5B) DOUc.!l.RS ::'awfu money of tt:e United States, to be paid in ~~ueCE" ',,)'Ll,tj Texch, for '::::1e r:ayrr.ent of which sum well and truly to be '-:"ade ',' .:.nd ::Jucel\/c,sJ(.! heirs executors administrators and ;..J L' '-: ~ :L" ,3"""') -' ,y, F LlIL,}' by these presents: 'l'HE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pr.:..=lC [" entered _r.to a certai:-: cont::::-act with the City of Corpus Christi dated the_llTH_ day JULY 20~, a copy of which is hereto at::aclecl a~=d lTBde a parr. :lereof, for the construction of: NORTHWEST LIBRARY EXPANSION PROJECT NO. 4319 (TOTAL BASE BID + ADD.ALT NO.1: $1.378.948.5B) NOW, THEREFORE, ::..:. cr::"e pr r:clpal shall faithfully perform its dutles ane ilai.;e promp:. paymen t. to all persons, firms I subcontractors, ~::orpo:ra t. 10"',S and 'la .:.mants supply J~lg 1 abor and roa terial in the prosec~:.l.o:-; 0::' the 'Alork provided for 1n said contract and any and all duly aLthorized moclfication of said contract that may hereinafter be rnade, Loticey[ wh; cn :nodific:3t.lon to the surety is hereby expressly waivec:hen this o;'iligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER. that .:.f any legal action be filed upon this bond, ,'prl,c s l' j >0" ':':1 :Jueces C:Y.mr::l; Texas, ~~YJ.Q tLa t said sureLy f or value .:; ecel ved hereby stipulates that no change; ~xt ens:.on of time al tera tia:: or addi tion to the terms of the =ontrac or to the work performed thereunder I or the plans, specifl'-:'dtlons, dra\'iings, ete accompanying the same shall in anywise affec ':5 obllga:::L,n on "'_his bond, and it does hereby waive notice of any S,~CL crlange, ex' ens::..or, of tune, a_leration or addition to the terms of the contract, or co the wor'k to be performed thereunder. ;:;ctyment i:lond cage 1 of 2 ~-p,- It \ \d ~ E R FOR MAN C E BON D STAT. OF TEXAS 6 KNOW ALL BY THESE PRESENTS: COUN~ OF NUECES 6 ~T Nuwav International, Inc. of NUECES County, Texas, hereinaft.er called "Principal' andc-5cATe...Tpt" -=rhS(Art1V)(l~ (lp, , a ce rporat lor' organi zec under the laws of the State of "Tp x..A.:; a~ld duly authorized 0 do business Ln the State of Texas, hereinafter Cd led Su:cety" are held anc firmly bound unto the City of Corpus Cnrlsti, a municlpal corporation of Nueces County, Texas, hereinafter called "City", in t.he penal sum of ONE MILLION, THREE HUNDRED SEVENTY- EIGHIJ THOUSAND, NINE HUNDRED FORTY-EIGHT AND 58/100 ($1,378,948.58) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind o rselve,:;. our neils. executcr~' adm,nistrators and successors, jointly anel severa 1:-./, f 1 rmll by these I)reSen ts: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pr ncipa ent.ered iIto a certain contract with the City of Corpus C'hrlsti, dated the 11TH of JULY , 20 06 , a copy of which is hereto attached and made a part hereof. for the construction of: NORTHWEST LIBRARY EXPANSION PROJECT NO. 4319 (TOTAL BASE BID + ADD.ALT NO.1: $1,378,948.58) NOW, THEREFORE, f the principal shall faithfully perform said work In accordance Wl th t he plans speci fica tions and contract documents, lDcluding any changes, extensions, or guaranties, and if the principal shall repair and/or leplace a 1 defects due to faulty materials and/or \117orkmanship that appear within a period of one (J) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract. or to t~e work performed thereunder, or the plans, specifications, drawings, etc. accompanying the same shall in anywise affect its obligatioL on t:'1is bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 ThlS bond LS (Jiven ~c meet ~he requirements of Article 5160, Vernon's ~ivil Statu es of Texas, and other applicable statutes of the ate 0 T'e::.xas The lnders gned agent is ~ereby designated by the Surety herein as e Agen: Resident iT Nueces ':ounty riO \I\Thom any requisite notices may be delivered and on whC';'[ ser','LCE:' of pn"cess may be had in matters arising of BlCh s;JretYE"li}:) as pc-ovided by Art. 7.19-1, Vernon's Texas lsuranC e ;-'ode IN WITNESS WHEREOF, tnis LDstrulnent is executed in 4 copies, each ,-me of wh; ch shall b,:" deemed an original, this t.he 2Z5'th- day of ~J" v\. \ v\ , 2 0 () IL~ " , ..--- PRINCIPAL NUWAY INTERNATIONAL INC. p., T. --'} . (/ ~ ,~ " :L'~) a7 77/ /;'(J .f/C;:',-/ -1- - - --:i - /,/1 ~ f ' J. I LI v...A' <..,i ,.) . 1//1 ,/ 'Prlnt Name & Tltle) AT~i . <. ".'.'. fA . ,,- tL.\c rr1 Secretary _._[-~\ (' \ fY\t, (Prlnt Name) A ~ J 132 It 1LL() p)\tt(',(U ~ SURETY ") I-.l r p_~T~-, 1 I~\-:;iA ,tit "H"'~ ,(II') ".'. .. By: cV1..l'v(\/V~ h:)~~ ;ttorney-in-fact .' - Y LIS {,t ~ \ fj: l~ t vn 1/1 ~'I -z... (Prlnt Name) ;~j:~~~tc;~~'~~ o:ft::o:;~:trs~n Nueces COW1tV, 'l'exas, for delivery of Agency: K (,P -1 ( f f\' >"":>C{' tiTtt {:.~ Contact Person: AI Kc '''RJ\~ I \(_ Address: 1- i I t> ~ )({ni ~ Fc ('!Jf pits. ('foll""ll. If,(<!<:, '184D4 pJllone Number: Slol ~'63' jgC.3 (NOTE: Date of Performance Bond must noc be prior to date of contract) (Revis.ed 9/02) Performance Bond Page 2 of 2 ThJ s bond :...s ~a ven co JDeet the requirements of Article 5160, ~ernon's C vll Statu es of Texas, and other applicable statutes of the 'ate o~ Jpxas. The term~ !Ie aimant "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The l1ndersigned agent is hereby designated by the Surety herein as ne Agen::: EeSldent iT Nueces Ce'lmty to whom any requisite notices may be Je ivered dnd or who1 service f process may be had in matters arising of 3,1- ~h suc-e~t'/silip 'ls'-ovided by Art. 7.19-1 , Vernon's Texas surance 'ace. Clne IN WITNESS WHEREOF, this lnstrument. is executed in 4 copies, each of which sha 11 be deemed an original, this the ZD+1l. day of """' j "'J nfs..- ~...) i".\ \ tA .__ I '" ' l. ' , ~' PRINCIPAL NUWAY INTERNATIONAL INC. /:: ,I"" .:-., "" ,/ '_ II J I f 'prl~~ ~ame & Tltle) I ah'/:;/ 'p ': // .' L----J.-.--(..../ "-""1-' ~;.-? ..- ~j / 1/;". C ..J : c/~ ~-v' -I- ~-:"/ 3jl: ( __ \..., <_",(,;' L;. ATT~1'T . .~,. ,/' /)..' . '\,C I.e.. rr l\A...... Secretary , -nit l rr\~ fPrlnt Name) ~_1 .~. B{~ Bi~n(D SURETY ":J (. \ \ e..T~? c "J. .~ l"S IA.. (' C\.. Yl (! -€-. to,. ~y: '0" '-'<ld.1-\ !V-.j'5YJ1 ~ \ttorney-in-fact C-:H -( ~:)l\. n D., (j, V II c"lYl i L IPrlnt Name) Tl1....484~ .t.g8;Pt of the SUrety in Nuec:es COUDtv, Texas, for deli very of not_.aDd 8erv.1Ce of process is: Agency: Kft'itJ jl<):.ty1u!+f(J Ni . Kt 'i7J\~ /)( . 111e ')ilr',tli F( F ) ~ , - '1 ~Lf[l J (~~( j '~. (Y~I~ I("I~ S u 'i A.C! - <.s~.3" ) '{ L/3 Contlact Person: Address: PAone Number: (NOTE: Date of Payment Bond must rot be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain Information or make a complaint: You may call the Surety's toll free telephone number for Information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 'you ma'l contact the Texas Department of Insurance to obtain information on companies, coverage. rights or complaints at 1-800-252-3439. You may write the Texas Department of insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim. you should contact the Surety first. If the dispute is not resolved, you may contact ~he Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider IS attached does not provide coverage for, and the surety shall not be liable for. losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereor shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, tlyphae. or mycotoxins. or their related products or parts, nor for any environmental hazards bio-hazards, hazardous matenals, environmental spills, contamination, or cleanup, nor the lemedlatlon thereof, nor the consequences to persons, property, or the performance of the boncJed obligations of the occur(ence, eXistence, or appearance thereof. . exas Rldfer 01-' 1 at CITY_I' CORPUS CHRIS'?! DEPARTMENT OF ENGINEERINCJ SERVI ::'~s P.O BOX 9277 CORPU~; CHRISTI, TEXA~~ 18463 92" RE: 'erLificat,lon of Power of Idtorney for Performance and Payment Bonds ] e t: 'JHne ~k ,_~~~~west Library Expansion, Project # 4319 ., t ("_':'11'21:1)/: __ ~ureTec Insurance C~mpclnY,_ (.jen t: 1 nl"'T Robert D Cave ----_._~_.,_._..._-- -.----------- ':::ertify tl:at the facsimile rower Susan D B Muniz -.....-.---.---- Lor NUWA Y International, Inc, (Contractor a copy of which is attached to this certificate, is a true dnd ccne:::t Clp: of the uri~;HLd p:lwer of attorney on file in the records of tl surety ;u:npC!ilY 'n 'L, hC')me orfice, has not been amended or dbr.ld\i :i~--. 1. ir fL ~ terce and effecl--, and said designated agent is ~urre go~i ~t~ndin3 vitI he SGre y, In the event of cancellation of th p)w\'r ~d at to ne:, 1':~} I. of ('( :pus Christi shall be notified in ,.iriti I t e'er: fi,-:dTlai 'II ',L; "Even ,,) days thet-eof at the following addre'- (name of Officer of surety) i of attorney submitted by (Attorney-Tn-Fact) her eb' i'~1 ): CC ;:PU:3 ChrJ:;t epa l--men ~ of ~1l9lrH~E:l.1 n9 Sel vi ::es , ~ ': 'J c) n: i' a c - t, cI:-,1] n i "t rat 0 r lox : 277 O:~'D 'hi Lst1 "E:XilS ~8469 q;J77 i,lllecl tit], 20th JdV July 20~. .-) Ii /-! .=dj;7c t t Ij) C::--?~~A ~ 1!2m''.' : Robert D, Cave J . 1 '..' : Vice President \'i_l.n .w:l ,~bSCi ih('Ocl r , LC me L this 20th day of July 20~ /~;(~ L ~A fA)) tJc tary P\,lblic S t (1 t: e 0 f Texas rlly Commission Expires: December 1. 2008 ....~~?:~~..':t-.., Dianne Barrow ;' "l~" \ Notary Public \*\ ;*: State of Texas \,,) ....~..Jt./ MyComminlonE-xpires "<,!.<:'.:..." DECEMBER 01, 2008 Rev:se A TT ACHMENT 1 1 OF 1 POA #: 4221025 'I I I I Surel'ec Insurance Company LIMITED POWER OF ATTORNEY Know AU Men by These Presents. That SURETEC [NSURANCE COMPANY (the "Company"), a corporation duly organized and eXlstmg \Ulder the laws of the State of !'exas, and havmg its principal office III Houston, Harris County, Texas, does by these presents make. constitute and appoint P.\ul C \daln. Peter S. Batler,ll1seph P O'Connor, Randall Saverance, Lisa W. Friend II \ nnelle I Smuh, Barbara Newcomb, Susan D.B. Muniz, Kari N. Wirth 01 'un\ngelo, Texas Its true and lawful Attorney(sl-m-fact, with full power and authonty hereby conferred in its name, place and stead, to execute, acknowledge and deliver any dnd all bonds, recognizances undertakmgs or other instruments or contracts of suretyship to mclude waivers 10 the conditions of contracts and consents of surety, providing the bond penalty does not exceed F',e Millipn Dollars and no/lOO ($S,OOO,OOO.OOl and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested bv its Secretary, hereby ratifymg and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall contmue 1D force until July 31. 2007 __ and is made under and by authority of the following resolutlOIIS of the Board of Directors ofihe SureTec Insurance Company: Be it Resolved, that the PreSIdent any Vice-President. any ASSIstant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authonty to appoint anyone or Inure SUItable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subJect to the followmg proVISiOns Attornn-wFacl may be gIven full power and authonty for and In the name of and of behalf of the Company, to execute, acknowledge and delivel. an> and all bonds. tecognlzances. contracts. agrecments 01 Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or tellllinatmg the Company's lIability thereunder, and any such instruments so executed by any such Attornev-m-Fact shall be bmdmg l,pon the Company as If signed by the PreSIdent and sealed and effected by the Corporate Secretary. Be It Resolved, that the signature or- any authollzed officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certIficate relatmg thereto by laesimile. and anv power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and bindlOg upon the Company wth resp,xt to an' bond or undenakmg to which It is attached (Adopted at a meeting held on 20th of April, 199<) i III Witness Whereof; SU RETEC INSUk ANCf COMP A.\! Y has caused these presents to be signed by its President, and its c0rporate seal (Q be hereto affixed tills 20th dav of lUll( . AD 2005 _$ii't.\.i'\JI1I1'l;iJ01,.. ~~.~.R.!.:~c??, &/~'f.. "i .\~ LlJ l W i::>l a; \ <0 !~; ~"""-~"_.-? j!,PI"'.~\'~'~..v 011 thiS 20th day uf June, \0 2U05 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he reSIdes m Houston. Tcxas, that he IS President of SURETEC INSURANCL COMPANY, the company described in and which executed the above Illstrument; that he knows the seal of said Cumpany; that the seal affixed to said mstrument IS such corporate seal; that it was so affixed by order of the Board of Dtrectol , of said Company and that he sigued his name thereto by like order Si ate of Texas C'UTlIY ofHarns S~ By: e~=y · · Slate 01 Texta _ eo....lIatIoI. &pires August 27.2008 ~l~N~ My commission expires August 27, 2008 I,!\t Brent Beaty, ASSistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy 01 a Power of Attorney, executed by said Company, wInch IS std! in full force and effect; and furthermore, the resolutions of the Board of Directors, set Ollt 111 the Power of Attorney are III full force and emet Given under my hand and the seal otsald Compan) at Houstoll, Texas this 20th ry Any instrl.l!lftent issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8;00 am and 5;00 pm CST. . 01...' Cl~,,' 28 B E. ...+-i'-t'& :IC} tl7~:ii All t" r'H~l 1 Nt.. t}< 1 N'-.J t-'AG!::. 11112 A ~~ CITY or: CORPUS CHRISTI DISCLOSURE OF INTERESTS C;tyOf Corpus Christi Ordinance 17112. as amended, requires all persons or firms seeking to do business with the City to pro'#lde the followin inform atior. Every question must be anSWered. If the question is not applicable, answer with uNA". ..-- FIRM HAM STNEET: .;:)~d.' CITY: FIRM is' 1 Corporation _---::::._ 2 Partnership ~_ __ 3 Sole Owner ZIP: 7~1~ 4. Association 5 Other DISCLOSURE QUESTIONS If addftional space is necessary, please use the reverse side of this page or attach separate sheet. 1. .. the names of each n.mploy.en of the City of Corpus ChrI.ti having an "ownetshlp Inter..t" .natituting 3% or more of the ownership In the abov~ named Hfinn". Name Job Tltte and City Department (if known) ('lIP. -~._- --._---- -_., ..-..--- 2. stat. the name. of each "officIal" of the City of Corpus Christi having an "ownership Interest" constituting ~ or more of the ownership in the abov. named "firm". N1me Title NIA 3. Slltte thfJ names of eaoh "board member" of the City of Corpus Chriati havIng an "ownership interest" '*"tltutlng 3% or more of the ownership in the above nlmed "firm". Nltme B08rd, Commission or Committee .-h4L 4. S_ the name. of each employ.e or offIcer of a "consultant'. for the City of Corpus Christl who worked on a. NUtr related to the subjtct of this contract and has an "ownership interest.' constituting 3% or more of ttMtownershtp in the above named "firm". ~ Consultant {VIA CERTIFICATE I ce<<lfy thet all Information provided is true and correct as of the date of thla statement. thai I have not knowingly wilhhellfdlld08ure of any Information requested; and that supplemental statements wRl be promptly submitted to the City of CorptIs Christi. Texas as changes OCcur. Cer1ifytIfe Persoo; A ,,-+1. IA ~ r: 1'11:1 fA.I.zzr Tille; /1--e ne!e"",+- . (Type or Print) "'ft 4d C.. ~ LL/ Signal. of Certifying Person:~ L.<<.. Date; ~ - 0 7- d 6 Qffia PR.O~~ 'IIG~ (; 01< 7 ADD~trK B'O. 3 4ttaohment Ho. ~ 1>."'6 " ...~ ., lJIii' j~\i/J~@~"-+~'---11 ] [LLAn ''-^'''''''"''''''';''''\It'1J Nttk" JNtl PAGE 12/12 DEFI"fTIONS a, "Soerd Member", A member of any board, commission Or committee appointed by the Cily Council of the City of Corpus Christi, Texas, b, "Employee". Any person empJoyed by the Cily of Corpus Christl, T exes, either on a full or part time basis, but not 8S an independent contraotor. c. lOfinn" Ally entity operated for economic gain. whether professional. industrial or commercial and whether estllblished to produce or deal wIth a product or service, including but not limited to, entitiel operated in the fol'm of IOle proprietorShip, as self-employed person, partnership, corporation, Joint stock company, joint venture, Mcelvership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d "Official", The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and MunICipal Court Judges of the City of Corpus Christi, Texas. e. "'OwneIahlp Interest". legal or equitable interest, whether aetuany or constructively held, In a firm, including when -.ch lnlerest is held through an agent, trust, estate or hOlding entity. "Constructively held- refers to holding or control eltt8bfished through voting trusts. proxies or speciallerms 0' venture or pwtnershlp agreements, MConsultanl". Any person or ftrm, such as engineers and architects, hired by the city of Corpus Christl for the purpose of professional consultation and recommendation. ADDDJ)gJI NO. 3 ~tt.cbm.at Ro. 2 Paa. , of 7 ~J.~ PR.OPOSAL roRM tAG&: ., or 7 PRODUCER OP ID J NUWAY-l 07 ~8 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 06 AC OBO.. CERTIFICATE OF LIABILITY INSURANCE Kingsbury Agency 3038 S Alameda St. Corpus Christi TX 78404 Phone; 361-887'-22 Fax' Insu!'snce ,6 C 1- 361-887- -, 9 S INSURERS AFFORDING COVERAGE - -----..-.--- Mt. Hawley InsuraI1~~~'_ NAIC# If,SURED Nuway International p 0 Drawer 270898 Corpus Christi TX 784.7-0898 nc )0./ "U'" 'n'. '-It R ,bURER I COVERAGES 'HE PO, ICIES OF INSURNiCE ISTED BEL Yi, ~PVE BEEI 'SSUED HI IN:;Ui,I,D f,AMED'B( POLl'.:', PERiOD INDICATED NOTWITHSTANDING ,;NY RE'",cJlREMENT, TERM UP .:ONDII iON ()F C.OIHi ;,CT nH! F DC:l i,iErn WITH RE ,PH V, HCH 'HIS CER' !FICA TE MII.Y BE ISSUED OR MAY' PER 1A IN THE INSURANCE AFFORDED g' I '-IE I'Jllt ,ES DESeRIBI D HERE t. '';UBJEC' ;! THI'!: RMS E"elUSI )NS AND CONDITIONS OF SUCH ROLlCIE.S AGGREGATE liMiTS SHOVvI, MI\' ",0\ E BEEN i I'DUCt ['51 FAID" H,,'S L TR NSR TYPE OF INSURANCY GENERAl LIABILITY '., POLICY NUMBER A X (>JMMERC h'-r-iERPi ll/1.81 "J C.AIM 'i:, X X I.nc1.Yrem-O.Jler, Contractual* MGL014 046 9 (9;25/05 09/25/06 LIMITS EACH OCCURRENCE $ 1 f 000 f 000 i PREMISES (Ea occurence) $ 50 f 000 I' MED EXP (Anyone person) $ 5 f 000 PERSONAL & ADV INJURY ! $ 1 f 000 f 000 ..~._---~~-_._. , GENERAL AGGREGATE 2 f 000 f 000 i"F\OD.UCTS . COMP/OP AGG I $ 1 . 000 , Q.~_ -JF~~ 1 AGGREG,c r F \ iMiT A,Pf'L IE: '3 0, ~ PRe POLICY Ix...J.u;:.=__. AUTOMOBILE L1ABIII1Y "NY AUTO fE~~~~~~:"~I(INGLE LIMIT i $ ..----------t- --. BODtL Y INJURY i s (per person) I -- ----j- '.t L 0,'1 NEI O,CHEDULE: "IRED L.UT riON-OVVNE BODILY INJURY (Per aCCident) $ --+-- PROPERTY DAMAGE (Per accident) "-........,-...--..-....--..-"- -+-- .,--'-- ._._..~_._....._,-~- --"'--', .. -. - -- -'--'-- - ._--_.~.-._.,-----_...- GARAGE LIABILt' A EXCESS/UMBRELLA LlABILI" X '<(:CUR r 11,.[ MXL J3 5 9 6 8 5 09/25/05 09/25/06 ( AUT~ONL Y . EA ACCIDENT I OTHER THAN EA ACC i.;UTO ONL Y ~GG _ EACH OCCUR~NC.'=..._ S 1 f 000 f _~~ ! AGGREGATE $ 1,000,000 i-=~=~=~~=~--i $==-~== I $____ I $ ~NYAt T(\1 DEDUC TlBL RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTfJER,EXEC" 1 OFFICER/MEMBER EXC' 'IDEC" ~~ECI~~s~~~v~~O~S t".tuv. OTHEP $ -_.-.~-- E'.L DISEASE. EA EMPLOYEE $ I E L. DISEASE. POLICY LIMIT $ I DESCRIPTION OF OP!!RATIONS 'LOCATIONS VEHICLES / EXCLUSIONS ADDED BY E'IDORSEMENT' SPECIAL PROVISIONS *Broad Fora Property Damage, Independent Contractor, XCU. Umbrella Liability is over General Liability & Auto Liability only Project Name: Northwest Library Expansion Project. The City of Corpus Christi is named as additional insured on the General Liability policy as required by written contract. \1/ CERTIFICATE HOlDER CANCELLATION ::ITYCOl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO~E EXPIRATION PATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAil ~ DAYS WRITTEN flOTICE TO THE CERTIFICATE HOLDER NAMED TO THE lEFT, BUT FAILURE TO DO SO SHALL '-"POSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR City of Corpus Christi Engineering Services Atta: Contract Administrator POBox 9277 Corpus Christi TX 78469 / V RD CORPORATION 1988 ACORD 25 (2001flH1l IMPORTANT If the certificate hOider is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on thiS certificate does not confer 'ights 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 SJch endorsemenr(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Ir1SUrens), authorized representative or producer, and the certificate holder, nor does it affirrnatively or negative" amend. extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001118) - -- h) g 1 0 2 ~j 5 f" UW.3'j "tp, atlora nc 3f;] 854 8345 p.3 111528 P.COl fOOl AC.QBDlV CERTIFICA T :;:~;G? AP~. :S.2DOS .S:J. 361:1,..5 I ".OlluCIiR DENNIS TREVINO INSURANCE 6410 WE:9ER ROAD SUiTE 11-0 CORPUS CHRISTl. Tx 784n OF LIABILITY INSURANCE lll\~~nD:") THI8 ceRTl'lCATE Ii f8SUED A$ A MAnE OF INFORMATION ONLY AND CONFERS NO RIQHT8 UPON THE CERTtFIC4TE HOLDER. THIS CI"TIFfCATE DOES NOT It. END, EXTI!ND OR lALTER T E COVERAGE AFFORDED iii TH POL. 10 BEl.O . 361-814-01 n ARTuRO CA$iLI.AS NUWAY INTERt.lATIONAi 'N( 2621 HOLLY ROAD CORF'US CHRISTI, TX 784' 5 I l I 'NIURER~.AFFOFtD~G COVERA~E IHSlJAS.lI... ZlRjCk......~c E COMP~ ~ -~CA _'. ~ INSU~~A e TEXASJ'!INDSTORM 'NSU~NCE lNGIJllell C ,INsuAeRo _ __ , IN$UIIl&1I f NAle, 1HI'IIIIO ru. THE POL e Of' INSURANce u~n:D eel-OW HAVE fEN ISSUED TO T~E INSURED NAYED A.ova FOil TIoiE POl..ICV PIi'II00 I~D ICAT D, NOTIM"H&rANOtNG ANY REel IMtiN"T. TEItM OR CONOITION OF Ail'( ONTRACT OR OTMER DOCUMENT 'NI"M R~S?ECT TO WHICH Tt1r8 C~RTlFIC" E M.A.V aE ISSUED Ofll hiA'" PERTNN, THE INSllAANCE AJ'F(lI(OED 8V fifE llCIES DESCRIBED HiAilN 1$ SUaJEC't TO ALL Tl'lf TERr.lS, EXCLUSIONS AND CONOI'TIONS OF SUCH POLIC1ES~GREGATE L1MrrS liMO....,. YAY HAvEi8~ N REOI.JCEO 8'1' ~"'IO CLAIM5 "... oo~-- , - ----.,,, NUIt;at-----rPoUc:Y ~""LL"'IUTV ~~aleRel^.luNERAL ..AIlI\,.... -+- ,I C'-"-'''il.uJf ~C(d" I.--~ -.J_ ". GEN'l A~~EGATE WollT """'Lies PEA -'"I POLlCv Jl !fg.; i~ i.Dc...._ AU~tJI.I&m -'I I ...~y AlryO ,-=] A~1. OWNED a.u '0$ '. -1'CI1EDUL~O ~I..Y08 r--I HlflEDAUlOS : _1"O~lCl'MlEO AVT06 L--1- - - - - ! GIlIIIIWIILMBIllT'f tl ;Nt oW' C I a t : i r'-- i. J i \:Oflla'lffl) liNGLE I.IMI1 I l'h_1 r --'---_. _..._-~ ...W~ ""'tlu'" ~ CCCUPlJ C........SWAOE '80DI~"IIjJL1JtY --f-. I., . IF.. JI8fUo\l . "_,,, .' _ -,-- IIODlI.VIIIJU~Y . I'" '''1114) '" I . '. ""'-'._~.'- PIlOP&l\iY 0""',0\(; e ' i l """_11'11) i --1:::,:e 'h----r-~_----''"+' _ i ~1lOIIAJjI) , ! 4NV I'jtOIlJliJrOMA!lT..'lllUt. ,mve I O".'IC'Ii........ltU:CllJo.rn ~ye.. d"_.IlIlIN' I SPECtl\~_lSICNS._ A · ~~OClt'S RISK "7118106 I B BUILOIiBlrS RISK 7118106 lWlC_'ftaN 01 ftC.. IUlCAllol>>ll , ~ j uu.a __ IV INllOlKlIDIT ,...e.u.I'lWWlIlCMI' PROJECT NOR1HWEST L18RARY 2J~~~~rvN tACH OCC~l!NCE AGGREGATE t='- , t $ 7/18'07 12/18J06 S1,078,948.00 51,078,948.00 -I CER'TlFlc.A . NeE l.A nON MllUUl.,.,. OF"'- AIIOW.'~.ID JlOUCIU !If CNl ...1 TltIIilIlNTlON ~1t 1)l1I\JOF. 11le .IUMI".~ wtL4.lIIll)l!AVDR TO. ~ DoA.... WlllmH NOYlCE m 1M. CJW'nRCAJI HO~Df" NAilED TO T)fl! Llll'T, IHI NillUllle TO DO 10 'HALL ",.gH IfO OIWAOON CII. UAIIU1Y OF "lII/V ICIIlO UJlON,.". '''''UlU;''' '" AOEHTI DfIt .....I! rAtIlIb. ~u'"~ C'IM14~ ~^~ OAPORATlON 1HI CITY OF CORPUS CHRISTI INGIHEERING SERVICES ..; ATIN: CONTRAcT ADMiNISTRATcfl P,O, BOX 9277 .. CORPUS CHRISTI, TX 78409 4CORO.u (.W'I) ---_..~._..".,.~,."->_....'""_.._--_._"..~ -..- -.,--...-..-..,.--.-- ACORD.. CERTIFICATE OF LIABILITY INSURANCE OPID J NUWAY-3 07 18 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 06 PRODUCER Richard 3038:L Corpus Phone L Peetz. Farmers Agen Alameda St Christi TX 78404 260 361-887 '801 Fax 6 -8S7-' 99 INSURERS AFFORDING COVERAGE NAIC# INSURED Farmers Texas Co Mut .,' "'t!. Nuway International, inc. P. O. Drawer 270898 Corpus Christi TX 784:7-0898 .'''''RER rj::'UREH COVERAGES 'i:,IA<ER f 'HE POliCIES OF INSURAH:E ,STED HEL, )'.:1 .,i.,F BEEt, 8SlJU' P.f. INCl.iHE D NAMED ABC ',E fOR THE "OLlCY PERIOD INDICATED NOTWITHSTANDING 'NY REClllflEMENT, TERM'R ' 'ONDI ;ON.Ly C: NT i '.CT OR Trlf R DO ;UMEt;l WITH REc'PH ,'CHICH THIS CERT FICA TE MAYBE ISSUED OR \lA', PEPT AIN THE INSURoNCE ,CFOF<DEU S, ',E' HiLi( ES DESCPIBED HERf"N SUBJFC" 1 T 6 TERMS E <CLIJ',I"NS AND CONDITIONS OF SUCH '()L!CIE:c ",;SREGATE L1t.1iTS '.Hew,', MI' r H BEEN f., DUCED B'r F<lD C ....;/,1:' LTR NSRO TYPE OF INSURANCE POLICY NUMBER LIMITS GENERAL LlABILl" 'OMMERCI.' "'JfRP, ^h I EACH OCCURRENCE $ $ AGGREGI' L l'~,H' t..Pi L.'[-i PF'l Jt:Cl PREMISES (Ea occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY $ c- , GENERAL AGGREGATE $ r PRODUCTS - COMP/OP AGG $ 1---- I CL.'IM' POLICY, A ,,"UTOMOBILE LlABlLiT,. AUfe, C' 6 9 i 4 3:': 1 7 09/25/05 ~C.. OMBINED SINGLE LIMIT 09,1 2 5/06 (Ea accident) -~~-_._.~-~_..,-- ISODIL Y INJURY (Per person) f- I : BODILY INJURY (per accident) 1.____ ~lfOOO,OOO OWNH X,=HEDULE[ X 'IRED i,UTi X 'iCjN.O','iNE PROPERTY DAMAGE (Per accident) GARAGE LIABILI' AU' AUTO ONLY. EA ACCIDENT OTHER THAN AUTO ONLY EA A.CC AGG EXCESS/UMBRELl.A U\BILlT .CUR tu EACH OCCURRENCE AGGREGA TE EDUCTIBLi RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY FROPRIETOR/PART NER E,<ECi OFFICERMEMBeR EXC i "JE'D If yes, rjescnbe under : SPEC I"': ~~VISlONS be ....!:.. OTHER EL DISEASE - EA EMPLOYEE EL DISEASE, POLICY LIMiT I DESCRIPTION OF OPERATIONS LOCATIO"lS VEHICLES I EX~LUSIONS ADDED BY ENDORSEMENT' SPECIAL PROVISIONS Project N~: Northwest Library Expansion Project. The City of Corpus Chfisti is named as additional insured on the Auto Liability policy as required by written contract. v CERTIFICATE HOlDER CANCELLATION City of Corpus Christi Dept. of Engineering Services Atta: Contract Administrator POBox 9277 Corpus Christi TX 7846~ I' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE T,HE EXPIRATION [,ATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CITYCOl ACORD 25 (2001108) .. <<a;- @ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on t~HS certif:cate does not confer eights to the certificate holder in lieu of such endorsement(s). If SUBROGA TIOr'~ 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 Iiel. of such endorsement(s) DISCLAIMER The Certificate of Insurarce on the reverse side of this form does not constitute a contract between the Issurng insurens), authorized representative or producer, and the certificate holder, nor does it affirmatively or negativel' amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) - ,-------.- A CQFIO.. - ._"~~.~.._-----~-_._. --..,--_."..~.,.- _._--,._-.~ PRODt-CER -_.__.__._---~_.,~._._.--- ".,,--...,....- .~_..- _.-_.,,, ,- OP 10 SZ G&AST-1 07 20 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 06 CERTIFICATE OF LIABILITY INSURANCE Cr:avensiWarrer & F O. Box 413:--8 Houston TX ~7241 Phone 3-690 6:' :oIrpan- 3,,8 .' Fax 71 .. , 90 INSURERS AFFORDING COVERAGE NAIC # INSURED I,::'xas :-1 Insurance COITL!:ar::.y_ G&A Partners 4801 Woodwax #21_ Houston TX705f 'Pch PCf. ';SIRE':';' E COVERAGES 'HE PO. ::~:E_S OF INSIJRA"' -h\' RE.JU!REMENT. TERr,i \!"'- PE"TAII, THE INSUF "OLlCIES - ~;.--;REGATE L S LTR STEC ~Ei '-)1m ')1, 'f .r-'Kt PFFC!-..>DEC- B M.. f ., wE ~E=: t'., rlE POLi 'FMEC.oE .E =Cl" -'-E IIWICATED NOTWITHSTANDING NIT" .\'riCrl THIS CE"'IFICATE MAY BE iSSUED OR SuB..E , l ...., RM: JI,S ;,Im CONDITIONS OF SUCH E BE:Erj , TYPE OF INSURANCE GENERAl.. LIABiliTY POLICY NUMBER LIMITS COMMERC ::'JU~..~ EACH OCCURRENCE UAMAl.::it:. I O-l"<cN I CU PREMISES (Ea occurence) ,$ ;;ED EXP (;,ny one person) j~-- - - ~---~-,~ PERSONAL & ADV INJURY C -\Ir,' ~GGREG- "OLlC' <:>.!:.,,-~~L AGGREGATE~J~ PRODUCTS.. COMP/OP A,GG ' $ AUTOMOBILE LIABIUn ~'I~Y A_,-,'-O COMBINED SINGLE LIMIT lEa accident) -.L. L O\l~~.JE: ';CHEDULE BODiLY IIJJURY Per oerson; '<iRED .oUT '->ON-UNN, BODILY INJLJRY (Per accident! PROPERTY DAMAGE ('F'e; accident) GARAGE LIABIU"-', 'NY A'. " "UTO ONLY - EA ACCIDENT ; $ - --------t- EA. ACC ' $ JTHER THAN "UTO DNL'r CCUP ., AGG $ EACH OCCURRENCE ~ $ --~~.._- --~'----_. '--.-- A. GGREGAT~ j $ ------_.._~-- .-.._~-------- - $ ------......-.--.-- --_...~.._.- .- I $ EXCESSIUMBRELLA LiABILiT / A ..'EDUCTIBl RETENTIOh WORKERS CO"ENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PAP- '.EhE'cC OFFICEP,'MEMBER EXC '[-" ''', If yes descnbe under SPEC'AL PROVISIONS 'c' ;" OTHER TSF )001C76234 C2/23/06 02/23/07 i X TORY liMITS rE.-L EACH ACCIDENT -$1 000 0 oo--~ t-.----.-,~------t-.-~--.---- --- ! =L DISEASE-EAEMPLOYEE' $ 1000000 --.--.---..----4 EL DISEASE-POLICY LIMIT 1$1000000 --L-- DESCRIPTION OF OPI!ttATIONS! LOCATIONS VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT' SPECIAL PROVISIONS RE: Northwest L~brary Expansicn. Co Employees of Nuway International Inc, & G&A Partner are lnsured Jnder the referenced pol~cy. Alternate Employer Ends. Applies. Wa~ver of Subrcgat~on In favor of the Certlflcate Holder with respects to Worker's Compensatlon CERTIFICATE HCl.DER CANCELLATION :: I TCOR1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE, THE EXPIRATION / JA TE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 ,,/ DAYS WRITTEN ~OTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL iMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR City of Corpus Christl Attn: Engineering ServLces P.O. Box 9277 Corpus Chrlst1 TX 7846. ACORD 25 (2001108) @ACORD CORPORATION 1988 IMPORTANT If the certificate rwlder Ie; an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this cerHicatejoes riot confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS V\AIVED. subject to the terms and conditions of the policy, certain policies may require an endorsemen' A statement on this certificate does not confer rights to the certificate holder In Ileu')fe;uch er:Jorsement(s) DISCLAIMER The Certificate cf 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 negative y amend exterd or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) ...... Policy Number: MGL014046t, Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. v 'ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement n'odifles InSlIra'lce provided under the following y COMMERCIAL C;ENERAL LIABILITy COVERAGE PART A. SECTION II ,- WHO IS AN INSURED IS amended to Include as an additional insured any ;Jersor or organization for whom you are performing operations Wilen you and such person 0 organization have agreed in wnting In a contract or agreement that such person or organizatIOn De added as ar additional ilsured on your policy. Such person or organization is an additionainsurecj ani" with respect to liability for 'bodily injur., . property camag,,"" or 'personal and advertising irjurl c8-lsed n who e or part !ll 1, "Bodily inJury," "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, Including a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or '1 Your acts or omlSSlon'r 01 b. Supervisory, inspection, architectural or engi- neering activities, 2 The acb C' OmSSIOi'~, ct Hose actl11g )r your tJehalf 2. 'Bodily inJUry" or "property damage" occurring after Ii' the perfonnance of yov ongOing operation~ for the additional insured a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or A person's urganlzatlor-s sta;us as al! additional i'lSured under this endorsemert ends Nhen your operations for that additional insu! ed are completed B. With respect '0 trl8 Insurance affordeo te t'lese additional insureds, the folowing 3dditlonai exclusions clDPlv ']a11 Insur, \;1 ;1 e 1 Id t ;11 b. That portion of "your work" out of which the Injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ~hlS insuranCE floes -10' 3,):lly '0 ] , No. : f j! I ..1 ~4!.-i 9 F:fftcdLve D,1(i- f Tit i:nd,: sement: J ... ',-OS Authorized f;qJrest:ntdf V\': ",,~ ~') .1'\/ I 'f-' ..~ ..(~--~- Name: Pa tv ;. Kingsh'un ~ Ti t iE: Agenc CG 20 33 07 04 )\A/ne r ~.. ISO Properties, Inc.. 2004 Producer Page 1 of 1 .........~ -,- -- ---------------~ (POLICY NUMBER 069t4t4-32: 1y) _...___"._w_ ...._,_ ~"'__'_ __.__ COMMERCIAL AUTO CA 04 03 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. v TEXAS ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With rtspect to coverage provided by this endorsement the provisions of the Coverage Form apply unless modi- fied by the endorsement This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below Endoraement Effective -Un Named Insured NUWAY INTERNATIONAL, INC. It SCHEDULE Name and Address of Additional Insured: City f(:orpuE' hris-i Dept. P:n",ju ring Ser it A ~ t n : () n t r 2. c tAd rn i 1 i:-; t lit- P. O. B<. (12j- Corpu'hri t j. rx 46lj---I Gount~ned By' // /1 ~ ~ ~l1jl.-t){ / - / I V' (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who Is An Insured ..Section II) is amended to Include as an "insured" the person(s) or organiza- tion(s) shown in the Schedule, but only with re- spect to their legal liability for acts or omissions of a person for whom Liability Coverage IS afforded under this policy B. The additional Insurea named in the Schedule or Declarations is not required to pay for any premi- ums stated in the policy or earned from the policy Any return premium and any dividend, if applica- ble, declared by us shall be paid to you CA 04 03 06 04 C. You are authorized to act for the additional in- sured named in the Schedule or Declarations in all matters pertaining to this insurance. D. We Will mail the additional insured named in the Schedule or Declarations notice of any cancella- tion of this policy. If we cancel. we will give 10 days notice to the additional insured. E. The additional insured named in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. @ ISO Properties, Inc 2003 Page 1 of 1 2UOf '-, P"1 1'; l.J U. a ~ r t p r r", a tor", a i t""'!c. :361 854 8345 COMMERCIAL GENERAL LIABILITY THI.': ENDORSEMENT ~HP.NGES THE POLICv PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement mo!:ilfies insurance provided under the following: ./ COMMERCIAL G~ERAL LIABILITY COVERAGE PART LIQUOR LIABILf: COVERAGE PART OWNERS AND CO RACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMP TED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTE TlVE LIABILITY COVERAGE PART :::n the event of cl3-ncellation or material change that reduces or restricts the insu~nce afforded by this Coverage Part, we agree to mail pr:.cr written hctice of cancellation or material change to: Schedule Name StE BELOW 2 Address: SEE ~ELOW Number of days advance not:ce: THIRTY (30) .' Clty of Corpus, Christi Dept. of Enginbering Services Att~: 2ontrac~ Administrator P.o, Box 9277 Corpus ~hriBti( TX 78469-9277 t\juv.ay Intcrndt L1naJ, nc" Named Insured: ------i-- v Policy Number: l"GLO 140,+69 \. Effective Date of T~i9 Endorsement: 18-06 v Name (Printed) :~y KLngsbury Tl tle (Printed): ~cy Uwnt:r CGO:lOS (11-95) ATTACHMENT 3 1 OF 3 p.4 '7 2UU LJ p......, huu.a~ j n c ~b 1 854 8345 ,-":1 er~nat lona TE OZ 02A v CANCELLA TJON FROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement ~odifies insuranc~ provided under the follo~ing: ~ BUSINESS AUTO COVERAGE F~ GARAGB COVDAGB FORK TRUCltEllS COVBllAGB !'ORK This endorsement cnange~ the policy effective on the inception date of the policy unl..s another date isiindicated below! \.;-()6 Endorsement Effeccive \i "-"/ Named Insured \uway tenut: L "lil, nc, v THIRTY (30) cnanged to reduce or change to: SEE BaLOW _ SEE BBLOW Policy Number U6944-32-17 'f- / V' Representative) v days before this policy is cancelled or materially or r~strict coverage we w~ll mail notice of the cancellation (Enter Name and Address) City of Corpus Christi Dept. of Engineering Servlces Attn: Contract Administrator P,O. Box 9277 Corpus Christi. T~ 78469-9277 Autho~ ~eprese~~t~~~: ^ /1~{tL //~~7 l c kP'~ e tz Name (Prlnted): Tit.le (Printed): rarmelL=, Agent FOiUC T'B Q::l O:lA - CANCELLATION PROV:tBJ:ON OR COVKRAG. CRANGK ElImORSEKJDrr Tex.. Standard Automobile Endorsement Preaqribed November 1, 1987 ~ A'ITACBMENT 3 2 OF 3 p.5 o 'tS ,J U 20 2008 1 J: 9M 'uwa~ nternatlcnal 'Ie 361 854 8345 p.2 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY we 42 05 01 (Bd. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement appl~es only co the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelatioL or other material change of the policy, we will mail advance notice to the person or organizatlon ~amed in the Schedule The number of days advance notice is shown in the Schedule.. This endorsement shall not '::>perate directly or indirectly to benefit anyone not named in the Schedule Schedule 1. Number of days advance notice: 30 2, Notice will be malled to: city of Corpus :hristi Department of Engineering Services Attn: Contract AdITQnistrator P.O. Box 9277 Corpus Christi, TX 78469-9277 This endQrsement changes the policy to which it 18 attached and is effective on the date issued unless otherwise stated. (The informacion below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Bffective 7 20/06 Insured G&A Partners I 1n,1 ,.e, S Insurance Company Texas MutuOi] i n8, pall' we 4 2 0 6 01 Policy No. ~FIIOOlI17!)234 Endorsement No. Name I Printed) : Premium $ Inc (l0f/Jtt-...U jcllAUldJA) C.Michael Schneider ...../"../ ,'1 "J1'N'a\ International, Countersigned By: (Ed -84) Title (Printed\: President ATTACHMENT 3 30F3 f H,""g 102 U 3 5~j1M r'uwa'::J nternatlor!ai kP; , C'::, . 2005 ,S, C 7 3 € : ~ . ~ l S ,j Jul 18 2008 ~:"bt'M '''U''''''Q ,.."c; ~.~._E~J~? Inc. 3Gl 854 8345 p.2 '''1' Po 003 iOOl I I I i ~~ ~~..,4 .J " GBIIDAL ~ I N.."., ofpcnon at ~on iIlsurcd ~ DIIc IhI< cadlJlICII1OD1 ~ effocl Policy Numb&671. ; 7 cj 17 / V Name of Company i"'" this .f~r v In oouid.eration oino chaDae in a.dd the foUowing II IJ1 additional insured: City of COCJ'U'~' . .': Department o~ ~pnoariD8 Sarvices P.O. Box 9277. : CoDtract AdminiItraw Corpus Chrilti. . 18~9.9277 SlMaIlcl tho abovo dascribed polit.' be CUK:ClUed at DWCiaIly ehan&ocI before tho expiration ~tc th=ot; the iuuiul campmy will mail :3 ' dI)'I writtco DOUce UI die above umed. ! I SiJlUtW'C: . D "IT~ 4Asem j KX-aLOO I ATrAL..NT4 T=tl /0 "!I!!lIIP"'-.."-