Loading...
HomeMy WebLinkAboutC2006-387 - 8/29/2006 - Approved 1f!I#. Q John Wright Architect 723 rfpper N. Broadway Blvd., .suite 500 Corpus Christi, Texas 7$401 Phone: 361/982-1678 Fax: 361/983-3786 -- .... . - PREPARE9 BY: FOR: OEPARTMENT OF ENGtNg:RING SERVICES CITY OF CORPUS CHRISTI, T~ Phone: 361/880-3500 Fax: 361/880-3501 6287 STR781 'lH\a\ International .~ llllh-J~ .... M;~H~~~;~: I .a.uqi) .. .. D' 118 .t. ~ r- .~ ;'ART T TECHN[ 'AL SPECIFj(:AT lNS f~( i\UW/Y'; 2 " 2~:J, Hnv'\[ ,\}.Jf Hi\. I U b i, 'f', 1 e H j <~ ~.) 1M, 'f?(,1 LMl':N' ~" flI! ' rd'INC 8100 8061 't C).,t le']i 'J~<t In,l.c; 1 nil co ('Akl-'ENTLY l, M i LJ WC)!\r f 1200 ha\ if? rlOP\ E:t r iI' Ii ' () SPH'IAL T!F 4000 :U6000 . j s t <): I . ~ ! a q" '::' d) I f';; H'~J1 'he: LIST OF DRAW1NGS :HT.NO !lESt RI !'[ON s. Tit ! e ,') h, e t [<;~.t Imate,! QUdl1t \- i., LC'Cltiu/1 l'l1ap 8r i Jgepu! t f\ " . br"ikwatet A'J'e SI"i3P Demulition Plan Surfsicle Blvd !.;[]cpcline BLvd SW3P Demolition Plan Bt i lqepo t Ave Bn>1kwater Ave Sidewalk Improvements Sur ;ide 81,'<1 ,. aV)('..:line Blvd Sidewalk improvements Br ),ICjepOt AlP Bi <',3kwater Ave Staking Plan S\Jltc,ide Blvd &. ;;h,,',line Blvd Staking Plan [do<hcapt Plan Br d'jeport Ave & Breakwater (Add. Alt. No.1 of Base Bid l"md;capt PldrJ S'll ,:~ide &. Shoreline (Add, Alt. NO.1 of Base Bid B) lIT 'jaticfl P!;Hl "t dgepon &. Breakwater (Add. Alt. No.1 of Base Bid B) i i,qatic j P Hl;ur fside ~;horeline (Add. All. No.1 of Base Bid B) Pn)m/'nddEc Al 'J!][T:ent j,in Pn)lrH'nadE S1 cjPWd 1 k Improvements PIomcnadt Arnenit JPI; l.ucation Plan PIomt'nade bandsc aptc Add. A j t No PI U!ntTlade Ie r i ga t i (II' P I an (!,dd ,1'\1 t Mi i;(EIJ an.'ous Del a I Ii Pav og an. J S i dewa] J< Ueta_i l:3 P1<Jnl<:-nade Amenitle: Flans & Detail!'; !Add Alt. No.2 Base Bid A) i,ano:=cape and Irriqdtion Detail,; [nIt sect OIl EnL'lrqenlent Plans dnd Detail:: '1i ,:et' 11 dn' 'ous De a i i f'rafcic C,'nl(, j "laIl ;triping Sl jnCl'}e 1'1 Iii (SHl uf ;,) ;ttipincj. Slqnaqe PI.H; (SHT .' uf :') 'umrndTi and Cenera Notes .j. 'J ] O. II. 12. L3. 4. 16. 7. 18. 9. O. L 2. i . 4. of Bise Bid A) No. ! of Base Bid A) ~~ r) . 1'-, NOTICE AGREEIlEN1 PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND I r,jj; F OF CON rENT, ,"CF: "I, c'v!C;e )e,! NORTH BEACH AREA IMPROVEMENTS BOND 2004 Table of Contents "lUTICE l'(' BIDDERS iP, 'Ii~;,'d ". NOTICE TO CONTRACTOR~; -A [~p i i'! ~;ept (Ion \ d r '-~r' L1] eITH'Il! NOTICE 1'0 CONTRACTORf' - B Re J j /'! /5/ O( W, t }<,(" r ::; ,~)mpen -;at 1 UIl ('(VtTage F<cn Bu i Iding ,)r Construction proj eets V " :;()'Jernment ';nt 1 t PART A SPECIAl. PROV ISIONS T :11< and Pice ' f E"Ct. 1 Vi D, lJit IOn.: and AbI:HP"lat 1 I1S D,,( 1 1pt J Ui, of '1"0 pc'! Ml.tlic'(l :)f /\ward It'~nw t) bl SubrIlittc'cj "...it Propa,,'l] T m(' 01 Complet on/['iquicLlted Damaqes W( rke n.' ('ornpensdticl[l 1 llSU H1Cf' C J\fe'faqe F'(v~ed Prop(',als A. K;W ,w] ed9ment (t AddfIitj" 10 Waqt'Rate::; Rev sed 7/t,/ i' 11 CcuperatjO!i witl Publ1(''';q,-'neies (Rev!::;ed 7/',/00) L2 Ma nl endnCt' of ::erV1CE::; 13 Al ,'0. Acces::; and Trafflc -'untrol l4 CCil::;truct lUll Eql! ipment Sp i lage 'lIld '!'Tacklng 15 Ey. 'd vat i OIl dnd femova 1 E ! 6 Dj ;;posa LISa vage of Mat erJ lIs A-t1-F-i,"-'--ld {}f.fci-f't' (NOT USED) 8 Sche(lul,~ aLd Sequence of ('nnst ru. 't lon 19 COlistrw,tiof' Stakinq ;~O Te,.;tlng and Cert Jfii'atiUlI " 21 P:u'ject Signs ~ 22 Minority/Mjnorit; Business Enterprise Participation Policy r~ ~3---!-Ft[~~'i-€ffi- Heqffi Fe4-.-fRev+S-Ed '7/";/+H:4 (NOT USED) '" 24 Su et,! Hond:: A 2-5-f;-aJes -'Fct*:B-*€ffiftt'l:-Effi (NO IJONGER APPLICABLE) (6/11/98) 6 Sur'p ],pment a i Insurance Requirement S A 2';Z-Re:);~H}tH-l3--i44t-y---f-':+F--8affid'~' C.l-a4-ms (NOT USED) /1,28 Conslderatic,ns f >1.' Contract Award and Execution 9 COlltldctor' Fie d i\dmlni,'3tl'ation Staff o Amended "l-'onside'ation .)f ('ontract" Requirements )1 Amt"nded "Pc icy l[1 Ext t a \'V( k and C'hange Orders" ,,)/. Aml'neied "Executi,n (If "mtr,u't" Requirements '.3 Cond! t ii,n::; )f Wo k \ 4 Pr'ct"denc(~ )f COdt raet Dccument s ,.0, :l-:S--C--il Y WateE Fa-eHH:7-ies~ S-pe+?l;ll f-{cquir-ementS (NOT USED) ,6 Other Submit tals (Revi,;e,d)/18/00 7 Aml nded "1\1.' tangernent aud Chdrge f II 8 WorKe'] 'I' COlllpensdtion (")Vf'raqe for ! O~ :\1('111[O,:nt E"t Lt (': Prop.lsais/Pre-Bid Meeting :1 ,t., l\ i,) .; Water FurlJished by the City" Building OJ Construction Projects "idLE OF CUNTENTS ,'l\GE 1 (,F '. ,"" +9- f t ~ 1f ed tiE :I€(LdD-d~,PV if+(l-F-!chH Ael'e~'e (NOT USED) 10 A!f'en,jm"[1 .',1 't "[:\11 t 1(11 [<st imate,,;" 41.;],' /'_'1., i 01,/ 42 43 '14 45 .+ 46 47 48 49 PART B PART C PART S 1020 LOBO )020 2040 420 HlI R c & Rc jU! I Ii A;ellde: 1 ., I i-dErnn : f i I; ;1 + i -qe] r::- Ii' j A j I mens Oil: ,I vi ; ! ,1\"1n(j: B, :+t'f+Sd t C,! -Hl+f'l.l-y' "ll 'H tlld+€d-W,l-tel p '01 sl r I.'t;,. f..-xp 'eil '/ Exclvat o hCdcl L~ i,~ct r e:l \^i '(,; "ILl/I) Al'if_-~I ~ "M<-tl t,:?Ili} l(~(' ;1..1,j c~Itt A/ ir-l/ !Id Ho iLli!l\le::-;;;" :9/98) L.IOO} {If'''rfOBi- (NOT USED) i c- II ,3 ('7 , / 0 0 ) GENERAl PROVISIONS FEDERAl WAGE RATES AND REQUIREMENTS STANDARD SPECIFICATIONS 81 F: PREPARATJON Jt, I'J":.'irinq ;lIHI ;11 ~'r1\nq ';', !. em( v n.! O! d :; t 1 . 1 (d I r : ' S I') c, EAi"rHWOh K EXCdvat m d"d h,,( ~ ; 1 j! tor LJr j lit 1 es and Sewers 89 t fE'''! i,',<ClV, t.l F't' 'I" R01,UWAY 20", 2 : 'UHGRADE;; ANI) fASE~ ::1 dewaJ k and Driveway Replacement S54 ) ';4 2'-,404 ",412 ')424 ~avernent Rep, 11 ("tu t [) "It t er A ~FHALT~" Mm StRFi\CE~ A~'3ph(11tE't ()i]...) <Jl;(J F:mllJ:~L()nS c;:.:9 P imc Ce.at (ft,,;pl1altic r\1ateriaJ Only) HOT Mi~;~spha ti ',n('tl"te Pavement S30 (Class A) 834 "6 ( 'JNCRETE WeiR!' 025610 25612 Cunclete Curb and Gnt t el S5:> 'C1l1Crete Sjde.N'alks 100 Urlvewavs 5 3 1:'.:5802 ;:';807 'C,8 TPAFFIC {'ONTROL & -)E'n('F~ ;;F:crrON 30020 ( L:'020 { ~8000 ~;ECTION I ',( 120 rempc)rac: Tra fic C\ll1trc1s DurLng Construct ion r\nrement Mark nq::-: i I'd i rll and Thermop last ic S45 CON' 'RETE C~ROlr' ')UJ tJ dnd :eme' t 'c'Jjc,et" 540 Rt.jnfon:!llg St(~el ~4;2 '.: i [1 C 1 ;.! I' :; t ,'Il' t u !: ; , :., ,'3 1 ' META! JS ~.'tl ITlE' .':) 1 (1 ate ~ E l\q~ dud Covel:; ,';Cj'/ 'U,t; OF CONTENT,' h(~E"1f" ~ NOTICE TO BIDDERS ......" '........ NOTICE TO BIDDERS sealed proposals, addressed to the City of Corpus Christi, Texas for: NORTH BEACH AREA IMPROVEMENTS BOND 2004 is a tourist area improvements project which consists of construction of approximately 11,527 SF of new d' wide concrete sidewalk, approximately 26,529 SF of 10' wide cone Tete sidewalk promenade, pavement and curb & gutter repa] rs, minor a rea dra inage improvements, new entrance signs, shade strw'tures, benches, historical plaques and landscaping and Irrigation which Includes planting palm trees and scrubs of various species n accordance wIth the plans, specifications and contract documents, will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, August 9, 2006, and then publicly opened and read. Any bld recelved after closlng tlme will be returned unopened. pre-bid meetinq is scheduled Ear Tuesday, August 1st, 2006 at :00 A.M. The pre-bld meeting will convene at the Engineering rvices Main Conference Room, 3rd Floor, Cit Hall, 1201 Leo ard reet, Corpus Christi, TX. The meeting will be conducted by the City and lnclude a dlScussion of the project elements. A bid bond 1-n 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 provi de required performance and payment bonds for contracts over $25,000.00 will result in 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 tne City within two weeks of receipt of bids. Plans, proposal forms, speclfications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handl ing .::harge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents o.tainable at the office of the Ci ty Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City'S opinion, seems most advantageous to the CiLy and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/'Angel R. Escobar, P.E. Director of Engr. Services /s/ Armando Chapa City Secretary ~,.~ __'. ,-",,,,-',,,,,,,,, ~_........ '7' ~.._ NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS E":v ! ',eri Ma y, )006 iI, rtiti,al,. (j lr:.UTdI e ]'-,dit'dl ir.q fHOO' of coverage in the following amounts requi T ,.d TYPE OF INSURANCE 3D-Day Not~ce or Cancellation requ:Ired on all certif:Icates C>rnmercial C,'neTd] llabil ty includinq: 1 Corrune t (' i d I Ft Till 2 Pr~rni ;"$ Of.f'rdti '0:. :3 Explc),;lOJI iHld ColI ,p~)( HaZelld 4 Undc-rqrolmd fbziHCl 5 Produ,'t s/ ('o!llplett J Opprat 10rL' Hat,lrd 6 Contrd,'tual I.labi] :ty ) Bradd [.'orm Pl oper! ! Damage 8 Independent ('ont ra tOl,', 9 Per:;()!ld 1 1 nltl1 Y AUTOMOIULF, L1ABJJ.ITY --OWN"-,D NON-OWNED OR REI'f'fED WORKERS' ('( lMPENSATI (iN EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LJ[\BILlTY/ ENVIRONMENTAL IMPl\IEMENT 'OVERAGE Not lilllited to sudden & a:-cidentaJ discharge; tu incI uth, Jon J-tern environment al impact for 'he disp()~;a ] of contaminants Bll I LDERS' EU:; K INSTALLATION i-'LOATF:l< ~.,=.- $100,000 INSURANCE COVERAGE and Property Damage / AGGREGATE \ BINED SINGLE LIMIT JBINED SINGLE LIMIT S WITH THE TEXAS WORKERS' \CT AND PARAGRAPH II Of' BINED SINGLE LIMIT BINED SINGLE LIMIT [) UIRED , B- 6-11 and Supplemental rance Requirements IJ lJIRED : fled Single Limi t I B-6-11 and Supplemental ranee Requirements fRED MINIMUM Bodily Injury PER OCCURRENCE $2,000,000 COM $1,000,000 Cafe WHICH COMPLIE COMPENSATION I THIS EXHIBIT $1,000,000 COM $7,000,000 COM REQUIRE X NOT REQ See Sect ior Insu HSQUl RE X NOT REQ $100,000 Comb :;ec Sect iOl InslJ HEQUIRED X NOT REQU Page 1 of 2 The (c 1 ty or Corpus Christi mu:;t be namEd as an additlonal insured on all coverages ~ceptvr rkp 'ompPflsat i)[1 lidhi lity cCJveraqe, Th' flallle ,'rt j f ot thE~ ProJect, mu;! ,f )'13Utdl ~E (It. 1 iSL('(j rHtdpI "descrIF)tion of operations" on each For i( 'h lppl i edit i W) d,/ 'ver dOr 'lsuranc,; ov., I dg', U" Cont dctur !-,hd 11 (,blain an endorsement to the ifrS1H ,IlC" fol], '/, i'Jf",j by the insurer, providing the City with thirty prior writ en :101 (>1 cancellation of or material change on any ThE ',mtr,'ctoI srldl i provid\' to the City the other endorsements to pO]ll-i,,; or COVi-'[dqeswhich ate' specifjed in section B-6-11 or Special St'el Iln of 'h(> Oli! rei; i nsur-an 'E:) i'rovisi rl' Should you have any questions regarding j nsurance requlrements, please contact the ,'ontract Administrator at 880-3500 compl, (,'d "Disclosur'" of Interest" must be :;ubmitted with your proposal. Page 2 of 2 ~-:.,- NOTICE TO CONTRACTORS - B ........"'m-.. NOTICE TQ__ CONTRACTORS B WORE:::: f S CC':::-:~:\SATION COVERAGe: ~OR BUILDING c:;: C::::NSTRUCTION PROJECTS FOR ('''-:'JI::?.1fMENT ENTITIES ':-:=xas law requ "-:::'?s t ha~: ::-.ost contr3.ccors, subcc::t:::3.ctors, and o~~e:::5 ~roviding work C~ serv ces (or a City bUilding or c~nstruct~on pre eo::::: :.\Ust be cove::-ed bv worr:'?r I s compensation insurCi::.ce, authorized se ~ i~surance. or ~n aDpr~ved worker's compensa~~~~ coverage aqrE:~~.:!!:~~t ~ Even if Texas Law does ~ot require a contractor, subcontractor or others performing project services (including deliveries to the job site) =~ provide 1 of the 3 forms of worker's compensation coverage, the C~ty will require such coverage for all individuals providing work or '-::er'.~lces on thjs ProjecT at any time, includi:1S during the m,il~._=e,::2.nce CJuarancv ~)erlOG. ::otOI carriers which are ::equired to reg.:!.s::~:: wi th the Texas Depa::~::7"'2nt: of Transporcation under Texas Civil Sta~c~es Article 6675c, and ~hich provide accidental insurance covera.;;e under Texas Civil ~:tacutes Article 6675c, Secc:_on 4 (j) need not ::::::-ovide 1 of the :3 forms cf worker's compensation coverage. The Contractor ~arees at Texas Adm~nistraLive Code whic;: -=-s at. tached an,j deemea Please ~o~e that under secticn comply wit:.h all applic2.ble provisions ?itle 28, Section 110 .llO, a copy of ~corporated into the project contract. 110.110: certain 1 anguage ~.~ust be included in the Cont:.ractor' s Contract With the City and the Contractor's contracts with subcontracLors ana others providing services for the Project; the Contr:~ctor s required t.o submit ::0 the City certificates of c~verage for its employees and for all subcontractors and others providing services on the Proj.ect. The Contractor ~s required to obtain and submit updated certificates showing extension of coverage dur:ing the Project; and ~ the Contractor l~ ~cquired to post Lhe requi~ed notice at the job sit e .. By s~Sding t:his Contr~ct, the C8ntractor certifies that -=-= will timely cor::::.1': "....ith these Not.c:e to C-:;nt~actors "S" ::equiremencs. NOTIC~ 7~ CONTRACTORS - B (Revisea 1/13/96) Page 1 of 7 8/7 178 ....,...,."'- r it I e .2 S. L\1 S 1 H -\ _ \ (' F Parr It TEX-\.') \YORKfRS' CO:\lPE)/SATION C().\lMlSSIO~ Ch:lp!~r 110. HFQL1RED NOTICES OF CCYVTR-\GE Subcluptcr- B.L\1PI OYEI{ ~OTICES ~ 110.110 Reponing i~etJulrcmenLS for Building or ConsrrJCIion ProjectS for Govemmenul Entiries (a) The ioUowmg woras alLa tC:TIlS, wnen l:sed in this rule, shill b.ve me following meanings, unless the conte.Xl c:e2rly mcicates orhen.vise. T e:-ms not define:: m this ruie shail h2ve the me3I1ing rie5ned ill the T e.'Ca5 Labor Cede, if: 0 ae5ne2_ (1) Cer1IiiC2~e :)f cove;zge (ce~lc.2~~ )---\ ccpy of a ce~...iD.c.:ne cr" :.::suRnce, ::!. certificate of amhonry iO sell-insure :ssueci by the ccr.unissicr..... c, a worke:-s' ccmpe~2.L:cn coverage agreement (TWCC-l:n, T-WCC 02, T\VCCS3, or f\VCC-S4). showing stztutory workers' compensation insurance coverage for the person's or emiry's e:nployees \lnciucing those subje~ to a coverage agreement) providing services on a DrojeC!, :.cr the duration of tbe project. (2) BuiJdim-! or COI15truC'jon-nas lr;e me2.:',i.'lg defined in the T CX2.S L~bor Code, S 406.096(e)(l} (3) COmr2(~nr- A person bidding tor or a'.varoed a building or cO~ction projecr by a governmental entity (4) Coverage-\Vorkers' compensation inS'J2nCC meeting Lhe st2.tutory requirements of the Texas Laber Code, S 401011(44\ (5) Covera2e 2.2Tee~ent-A writte:.; 2cree~ent on form TIVCC-01. form TWCC-S2, form TIVCC-S3, or fQrm rWCC~S4 filed with the Te~ \V 0 rkers , Comoensation Commission which establishes a ' . rdationsrup between the parries for pwposes of the Texas Workers' Compensation Act, pursuant to the texas Lilior Code, Chapter 406, Subchapters F and G. as one of employer/employee and establishes wno will be responsible for providing workers' compe:lSauon coverage for persons providing services on the project (6) Durauon or-the projecr- Tncludes ilie !:1Ile !rom the beg:inning oIworic on me project until tl:e work on rhe ;Toject h2S bee:l compie:e:i ;c:-;j acce~1te:i bv the gover:......-nemal entiry_ (7) Persons uC\-1aing -(;e:yic~s on L~C prole:.::: ("subccntrc.C!or" ~-: 9 ~06_096 ofUle Act)-\Vith the excepuon or oersons ex:::::uaed undcr suosec--uoI15 (h) and (i) oftbis section, includes all persons or entItieS performing all or Oe.! t of the ser.ric~s the comractor hc.s unaena..\(:en to perform on the projec,- regardless Oi -.vhcther rn2.t pe:"son conuac:ej directlv wnn thc COfitractor and regardless of whether rhat person 1:,::.5 emoiovees_ Tbs inciudes bet is not limited to inde~e:1dent contractors, subcomracrors_ leasing cOf11clllies'-mo{or C2.: neTS, owner operators, employees of my such entity, or employees of ,~nv eotIty fC:-".1srung persons to pen-orm scvices on the project "';: ervice5" includes but is not limired hltD-I/-~'WW ')[;:>reto: "YI3c2snIII iO/Rl1](1 llO hrmi 'IOTICI: TO CONTRACTORS - _ R~vised 1/13/98) paqe 2 ot 7 817/98 --- v. < 'ilf'i2 (, (,.... -"<'np pr-UI[)'nc", -'I --- --~~-,iS ('.r -r~\-G-I-nn J' ~_ _ _ , - >, . -'~.. -~.".. ...L ----q-~.. J :-,'~' I 5 2.Dor.d~'lSpc,.2_:CQOrorh~: ',c",r;c~ :0 (~ prOte::::' '::: :::V1ces . (ices nor l:.::::.:~~ 2.Clr.--;~:e~ ~:-.:eiated to the DrOle:::. ~:':ch J.S [Ooc;:::e - -:('ooors, C1;C~ 5uppiy de!ivenes,::::: c~!ivery or ;:orL2oIe toi1e~s. - , t 8) Pi C1 ".. - ---,"c:udes the C 0',lSJOn or 311 se:-vJces .?:::.:CC! !O a i::;L:i1c~"1g or canstIUc-r-1on C;::;:::.2cr for a \~OVe~::2:::.'~ ~':;'Utv Ib) p[O\"J;!:~: cr causIng to ce provided a certiDcz:e O~- coverage ;ursuanr to this rule is 2- repFese:::2::::: DV the insur~:2 :hat all em~Jioyees cf:.he insure~ wno are pruviding services en the projec: :.!:'e c:-,'ered by worKers' compensation covef2ge, iliat the coverage is based on Drooer reponinr (Jr" c:2ssinc;nion cxies and payroll amour.:s. 2l1d that ail coverage agreements-t:a~e been filed witb Ll:e 2;;::rcpriate msurance carrier or, in the ~c of a self-insured, with the commissioc:s Division of Se!f-h;s,-.;-~ce Reguiatio~ Providing false or misie2ding ce:-riicates or coverage, or :2iiing [0 provide or r :2imain require: coverage, or failing tc re?oft any c~e that materially 2ife~~ -the provision or c-0verage may :;-<.!oject the contractor or other person providing services on the project to admir.ist:::::v:? ~enaJtles, cirL1inal penalties, civil pe~2ities) or other ci\.-i1 actions. iC) A gove:::.:::e:ual e:1tilv Ii 2~ enters into a buildi.-:? or Construc-...:ail contract on a projecr si:ail: ( J) induce 11: tbe bid spe(;iiic~tions, aU the provisions of parag::rcpn (7) of this subsecticn.. L:sing the language re::::Jired by paragr.-:ph (7) oftrus subseC:lcll: (2) as pan 0;: r..'le contract, L:sing the language re~urrd by paraglG.ph (7) of this subsection, require rhe contt2c::or to perform ;'--5 req\:ired in subsection (d) of this section: (3) obtain :2" r::;n the COntf2c::cr a certificate of coverzge for each pe:-son providing services onrbe project., ~nor !O that pe~son beginning work on the project; (4) obtain .!Tern the conLracror a new certificate of coverage showing extension of coverage: (A) before !r.~ end of the cw:-em coverage period, if"t.1e contrac::or's current cenifiClte cf coverage shows t112.t uL;e coverage pe:-:Dd ends during the dmation oftbe project; and (B) l1() izter ~2ll seven days 44:er the expiration oftbe coverage for each other person providing secviCltS on the project whose current certificate shows that the coverage period ends during the duraticn of !be project: (5) retain C~:-riiicales of coverage on file for the duration of the project and for three years dlereafter. (6) proviae 2. CJpy of the ce~Jncates of coverage to the commission upon request and to any person f:nmled :(} ;nem by law. and (7) use !h.e j2.;".;uzge comaine~ in the fofIowmg Figure j for bid specillcations and contuc::s. -.-\.ithour (lny ad4it~on2i words or cnanges, except those requireci to accorr.nJociate the specific document in which th~y 2:~ ~omained or LO impose stricter stand2ras of docG::J.entation: --285 I IO 1] O(c't(7) (ol hUpj!\\r~ sU') Si:2Ie.lX us!I2.C/:~:JrIlIl O/TIIl ) 0 II OhtrrJ NOTICE TO CONTRACTCRS - 3 ReV15ed 1/13/98) Page 3 ot 7 817/98 ......."- ::.) A ,:omractQr sn2..ii. , i) provide COvel age IO' its emmc-c"S a'aviding services on a project, foe ,,':e curation of the projee: :>sed Oil pro pc: r e~OI,!1I g 0 I cia 5 S ;c':::: 0n cod es mc po} TO ij amounts "'~" E':~g 0 i any Coveldge ~gree:nenrs; )) provide a certIficcte of cover2g~ s:-:owing workers' c~)f:1pensation cove:-2ge to the govemmemal ~:lriry prior to be~2g work on :c=-:~ ::rojecr; '3) provide the govemmcntal em'r:'-, ;;:~or to the end of the coverage pence. ~ new ceniiicare of c3Verage showing extension of ccvef2ge, if the coverage period shown on ti:e camractors CUrrem :~catc of CQvef2ge ends during t::c duration of the project; . ( 4) obtain from each person providing- services on a project, and provide tc tbe governmental entity: L-\) a cenificate of coverage, prior to ti12t person beginning work on the project, so the governmental ~:1fjty will have on file certificates or- coverage showing coverage for an pe:-sons providing services on " . .-::e proJect; ana (13) no later than seven days aRe:- ;e~eI;)[ by the Contractor, a new ceniiicare of coverage showing (?xtension of coverage, if the coverzge period shown on the current ceniiiCG.!e of coverage ends during the duration of the project (5) retain all required ce:riiicates 0::- caverage on file for the duration of L"Ie project and for one year tbCltafter, (6) -.otifY the governmental entity in writing by cenified mail or personal delivery, within tellcIays after the ~ntractor knew or should have r-...oown, of any change that materially meets the provision of coVClirage of any person providing se.rvices on the project; (7) post a notice on C2ch project siLe imorming all persons providing services on the project that they are ~ed to be cover~ and staring how a person may verify current coverage andreppnfailute to pro'o!iile COverage. This notice does not satisfy other posting requirements cposed byth"'^ct"r~th!'f colJ:ll!ilission rules, This notice must be printed with a title in at least 30 pDint bold !ypiianit t~;,(at least "19 point normal type, and shall be in both Engllsh and Spanish and any other lanau~.eg:iIlJJJion to th4 worker popularion..The text: for the notices shaD be the following text provided by the conullission on the sample notice, 'miliout any additional words or changes: REQUIRED WORKERS' COMP2-iSA nON COVERAGE ~The law requires thar each person working on this site or providing services [e!ated to this consUbction project must be cove~ed by workers' compe:Isanon insuranc~. T::is includes persons proviclng, hauling, or delivenng equipment or materials, or providing labor cr transportation Of other service related to the projecr, regcrcless of the identity of their employer or s+tZtllS as an empJoyee." "Call tile Texas Workers' Comper.s2uon COmmission at 512-440-3789 to re~e:ve information on the legal requirement for coverage, to vemy whether your employer has provided the required coverage. or to n~pon an employer's failure to provide coverage" ~npjlWWv.rsosstarc"tx us!tad281IIJ1 I Offill 1 0 I IOhtml NOTIC!: :-0 CONTRJIICTORS - B Revised 1/13/98) ?3q~ -4 of 7 snl98 -..- 1 i .. ,_ (..8) c'~-'~?c~..,ilv re~"'r~ 6?-'" '"'C-"J'" \"-'(J'] \,.'-1' cr.: .. caQuae:.:; -~ --"'\ice s6~-iC"S c- ., -"olect to' . .'-'....~~...4 ..L......;....,l. ........_.......... ____.... ~ "._...........1.1 .... -.... ... ........ ~.- "-.. - ... -::-- J _ (A) proVldc coverage ~2..Se~1 on prover re:]ori..~; or- classifiC2.uon cvces 2..I'lG payrcii z.r::c)Unts and filim~ Dr any CJver2.?C agre~::-:e::: . for 2~ t)f i:s e:r.Dicye~s provlcii...~; se'.ic~s cn the proj~c:. ~-;)r the durauo~ of the ?ftJiec. (B) f:lro"1(]e 2. ceniliC2..e c:" ,~;]verage w ~he C0:1::-2ctor prior ro m2.t person oegin...TJi.--:g -;:;ork on the proJe~-:: (C) inciuc:e m ill comrzc:so pro....,oe se:'l1ces c;-: the projeG: ~~e language in suosec-.icn (e)(3) ofthis <;ecuorI: (D) proVlde the contrzG:o:-, prior :0 the end of W.~e coverage pe~od., 2. new certiiiC2:e or- coverage showing extension of coverage, if the coverage period shown on the current ceniiic::.:e of coverage ends our-ng the durauon of the projeu: (E) obtain from each oL.~er :~erson wlth whom i: c:muac:s. 2nd p~:)vide to the con:rac:or: (i) a ceniiicate of cQvcrcge, prior LO the orher ;::e:-son beginni.."'lg work on the proje~~ :::_:~d (ii) prior to the end of the covercge period, a Dew certificate of coverage showing eX!e~on of the covenge period, if the coverage period shown 0:1 the curre~~ ce.'1:mcate of covercge e:lGs during the duralion of the projec-r; (F) retain all required cer-.i:.6cates of coverage en file for the durauon of tile project 2....~d for one year thereafter, (G) qotiiy the governmer.t21 entity in writing by certified m2.iI or personal delivery, v;ithin ten days after"the person knew or should have known, of any change that materially affectS the provisIon of coverage of any person providing services on the project; and (H) conrracrna1ly require e2cll other person with whom it conrrac-~, to perform as required by su~hs (A)-{H) of this paragraph, with the certificate of coverage to be provided to thepef'Son for \\'!born they are providing sernces. (e) A person providing services on a project. other than a contractor, shall: (1) IJI.'Ovide coverage for its employees providing services on a proj~ fOf the durcuon of the project baseti on proper reporting of classification codes and payroll amounts lIld filing of any coverage agree::1ems; (2) ptt>vioe a cenificate of coverage 2.S requir~ by its comraCL to proviae services en the projec, prior to beginning work on the project; (3) ~e the foUowmg language ill its contract to provide services on the project: "Sy signing this conmtc or providillg or causing to be provided a certificate of coverage; the person signing this con~ is representing to the governmental entity that all employees of the person si~irtg this conrnlc: who will provide services on the project will be covered by workers' compensaticn coverage hnp:liw".;vw sos_state.txushad28/IIn IOIBIlIO.I10htrnl NOTICE TO CONTRAC70RS - B Revised 1/:!3/9ill Page 5 c t 7 8J7t98 !or L~ ~ '.~'.:;-atlon or ;': ~ Dralea, ~h2.t the c::. '.e~2.ge ,.viII be :;2Sed on !Jfoper re~or..L."1g of dassiiication codes 2.!;Q DavroU ~-:o~m~, and that ail co\'e:-zge 2.gree::1e~:s ,......-ill be filed with the appro!Jriate insur::..::c: ;.:~er cr, ::: the case of a self-ir.sceci, with tt:.e car.un:.ssion's Division or Self-Insurance Reat:iatlon Provicune false or misleading i..-:,:orwaUon may subject the contractor to administrative pe~ties. c;imiIlal !=~;21tjes, civil penaltie~. or other civil ac-~ons." (4) proY1de the person for whom it is providing services on the project, prior to the e:ld of the CQverz.ge period shown on its current Cen:I:cale of coverage, a new certificate showing extension of coverage, if I he cove-age period shown OD ;he certificate cr- cove:. age ends during the duration of the proje:::: ; (5) obtam ITom eacn oerson providing sevices on a projecr under contract to it, 2nd provide as required by its conu-2ct: (A) z. ceni.ficate of CJverage. prior to the or.~er person beginning work on the project; and (B) prior to the end of me coverage penoa, a new certificate of coverage showing extension oftbe covtrcge perio<L if the coverage period shown on the current cenificate of coverage ends during the duration of the proje~~ (6) retain all required certificates of coverage on file for the duration of the project and for one year theraafrer; (7) aotii}r the governmental entity in writing by certified mail or personal delivery, of any change that mat<<iaDy affects the provision of coverage of any person providing services on the project and send theaotice within ten days after the person k:ilew or should have known of the change; and (8) comracma1ly 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 ally coverage agr~'"Ilents for all of its e::l;:>loyees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) iaclude in all contracts to provide services on the project the language in paragraph (3) of this subsection, (D) provid<; prior to the end of the coverage period, a new certificate of coverage showing extension of U. coverage period, if the coverage pe:iod shown on the current cenificate of coverage ends durin! tile duration cr the project: (E) ~tain from eacn other person under ccmract to it to provide services on tbe project, and provide as required by its contract: (i) a ce~cate of coverage, prior to the mne:- person beginning work on the project; 2nd (U) PriDno ~e ~d of the coverage perio<L 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 hrtpJlwww 50S. state. rx. usltad28/II1J IOIBIl 10 II O.htmJ NOTICE TO CONTRACTORS - 8 Revised 1/13/98) Paqe 6 of. 7 8/7/98 - :'\' duratlon ';1 . :Je conuac:.. ,F) re~a.in c.d recurred ce:-..:~..:z:~s of coverage en we for the duration 8:- ~;.e project and for one year [hcre..~fie~ : Cj) notUv lhe govemme:-:t21 e::~ry in writing oy certified mail or pe:-so;-.2i delivery. within ten days after the pc: SOD knew or snouici have known, of any change that ITl2re:-iiliy affects the provision of coverage of my person proviciing services on the project: and (H) comrac:ually require e2ch pe:-son with whom it contracts, to perfcrm as required by this subparagraph and subparagraphs (A}-{G) of this paragraph, with the ce:tificate of coverage to be provided to Lhe person for '.\--TIom they are providing services. (f) Ifany provision oftbis ruie or its application to any person or c:rc:.:.:nst.ance is held invalid, the invaldity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions or this rule are decJared to be severable (g) This ruie IS applicable fer building or consuuction contracts adve.rtised for bid by a governmental entity on or after September I, 1994. This rule is also applicable for those building or construction conttactS emered into on or after September I, 1994, which are Dot required by Jaw to be advertised for bid (h) The coverage require:ne:n L."1 this rule does not apply to motor carriers who are required Pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental ir...surance coverage pursuant to Texas Civil Stattltes, Article 6675c. 94(j). (i) The coverage requirement uf this rule does not apply to sole proprietors, partners. and corporate officecs who meet the requirements of the Act. ~ 406.097(c)~ and who are explicitlyex:dudedfu>1Il coverage in accordance with the Act, ~ 406.097(a) (as added by House Bill 1089, 74th Legj...l~tUre. ] 995. 9 1.20). This subsection zppues only to sole proprietors. partners, 2lld corporate exetuttve offic<<s who are excluded from coverage in an insurance policy or certificate of authority to. self'"'insu,re that is delive:-ed., issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this g 110.110 adopted to be effective September I, 1994. 19 TexReg 5115; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index hltp:/Iwww.sos.stale.rx.usiraci23/Il11101B1l J 0 11 Ohtmf NOTIC<: ~O CONTRACTORS - B Revi3ed 1/13/98) PaQe 7 ot 7 8n/98 ......'.......- PART A SPECIAL PROVISIONS -. - t,nqineer t the Ccntrac or and""il I be assessed and paid even if the permitted time compJf-,tr' the Pruject has not ('xplred. in accordance with othE r requ.Lrements of this Contract, the Contractor shall not f:>crmit slJbcontract (lrs or others to work on the Project :mless all such individuals eking on the Project re covE'red by workers' compensation insurance and unless the 'c'quired document iJt ion f such ';ovl'rage hac3 been provided to the Contractor and the t y Eng noo';;r" A-8 Faxed Proposals F [oposal~; faxed di rectl y to the Ci t Y wi 11 be considered non-responsive. Proposals must cont.ain original Signatures and guaranty and be submitted in accordance with 'ection B-? of the Gene'al Pro'li~;i )Os. A-9 Acknowledgment of Addenda l'he Contractor shall acknowledge receipt 01 all addenda received in the appropriate space pruvided in the proposal. Failure to do so wi 11 be interpreted as non- t?ceipt. Since addenda can have significant impact on the proposal, failure to H~:knowledge receipt, and a subsequent interpretation of non-receipt, could have an ldverse effect when detE'rmininfj t he lowest responsible bidder. A-I0 Wage Rates (Revised 7/5/(0) "Jbor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. case ut :onf1ict, COTit:ractol sha ] use higher wage rate. MInimum Fr~,,-ai1ing ~Wage Sc,?_les rhe Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any :mbCQfltractor must not pay less than the specified wage rates to all laborers, wor~n, and mechanics '3mployed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, r' portion theLeof, for each laborer, workman, or mechanic employed, if such person lS paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and lassifications of all laborers, workmen, and mechan ics employed by them in 'onnection with the Projl~ct and showing thl- actual wages paid to each worker. The Contractor wiLL make bi-weekly certified payroll submittals to the City Engineer. The ContTactor will also obtain copies of such certified payrolls from ,II SUbcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi --weekly (See secb on for Minority/Minority Business Enterprise Part cipati1m Policy for additional requirements concerning the proper form dnd content ,f the payroll submittals.) .)ne aDd one-half (1-1/2) times the specified hourly wage must be paid for all hours 'worked in excess of 40 hours in anyone week and for all hours worked on Sundays or holidays. (See Sect ion 8-1-1, Def ini tion of Terms, and Section 8-7-6, Working Hours. 1 A-II Cooperation with Public Agencies (Revised 7/5/00) The Contractor shalL cooperate with all public and private agencies with facilities operating within the limJts of the Project. The Contractor shall provide a forty- f'ight (48) hour notice t~ any applIcable agency when work is anticipated to proceed n the vic.inity of any fdcility by using t:-hc Tcn.:l!] One C;JlI 8YOtCffi 1 800 2113 1545 IJig Tess dt ]-800-344-8347, the Lone Star Notification Company at 1-800-669-8344, d :Jd the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's ("flvenience, the fol1owir-Cj' telephone numbers are listed: Section A - SP (Revised DEe 2004) Page 3 of 21 ~.,.,.~. Cl ty Engine" CerA Engine"l celA OperatJons M3nager Project Engineer A/E Project Architect, ,John John WI igbt Ar -h it ect 'fraf fi.c l-:ng1 neE'r Police DepcutmE,nt Water Department Wastewater Department Gas Depa rtrnent Storm Water Department Parks & Recreat iOl' Depa r:tment streets & So]io W,ste Servie,'s A r: f' S B C City Street Dtv. 10r 'f'raffi Signal/Fiber Opt] c Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Opt tcl Brooks Fiber Optic (MAN) 87.0. 3500 36l/289 0171 36 1./289 - 0 1 '71 826 3500 Wright 88? 821. 88;' 82(, ext ext 1223 1229 1678 3540 1911 1880 fax: 883--3786 88~) . 6900 826 -1881 826 ~461 826 -1970 2994833 881 2511 (880-3140 (880-3140 after {885-6900 (880-3140 after hours) hours) after hours} after hours) R2( if)] 8 (693-9444 after hours) 11-800-B24-4424 after hours) 826 1946 826-5000 887 9200 813 1124 881 S767 512/935-0958 972/753 4355 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) A-12 Hl.i.ntenanoe of Services rhe COntractor shall take all precautions in protecting existing utilities; both dbove and below ground. The Drawings show as much inronnation as can be reasonabl,y obt.aiJled .from existing as-built drawings, base maps, utility records" etc. a~ from as mucIb field work as noanally deemed necessary for the construction of this type of project. with reyard to the location and nature of underground utilities, etc. However, thle ~acy and<XllllPl.e~ss of sucb i.nfoXlDation is DP1:~~. It is th€ OImtractor"s sole and complete responsibility to locate such underground featu~s sufficiently in advance of his operations to preclude damaging the existing facilit:.les. If the Contractor encounters utility services along the line C),f this. work, it is his responslbility t:o maintain the services in continuous operation at his own expense In the event of damage t.e, underground utilities, whether shown or not shown in the drawi.s, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the C~tract prle-e. JUI such repalrs must conform to the requirements of the COInpaoy or agency that OWns the utili t:ies. Where existing sewers are encountered and <lre interfered with (i. e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contraetor either by connection into other sewers or by temporary ~ing to a satisf~tory outlet, all with the approval of the city Engineer. Sewage or other liquid must not be pumped, bailed o~ flumed over the streets or ground surface~ and Contra-etor must pay for all fj nes and remediatiop that may result if sewage or other liquid contact.s t,he streets or ground surface. It is also the Contracto:r&s responaibility to make all necessary repairs, relocations and adjustments to t~e satisfaction of the City Bngineer at no inclease in the Contract pri.ce. Material's for repairs, adjustments or relocations o.f sewer service lines must be prOVidedby' the Contractor. A-13 .-. Acoess and Traffic: CQntrol. Suffic~nt traffic control measures must be used to assure a safe condition an4 to provide. a minimum of inconvenience to motorists. All-weather access must be provided to all residents and bu~inesses at all times during construction. The Cont raG1:or must provide t~rary driveways and/or roads of approved material 'durinq Section A - SP (Revised DEe 20tH} Page 4 of 21 -".- wet weather l!-lp demand:' rhp tOntrdct.or must 01 inclemen' wedtht~[. malntain d stockpile on the Project site to meet The Contractor will be required to scheduJe his operations so as to cause minimum ldverse lmpact on the accessiblli ty of adjoining properties. This may include, but :; not 1 tmited tc working chiv'~W,lYS in half widths, construction of temporary Imps, el The Contractor sha 11 comply wi t h tell' CJ ty of Corpus Christi' s Uniform Barricading standards clnd Practice~ as adopted by the City. Copies of this document are available through the Cjty'~ Trdfftc Engineering Department. The Contractor shall secure the neCt~ssa IY pe nni t from the Ci t y' s Tr'affic Engineering Department. AJ.l eents-EOT .-t-f.af44e- eent.l:'-e+--{~:fe .~:i:de-FeEl-'.subGidLlry; therefore, no direct p;r~'ffieti t ....i Il-be --ffla-de- - t;-e (~TiH::-t{H A-14 construction Equipment Spil1age and Tracking The Contractor shall keep the adjolning streets free of tracked and/or spilled materials going to or f rom the constructi on area. Hand labor and/or mechanical equipDtent must be used where necessary to keep these roadways clear of jab-related materials Such work must be completed without any increase in the Contract price. Si~reet:s dnd curb lines must be cleaned at the end of the work day or more frequently, i:f necessary, to prevent material from washing into the stonn sewer systetn. No visible material that could be washed into the storm sewers is allowed to reanain on the Project site or adJoining streets. A-1S Ex~vation and Remova1s The excavated areas beh1nd curbs and adjacent to sidewalks and dr.iveways must be fi lIed with "clean" dirL "Clean" d.irt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and ferti1izer. The dirt .ust be free of debris, caliche, asphalt, concrete and any other material that detracts from.i t~s appearance or hampers the growth of grass. All existing concrete and asphalt wi t.hin the limits of the Project must be removed unless otherwise not.ed. All necessary removals .Lncluding but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "street E~cavation';'; therefore, no direct payment will be made to the Contractoc. A-16 .Pi~~/Sal.va~ of K;lteria.ls Exces. excavated material, broken asphalt, concrete, broken culverts and other unwan.ed material becomes the property of the Contractor and must be removed from the s4te by the Contractor _ The cost of all hauling is considered subsidiary; therelare, no direct payment will be mpde to the Contractor. A-17 >ri..1d Offi.ce (NOT USED) The CtfttEacter mUGt furnish th~~ity En~ineer or Ria represcntati~e with a field offiee attne construction aite. The field office lftUot ooIttain at leaot 120 oquare feet .~. Qscahlc space. ~e field office must be air coftftltienea and hcatea andmuot be fatiliishcd with anincl4:fled--hlbk th.:1t ftlcaaur,eG at least 39ft 1t GO" and blO (2) Chair... 'l'hc Cont.racter Ghall move the field office on the Bite. an rcquir-ea b}' the Citj . .~i.llcee or hia reprcGentat::i:-ve-. The field office fflust be fllrnishea ..-ith a tc.1cl3l!ll8ne . (l.ith 21 flour per day .-:tnG".leeing Gerv~iee) and FAX machinc paid for h:y the. Contraeter; Tficrei-s--ne- oepa en t~"Pf i tcm for the field office. Secti<>n A - SP {Revised DEe 2004} Page 5 of 21 '...1Il."""_ A-18 Schedule and Sequence of Construction Con; ','OctOI :;h" L submit te the City EIlgincer a work plan based only on calendar days. lS plan I!lll.st detai I the schedule f work and must be submitted to the City f'ltoirwe -it l"dlii hrec {3"1 wnrkinq days [Jor to the rre-construction meeting. w' '[' j t HI" 'I nlp 1 f t ] ( i ~ he F1 I,'ct I'll 1 ] be 1. Bdle Bi ;\ 2. AddltlVt fHI .'[Hat 3. Additiv. J\!!(;rnat 4. Tc' d! Bd Sf' H = d A AJ A? - ,yi th be tIt l\deli ti vc AI ternat Lves","} & A2 From Day one* 120 calendar days 15 calendar days 15 calendar days 150 calendar days ). Ba e Hin f' b. Ad: i' v. j\lt, I na t B j i. Ba p Bid F \.;ith ,ll,jdit VE ,Z\Jternate ]\J From Day one* 45 calendar days 30 calendar days 75 calendar days * From date as authorized in the written Notice to Proceed. The plan must incLi,:ate he schedulE' of thE following work items: IDlti~lSc:l1ed~J.~: Submit u the City Engineer three (3) days prior to the Pre-Construction Meet ing an initial ('onstruction Progress Schedule for review. Itc:ms te Include -....---------------...----- _._....~- id"nl i fyi ng \\lork Id'ntify thf first ~;how complete sequence of construction by activity, f separate stages and other logically grouped activities. wor kd,j y :) f each wee k. Suhrn j t La Da t(~s: [ndli:u"? :lubmittal dates requin:d for all submittals. ReSubmission: Revise and rpsubmit1s required by the City Engineer. Periodic. Update: :3ubmit Updated Construction Progress Schedule to show actual prngress of each ftage by percentage against initial Schedule. "19 Construction Project Layout and Control he draw; ngs depJct Lines, slopes, grades, sections, measurements, bench marks, ;dselines, etc. t hat an:: norma) 1'1 required to construct a project of this nature. fhe major contr 01 s ,md benchmarks required for setting up a project, if not shown on ! hE drawing", wi] 1 be pr)vided by the AlE ('onsultant. l'he Contrdctor ...i 11 [urn'sh I in"s, ;;lopes and measurements on the ground for control (,f the work. If, during construct ion, it is Ilecessary to disturb or destroy a control point or oench mark, the Contractllr shall provide the AlE Consultant 48 hours notice so that .d ternate contr 0 L point can be established by the AlE Consultant as he deems necessary, at no cost to the Contractor. C')ntrol points or benchmarks damaged as a result of the Contractor s neglIgence will I)e restored by the AlE Consultant at the expense of the Contracto ! f, for whatever reason, it is Ilece~;sary to deviate from proposed line and grade to properly f,xecute the work, t he Cant ractor shall obtain approval of the City Engineer prIor to deviation. If, in the opinjon of the City Engineer, the required deviation would necessitate d re~isicn to the drawings, the Contractor shall provide upportin'J measurements <IS requi red for the City Enginee to revise the drawings. ';'hc~ Contr,,';1 uI' :;ha 1, tie in or refer ence a1 val ves and ffidnholes, both existing and I. rJposed, for the PI) rpos( Oild] us1 i ng val VE'~; and manhole,; at the completion of the I vlng process. /\1;0,), tl e CIty F:ngineer may require that the Contractor furnish a p"jximum or t\-10 (;>) oer.s,.nrwl f r t hf' purp,se of d~sist ing the measuring of the Section A - SP (Revised DEe 2004) Page 6 of 21 --...- SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting 3ealed proposals '1'1.11 i Ie' receLvcd in conformity with the official advertisement inviting bids for the pruject. Proposals will be received in the office of the City ,-atar, located on thf? f),rst fLour of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, August 9, 2006. Propos.lis mailed should be addressed in the [ul1owinq manner: Cit y f Corpus ChI istl eil. y Secretary's (ffi, e 12U1 Leopard Stref I Corpus Christi, TExas 78401 ATTN: BIll PROPOSAl - NORTH BEACH AREA IMPROVEMENTS BOND 2004 )\ pre-bid meetJng \-ILll b, held on Wednesday, August 1,2006, beginning at 10:00 a.m. The pre-hid meeting will convene at the Engineering Services Main Conference Room, 3rd Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. The meeting will be \~onducted by the C:ty ar.d include di3cussion of the project elements. No additional or~t~.r::.9t e_'i1)S_~!_2l~l~;n~ willp~nconducted Qy the City. A-2 Definitions and Abbreviations '~ection B-1 of the (;one1dl Frov1sLons will govern. A-3 Description of Project NORTH BElICH AREA iMPROVEMENTS BOND 2004 project is a tourist area improvements project which <<:onsists 'f construction of approximately 11,280 SF of new 8' wide concrete sidewalk, approximately 26,170 SF of 10' wide concrete sidewalk / promenade, pavement and curb & gutter repai.rs, minor area drainage improvements, new entrance signs, shade structures, benches, historical plaques and landscaping and irrigation which includes planting iJalm trees and scrubs of various species in accordance with t he plans, specification>' and cont ract documents. A- 4 Method of Award The bids wi 1] be evaluatE'd based OIl t he following order, subject to the availabi1ity of fuads: Total Base Bid A and Total Base Bid Part B or Total Base Bid A + Additive Alternatives A1 + Additive Alternate J1.2 and Total Base Bid B + Additive Alternate B1 The C.\ty Intends to award the lowest combination of Total Base Bid A and/or Alter.ates and Total BaSE Bid B and/or Alternates to one or two contractors. The City reserves the right to reject any or all bids, to waive irregularities and 10 accept the bid which, in the City's opinion, is most advantageous to the City and In the best interest of the public. Expl~tion of Proposal Base aid A provides construction of approximately 26,529 SF of 10' wide concrete idowqlk/promenade wi th i\ddi ti ve Al ternates for landscaping and irrigation, new "nt ranee signs, shade st 1 uct ure~;, benches, pi cnie tables, and historical plaques. Base ....d ~;idewalk, B provides construction for approximately 11,527 SF of new 8' wide concrete ADA improvement s, int pc;ect ion "bulb-outs", pavement and curb & gutter Section A - SP (Revised DEe 2004) Page 1 of 21 .........----- repai.r" ignaqe, andscdpl nq ,md and rnlf\(,[ rrlq, tion_ 1 LC'c! Irainage improvements, with Additive Alternate for A-5 Items to~~ Submitted wlth Proposal The fa ["wino t "W' dl e re(El.. r-e,) '0 be submitted with the proposal: ~)% Bid Bond -----_....._.~_. -- --..- identifiecj In (Hust n'fecc'flce tl f, Frop()sal NORTH BEACH AREA IMPROVEMENTS BOND 2004 as 1\ Cast-,ie"'.' Che 'k, Nat!Ol!d !Lj[j~ WI 'crti! ild check, money order or bank draft from any State d('('Pil["hle. ) UtS,;i.OSU11: "j Ir:reI~':-;t: STc,tcment A-6 Time of Completion/Liquidated Damages [he working time Jor c)mpletion ot the Project will be: 1. Base Bid p, 2. Additive Alterna' e A 3. Additive Allerna e A2 4. Tota] BdSP Bid A with botl' i\dditiv(' Alternatives Al & A2 From Day one* 120 calendar days 15 calendar days 15 calendar days 150 calendar days 5. Base Bid l 6. Addit ive ,l\l t:erna e BJ 7. B,:iSE' Bi(j lJ 'v'iith .:..ddit IV T~J rnat" Ell From Day one* 45 calendar days 30 calendar days 75 calendar days * From date as authorized Ln the written Notice to Proceed. 'The Contractor shall conunence work within ten (10) calendar days after receipt of "'Ii tten notice t( proceed from the Director of Engineering Services or designee "City Engineer") !<'oreach calendar ,jay that dnv w)lk remains incomplete after the time specified in the Contract for :omp! et ion f t he work or after such time period as extended pursuant to other prov siems f Ihis Contract, $500.00 per calendar day will be assessed against the COltractCI dS ]iquiddted damages. Said liquidated damages are not imposed as d pena ty but <'1:; an est i mate of the damages that the City will sustain from delay in complet lcm of the work, which damages by their nature are not capable of precisE' proo. The Di reet or oj Engineering Services (City Engineer) may withhold and deduct 1 fom monies otherwise due the Contractor the amount of 1 iquidat 'cd damage.' due . he (' it y. A-7 Workers Compensation Insurance Coverage I f the Contractor I s workers' compensation insurance coverage for its employees working on the Project is termini)ted or canceled for any reason, and replacement '^,orkers' compensat ion insurance (overage meeting the requirements of this Contract s not in effect on t he effect ve dat e of ::ancell at ion of the workers' compensation insurance coverage to h; replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Pr"oject. Furthermore, tor ach :alpndiJ! ,by inclCldinq dnd after the effective date of termination or cancel1i,tioIl of t hE' Contractor's workers' compensation insurance cove~age for i,ts employees working on the Project until the date replacement worke'rs' compensation insurance cuverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against dnd paid by the Contractor dt the highest daily rate elsewhere specified in this Contract. Such I iq'lidated damages wi] I accumulate ~"ithout notice from the City Section A -- SP (Revised DEe 2004) Page 2 of 21 -,- ITldx~mum of two (~') per;onnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for doc::umentation and veri1ication of compliance with the Contract Documents, plans and specifications. Said compliance certif1cation shall be provided and prepared by a Th:ird Party in~ndent Registered Professional. Land Survey (R.P.L.S.) l:icensed :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 d.i.screpanc:ies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. FollOWing is the minimum schedule of documentation required: Streets: · AU curb returns at point of tangency /point of circumference; · ~b and gutter flow line betll s.ides of street on a 2QO' interlral; ~ B~a4t ere_BS OB a 290' iB~B~ an~ at all iB~a~se~oas. llil!St:.ewat;e~ : - All ~~/iDvert eI6v~~ at M~-L~lE9; .-- AJI. ineer.eating liB€)3 in~ ~ (,_i~-e1:eva~pi~ an~ flow liBe) . Water: · AIl. top of valve boxes; · Valve vault rims .~~w~tiie.J:o' : -- Alj. ~ 'i.t:.i.:..rt -elcvatiens at lItaflholas; - -Jll& .iBeersl!iealig 1 --as in ---Lo1ss.- A-20~t.inq and Certifi.c.at,ton ~l ~sts required under this item must be done by a recogni~ed testing Laboratory selected by the City Englneer. The cost of the laboratory testing wiI.l be borne by the cJty. 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. Contr~tor and deducted from the payment to the Contractor. Th~ COntractor must provide all applicable certifications to the City Eng.ineer. A-21 -~:ieat Signs The OIflWtractor must furnish and install two (2) Project signs as indicated in Atta.t t I. The sign must be installed before construction begins and wi.l1 be maint~ned throughout the Project period by the Contractor. The location of the sign M[ll b€ determined jn the field by the City Engineer. A,-22 ~ritY/Minori.ty Business Enterprise Parti.ci.~ti~ J?o1icy (Revised H}/981 J . ~Olic::y It: is t.he policy of the Ci t Y of corpus Christi that maximum opportunity is aft:orded minorities, women and Minority Business Enterprises to participate in the performance of (..~ntracts awarded by the City of Corpus Christi in support pf Equal Employment Opportunity goals and objeCtives pf the Affirmative k-tion ~olicy Statement of the City dated October 19896 and any amendments the-reto. tn accordance with such poLicy, the City has established goals, as stated Section A ~ SP (Revised IJaC 2004} Page 7 of 21 - - h, reIn, BlJsJnes both fOL minority and female pcHt:lcipatl'm by trade and for Minority E:nt erpr se DefInitions a Prime Contr.actor:: ~;;'~iati.or, or jont c! t y :ontr"ct Any person, fIrm, partnershipr corporation, Iff'nture dS herPJn provIded which has been awarded a b ~ubC::~r:!:trac_t ~n: .l\ny named pc rson, f inn, partnership, corporation, association, or joint venture as herelf] Identified as providing work, ] dboL serv lces, iUpp] les, equ Ipment, materials or any combination of the fnt"eqoJng undE'! contract. with d prime cc'ntractor on a City contract. c ~nor~_~~usine~_Ent:~;_t:prise: A business f'nterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, MexlcanAmericans and other persons of Hispanic origin, American Indians, AJ askan Natives, and Asians or Paci fie Islanders. For the purpo~;es of this section, women are also considered as minorities. MInOr] ty p,'rson (s) must col! ect i vely own, operate and/or actively manage, dnd sha re in payment:; from such a n enterprise in the manner he rei r,after set forth: Owned (a) For a sole proprif.torship to be deemed a minority business enterprise, it mu~t be ownpd by a minority person. (b) f-'or an enterprise doing b1Jsi.ness as a partnership, at least 51.0% )f the assets or interest in the partnership property must b." owned by one or more minori ty person (s) . ('.:) For an enterprise doing business as a corporation, at least ')] . O%")t the assets or interest in the corporate shares musl b(. owned by one or more minority person{s). 2. Controlled - -_.. ..-.-.-- The primary power, direct or indirect, to manage a business enterprise n;~sts with a minority person (s) . .,. ':=;!1are_1n P_~~!1_~ ~nority partners, propr~etor or stockholders, ot the enterprise, as the Case may be, must be entitled to receive 51.0% or more ot t.he total profi ts, bonuses, dividends, interest payments, commissions, consultihg fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the b~siness enterprise. d. Min5~ri!:y : See definitlon under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is QWIled and controlled by a woman, a partnership at least 51.0% of whose assets or partnership int erest.s 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. f. Joint Venture: A Joint venture means a,p association of two or more persons, partnerships, corpo~ations, or any combination thereof, founded to carryon d single business activity which is limited in SCOpe and direction. The deglee to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MaE as " member Section A - SP (Revised DEe 2004) P~HJe a of 21 _0.._ intf?ti' t, skill be der~rn(~d equivalent to having minority participation in 2::). O~., ()f the: wor k. Minori ty members of the j oint venture must have ei ther f ina'lcia 1, manaqerial, or technical s kills in the work to be performed b' the joint venture. :I',,' ' l; a. Th,~ qoa 1 s Enterprises work ! orce follow:;: for partlcipation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate )n all construction work for the Contract award are as Minorlt', Parti,~ipation ( ['ercent 45 % Minority Business Enterprise Participation (Percent) 15 % h. These goals are applicable to all the construction work (regardless of federal part icipation) performed in the Contract, including approved chanqe orders. The hours of minority employment/must be substantially un form thrcughout the length of the Contract and in each trade. The trdnsfer of minority employees from Contractor to Contractor or from project to !)rojcct for the sole purpose of meeting the Contractor's percr,n'ilJ!' '; proh1bit'ed. " C.0J1f.21 I ~(;_C: a. Upun ,:omplet on of thf Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor t.j the Ci t V Engineer. b. The Contract or shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female parti:ipation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicat e, in wd ting, the overall participation in these areas which hdve teen achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payroll s in a timely fashion or to submit overall participation informationJs required. A-23 Inspecti.on Required (Revised 7/5/00) (NOT USED) ThCl C4lntr.:Jctor ~:t-l:--as-s~thc appropriate building inopcctieno by thcBuilding Inopaetion .1\.ctiv-i+y .:1t the ,\:.:1riOH&-inten:alo of ',wrle for '.Jhieh a pCrJRit io requircd ~nd te nooure a final inopeetion after the building io completed and ready for :Jccupancy. Contractor m:J:Jt obtain the CertificClte of Occl:lpancy, \lhen Clpplic;:lble. S-ectiem e 6 2 of~; Ceneral-, Pro. i oion8 io hercby amended' in that. the Contr;:lctor muot pay 011 fceo ;:Jnd-ehd~es le.ied by the City'o Building Inopceti(cin Department, dnd 311-Btfter--Ci t Y feeG, includinq",:;:Jter h:aote\.;:lter meter feeo and tap feeo 0.0 fcquired By--Gi-t-~ A-24 Surety Bonds Paragraph two (2) of See ion 8-3-4 ot the General Provisions is changed to read as llow5 : "No surety wilL be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the Ci ty. All bonds must be issued by an approved Surety Company author i zed tc do bllsim,ss in the State of Texas. If performance and payment bonds a ce in tn amcunt i n exce~:s of ten percent (10%) of the Surety Company's Section A - SP (Revised DEe 2004) Page 9 of 21 ~--"-- default or Jelinquent on ~ny bonds or who has an interest in any litigation cH]alnst the CLt". All bonds must be issued by an approved Surety Company authorIzed 0 de buslne~;s in the State of Texas. If performance and payment b(>nds dre II dn Imount In excess ot ten percent (10%) of the Surety Company's clpJlal liid sLrplu-'J, the Surety' Company shall provide certification ~:jtj;;fdCloi lO the 'ily /\ttorney fldt the Surety Company has reinsured the prt 101' the nand <3-1II0unl that ,'xceeds tell percent (10%) of the Surety C)mpaflY'~' (dpltat dnd surplus with rCLnsurer(s) authorized to do business in the state (,1 Texls. Th.. amount of the hand reinsured by any reinsurer may not exceed ten perce'lt (10%) of the reinsurer':; capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through th., Sla: e Board t lnsur<,nce as of the date of the last annual statutor:y !lnanc at :;tatement of the Surety Company or reinsurer authorized and admjtteci to io busllless III the :;tate of Texas_ The Surety shall designate an agent who 1-5 a leSldent of Nueces County, Texas. Each bond must be executed by the Contractul and the Surety. For contracts in excess of $100,000 thE bond must be executed by a Surety company that is certified by the Uni ted state:: Secretary of the Treasury or must obtain reinsurance for any llabili t_y 1 r. excess of S 100,000 from a reinsurer that is certified by the Unlted States Secretary of the Treasury and that meets all the above requirements. The insurer 01 reinsurer must be listed in the Federal Register a:' holding ':erti t icates of authori ty on the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) Cect.;.OB B (; 22, '~-BJ!emption-- Pf~~, 'is deleted in itG entirety and the t:'&lli't3iling ~Tt+{;.~.tt"€d--1 fl--b'eu- t:l1f"HcH,f-;- {:on.act.:J for - imprO'v'CffiC~87-l"eiH:-properEya\lardea by the Citj af COLpUG ChriGti do not ,JIU,alify for CHemptL~-&f.-.sa-.les, Encine, ;:Lnd Use TzmCD unleso the Contractor elc..s t-{}-.opcratc~-a- Dcp;:Lratcd-contract-as-defined by Ccctiofi 3.29.1 of Chapter 3, "'-nAdHUniotration of 'l'itlc'-34, Public Yinanee---Df the TClraa 1\dtIIinistroti.'c Code, O-F$eh-othcr rule::> 01- rcgulations--~---promulg;:tted by the Comptroller of Publ:tc ncc Olin t.3 --et'--'l!eHa s-.- If ~e Contraetorelect~ oper;:Lte under a acp;:Lroted centraet, he shall: 1. Obtain the ncce3::hlry o;:}les- L:m permits frBm the .stote CORlptroller. 2. IdcHtif) in the-aflprepriate apace en the UBtatcmeHt ofUaterials <lad Other GbarlJcs"---i-n- the prepe$ol~t;-of lflilteriala phy..sieally incorporated ~-4=fte Preject. 3. Pro ~.ide resale certificateD -t:D oupplicra. 1. Pfevidc thc City Hith copieo of material inJeiceG ta Gtllmtantiate theprdposal value af materialJ. If ""r Contractor decG net elect to operate undcr 0 Gcparatedcoll-tract, he JHU!jt pay for *1 Eales, Eltcise, dnd UGe 'Fane::; applic.1ble to thiG - Froj cot. Stille_tractor:) arc eli~Hdc for D.:llco t;:tJ{ C1[CHIf3t~ if the soocontracter alno campJiiliee \lith- the abo:c -TequiremcHt3. The ContrLlctor muat. i:Jouc i:l reGale ccrt.i.eute to the !Jul3cont;.raclBT--an4-~-tffibeoftE.rLlctor1 in turn, iGsucn a reaale ecrtiltieate to --lHcs~JWf, A-26 '1~1~tal. Insurance Re,qtti.rements For <!Iach insurance coverage provided in accordance with Section B-6-'11 of the Gene~l Provisions, the Contractor shall obtain an endorsement to the applicable insu~nce policy, signed by the insurer, stating: In tJ1e event of cancellation or material change that reduces or restricts the Section A - SP (Revised DEe 2004) Page 10 of 21 - -- LnsuranCe af fordee! by th~s coverage part, each insur:-er covenants to mail prior wn tten notice of can_(:elJ_C!!:_~2rJ or m~t~.~ia] _~hang~ to: 1. NdIDe: City ot Corpus Christi Engineering Services Department l\t tn: Con L ['acts Adrninistrat~or Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 L Number ~!cf.C!Y~__'~<:l\Tance _l"1(.>!:_ice: 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 Enqineer requests that the Contractor sign the Contract docU1itents. Within thirt.y (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the Ci.ty Engineer: wi th a certificate of insurance certifying that the Contractor provides worker' s compensation j nsurance coverage for all employees of the Contractor employed on the Project described in the Cont.ract. For each insurance cqverage provided in accordance with Section &-6-11 of the Gener.l Provisions, the Contractor shall obtain an endorsement to the appIicab2e insur.nce policy, signed by the insurer, stating that the City is an additional 1 nsured under the insurance policy. The Ci t Y need not be named as aqditiona:1 lnsured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B~ b-ll (a.) of the General tJrovisions, the Contractor shall obtain an endorsement to this oove1:age stating: "'Contractor agrees to indenmify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them haDRless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account or any injury t.o any person, or any death at any time resulting from such injl,lry" or any damage to any property, which may arise or which may bea~leged to have arisen out. of or in connection with the work covered by this Contract. 'fhe foregoin9 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 indemnified hereunder~'" A--n ~ib.i);i.ty for ~ C1i1.UaS (N07 USED) r~ra~ (~) CeBCn:ll M.:l8ility of Section B 6 11 of the. CeHeral Pre.isieftS' ':is amcnsea te iaeludc: ~~;:~ta:r muct pre'~'idc I~lstallatioR flaate:: inn:u-i1Bceee"Cfa~e :~:; ~~,..~'.~:c, ;::;=~~ ~~ t~ and ulcludlllq, the €late the C.l.'ty flnal.ly aecept5 t;I P ,e .r a..: 1M' a~atio" neater e.'<er"~e a-..t be an ,-All ltisk" ..0.... CeDtrae"::.~ ::.:: :::::~~:~:y ~Pfilel:lrC mu::h IBGtal.1atHm fleat.e.r :tH.SH,filBCC ee~. ";:;;;~' ::~ d;t.:~~~~::- ~~: City mast be liaBled additieBal in~red 'OR any ;~ii-;~;; . ,-, '; GliDe ~~aBCC c~era~c_ A-28~4erJl~ for Contract Award and Blte!CUtion To all.ow the City Engineer to determine that the bidder is able to perfonlt its obligations nnder the proPQsed contract, then prior to award, the City Enqineer may require a bidder to provide documentation concernin9: 1 Whether any liens have been filed against bidder for either failure to pay for services or materialS supplied against_ any of its projects bequri within the Sect.ion A - SP (Revised DEe 2.004} Page 11 of 21 "\IWlI".'.'- '__ ptet'eding two (2 years The bidder shall specify lhe name and address of the p,nty hulding th., lien, the amount of the lien, the basis for the lien claim, anel the dar,,, of the rE:lea~;e of the lien, If any such lien has not been ["'!eased, ttH~ bjdder shdlJ"tate why the claim h,lS not been paid; and wr,,'t her ttlen~ dT< any outstanding unpa id clai ms aqainst bidder for services or mdt ..'ria s :IlPpli.;d which [elate t'J any of its projects begun within the pr ,>ceding t '",0 (2) years The biddel shall. specify t.he name and address of the c 1 II manl, the dmcunt of Lh(~ claim, t he bas is for t he claim, and an explanation wl; the cLalm ha: not been pdid. J\ bidder may al so be 1 equ1.red to supply construction references and a financial ltement, prepared no later than ninety (90) days prior to the City Engineer's luest, signed and dated by the bidder's owner, president or other authorized ty, ::;pecifyinq <lIt current dSSf'ts and liabi.lities. .;11,,29 Contractor's Fie~d Adm.:i.nistration Staff he Cont ractor shall employ for this pro.ject, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City nqineer 'he critecld upon which the City Engineer makes this determination may include the j IQwinc! ; The superintendent must have at least five (5) years recent experience in the day~to-day field management and oversight of projects of a similar size and complexity to thi:i Project. This experience must lnclude, but is not lLmited to, scheduling of manpower and materials, structural steel erection, masonry, satety, coordinatLon of subcontractors, and familiarity with the architectural submittal process, federal dnd stat f> wage rate r-equirements, and contract closf"-out procedures. ~e superintendent shall. be present, on the job site, at al.1. ~s that work is being performed. Foremen, if utilized, shall have at least five (S) years recent experience in similar wor-k and he subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. ',JOCUl1lIlentation concerning these matters will be reviewed by the City Engineer. The Contnllctor's field administration staff, and any subseqtlent substituti.ons .or repl~ements thereto, must pe approved by the City Engineer in writing prior to such superintendent or foreman qssuminq responsibilities on the Project. $uc:h ,.r:itten Approval. of field ...mn;n; strati.on staff is a prerequisite to ~. City EIlg'j.-+-rts Qbligati.oh tQ ex~te a CQntract for this Project. If such approval is not attained, the award may be rescinded. Further, such written approval is also necesiary prior to a change in field administratiol'l staff during the term ()f this Contr~t. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or re~lacements in its field administr~tion staff for this Project during the teon ot the Contract, such a failun~ constitutes a basis t.o "nnul the Contract pursuant to Sectj on B-713 of the General ProviSions. ,A-30 ~~d "Consi~r~t.ion of Cont.ra~ta ~rementts Under ~General Provisions and Requirements for Municipal Construction Contracts., Secti~ B-3-~ "Oonsideeatiop of ContractR, add the following te~t: "Withib five {5} working days foJ lowing the public opening and reading of the Section A - S1' (Revised DEe ZQ04) Page 12 or 21 -, - proposals, the t-hree (3) apparent lowest bidders (based on the Base Bid only or Base Bid pI us dny corutn nation of Addi ti ve Alternates, subject to the availability of funds) must mbmit to the City Engineer the following intormation: A I! 51 of the majo r component.;; of the work. A J ist of the products to be lncorpolated into the Project. A schedule of values Whl,:h speci fie;, est,imates of the cost for each major component of the w.'rk. 1 A schedule 01 anti (:ipated monthl y payments for the Project duration. " The names and addresses of MBE firms that will participate in the Contract, along with d 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 MBE firms meet the guidelines contained hereln. Similar sUbstantiation will be required if the Contractor is an MBE. 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. b. A lJst 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 wack. The City Engineer Ietains the right to approve all subcontractors thatwi~l perform work on the Project. The COht,ractor shall obtain writt:en 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 su~contractors; it may rescind the Contract award. ~n 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 Jnglneer retains the right to approve any substitute or replacement .upcontractor prior to its participation in the Project. Such approval wi).l aot be given if the replacement of the subcontractor will resuLt irtan tncrease in the Contract price. Failure of the Contractor to conq:>ly with this >>rovision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13 of the General Provisions. 7. A preliminary prQ9J:eSs schedule indicating relq,tionships between the major cOIlponents of the work. The finql progress schedule must be subnQ-tt.ed to the City Engineer at the pre-construction conference. B Documentation requl.red pursuant t.o Special Provision A-28 concerning ~o~siderations for Contract Award and Execution" and Special ProviSion A-29 ooncern:i,ng "Contractor's Field Administration Staff". ~- _e~eRtatien un required by Special Pro.iaion A 35 K, if applic~lc. 10. 1Iltbin five (5) days following bid opening, submit in letter fonn, information ~ti~ying type of entity and state (i.e., Texas Or other state), Corporation ot: PartnerShip, and name(s) and Title(s) of individual{s) authorized to eocecute contracts on behalf of said entity." AT~1 ....I~ ~'ol1~on ~t.ra 1for~ and Chan~ 0J:de~~" Under ~neral Provisions and Requirements for Municipal Construction COntractsY, SectiQi1B~-5 "'J?ol.ic:y On Extra Work and Chanqe o~n, the present text is deleted Section A - SF (Revised DEe 200'4) Page 1.3 of 21 --1llll!IIII.:'.""""'_ dnd replaced with the lollowing: "Contractor acknuwledges that the City has no obligation to pay for any extra wc,rk fc,r which d change ,)[der hds not been signed by the Director of Eliqlneerlng 3ervlces ,)r hI;'; designee_ The Contractor also acknowledges that tli" eit'y' F~nglneel may' duthorlze change orders WhICh do not exceed $25,000.00. Thc' ConI I>H:L)r d( knowledqes that any change orders in an amount in excess of $'),000 00 ~nust Iso be ,lpproved by the City Council_" A-32 Amended nEx~cut~on of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-3-5 "Execution of Contract", add the following; "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authoriced designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the city Engineer delivers the signed Contract s to t_he Cont ract or A-33 COnditions oL Work E:aeh bidder must famillari ze himself fully with the conditions relating. to the completion of the Project. Fai lure to do so will not excuse a bidder of his obli9a:tion to carry out the provisions of this Contract. Contractor is reminded to atteAd the Pre-Bid Meetinq referred to in Special ProVision A-1. A-34 ~Qe of ~t~ct ~t,s In ~se of conflict in the Contract documents, first precedence wi~l. be given to aOdellfdalssued during the bidding phase of the Project, second precedence wiIl be given to the Special Provisions, third precedence will be given to the construction plans, fourtb precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other ref~renced specifications., such as the Texas Department of Transportation "standard Specifications for Construction 0.'[ Highways, Streets and Brid~s", ASTK specifications, etc... the precedence will be 91. ven to addenda, Special Provisions and Suppl.etilenta1 Speci.aI Prov_.ions (if applicable), construction plans, referenced specifications,,, standard Specifications, and GenE:'ral Provisions, in that order. A,-35 Cj,ty iJater Fac:U.i.t:.les: Speci.a~ Requi~t;:s (HO!r USED) ,l\-;- ~"'isiter:Centracter Oricntatien I'risE w. perfonUny \lO.r:K at allj City \lat.er faeilitj, the Ceat.raet:oex. hi:3 nube.tzoactOE;3, and each af t.heir elBfl1oy€es mast ha~."E en theiE person a va:li.d'~a ccrt~yiR~ t.heir. prier attcR4ance at a ~isiteE:CeRtraeb&r Safet} O~CrttaeteaPEe~~ caaa_too b) the City Water DeparEmcnt Persemu::l. A Yisiter/Centl::aeter.. Safety Orie"a~ioa Pr.e~rUIR-w:iH be offered by al:ltheriEed city Wakr D'epart:lflent pe.rscnfteJ: for t.'es€ perSens. who de Ret h;r:e Duell. a curd" and lIho desire te pcrfefill: an!, wark \Ii tl:tia aBjI City-wat;cr facilit). For additional infen&at.i~~ refer ts A:t.tacmaeFit 1_ B-.-.-~Lation of City Owned Equipment The C'4ntractor 3hall~ ~t,-eperatc, Of ntap an} Pl:il!lp, meter, v.al~.~,cqai~r :::;idt~.. breaker, centrol,--er an} ether itC;lll rela.ted t~ Ci.ty water faE'il,:ityatany toimc.lUl ouch iteBl:3 mu.:>t be DpCfatcd by an epcrater or other aatherizcd' m;af~t:efi:a:J.'fec cmple,ec of the City Water Dcpqrtmcnt. Section A- SF (Revised DEe 20a4} Page 14 of 21 -'- ~~. --~e-et-:icefi-Bf ~l.:1t(~r--+)ua-l-Hy The Qat} mUGt deliver \later of-~4:nkiRg qua:l:-i:-t:-y- to it.o cuotemers at ~ll timc::;. The 8:mtJtactor ~1 protec~-fte--~-l~f-_ t-fte--.--watef---i-n the job Gitc und ollall ('!(tB relina t c :i:-t-s --we-r k- -wi-t R-t-he--G-:i-t: 'y'- n~ Depu rt-ment--+e- pro t ec t the qua Ii t Y e-E--t:-fle L.'ater.- II - Con f 0 flfl::i-to-y- -w-i: t-lT--A:N-&!ffl&F--5-tca-ftd.affi---6-l Al-:l:-----iIla-t=eci-a-l-s- ----ane- --c qu i pmen t:- --u-s-ecl- - in the -----rep;) i r, r e.:l.o s eRlbI y , t r <lRG}? 0 rt uti 0 n , .ft...~ntft:.alliltfflft-,------a-m:i- inopectii:}fi~-~-e-J:"--anY--Qther items, \lhich could come into e-Dntajet - \lith --p&t-ab:l.--e- \lLlteri-~t conform 4:0 J\mericaR National Dtand.:lrd3 In.oti1!t.ute/NutioRill-&a--ni-t.:ltion -Fe-t:tfidLltion (ANSI/NeE') .st~nd.:lrd 61 aD dc.ocribcd in the &tcilnekt rd Sp e c1 f i eLl t:--i:-etts--; .such mateFi-a-ls-- include Llll 001 v cn-to-s,--e-l-e-a-fte-f-s,- lUbricantG, E.faGJ(eto, thread cOHlf3...nao, coatinga, or ~- equipment. These items lffiiSt not 130 used unles3 they eel'lform lodth J\NSI/NSF Ctandard 61 and unleoD ouch itefft!3 arc inspected on the ~Ii tc I!ly authorized ~peroonRel iIlHftedi-akly prior to UGC. The G9ntr.:lctor-shull provide -t-fle--E.ngineer \.i th copieD of .n-i tteR j::lroef of 1\tlEIINCF St~n~r~ 61 uppro~ul for- ull matcria~~eh could come into contact \~th potable .:a teE.. ;;:~ lIan dl in lJ -and--- DiD P 0 .::;a :l--Erf---':P-Fitsb ^ll t,asfi generated by the Contractor or hia e~lo}ceG, ugents, or Duacontractorn, muDt 'C contained ut all-times -a-t:---t:-be--wa--t-eF facility site. B1euin~ trash \lill not he :).llmlcd_ -- -----'Fb€--tontruct..--&f--Shal+ --keep \.or-k--il-f€-a-S---e-lean at all timeD una :rcme~ c. all t~r;)GhdaLI-y, CONTHAe'l'on' [; ON CITB----PRE-P.'\R.'\TION +'.. Centracter I a pernofincl must ~ofeur celored unifenR 0'. erallo other than oran~e, blue, er-\mite. EaCH employee uniform mus-t: provide company Rame ana in4i~iauul c~loJee iacntificution. {;..-;-- Celitractor sli<:ill pro'Jide t:elcphones for Contr;;lctor flersonncl. I'lant tel.epheno:i ~!rc ~ a-Jailable for Contractor us~ fh Werkin~ Reura-W;i.H- be 7. OO-.A~ to 5. 00 r.. U.., Henda} thru Friday" ~~- ~e.traeter mHot not Use any City facility restreo~. ContractcE mHnt pro~idc 0\81 s.it;ary facilitieo" g. ~~' -c~~:='::~~= -.ehielcGHll:lst beparlrcd at desi~atcd Git.e, ;)D-dcsi~::e: :~ ~~:! -~.t~~ ~cpartmcB~ staft:. 1\11 Contra~tor '..ehicles ftlUGt :: ~ie~-~iy ~:i~::tl :~~; ;~~~~ flaJlliC. No p;n..vatc E::mf>leycc ':du.cleo arc alJ.ouea _~ _. -4. - E __ U .".,ea..... ph"". AU ""fsSfiDel ....ot be ;n """",aOj "ehieles. During work;"1I :::::' :~~::~t:.r -~~e:t~c6 must Bot lca".'c the a.eai~~~ ~n~;r::;:_ :;~~ ~~:_~=~ ~:~~ ~~Y_~~1R~S ot.her than for rcqtllred -~~ .~- ~- ----~e n~ _ } Dcpa~"eBt persennel deriR~ cmergCRC} cva~uation. Ko- - ~afttractor Qualific~tionsr SC.~7\. (f::UPER'.'IEORY CONTROL .'\lID D~T.7\. ACQUISITIoN) ~y ::t~ ~~ t~ ~utee bused -nlteriDg und e8Dte,,1 sy.<tem ....... be pe~~ ~.?f~~{~~ ~1:;:;~~::E~~:~~h~i~itst.7~~ t: :~ -:~.. :",,:,~,,;.:,,'tl1':~' "..m e. tin", 6e pla"~ng 1n. ""eration all e a/o fro" - r .tequ~rcd by these Dpcc~fH:~ilt~On!:i_ The C.~ctor - or hiD 500C$ntrJctor preflo:Jing-~cr:fonn the t::Cl\D1\. \lark must be able ~ ae"Bs~rate tlle foll~wiR~: Section A -SF (Revised DEe 2004) Page 15 of 21 .....' .,"'~ I ~----He-l:-S---rcgularly - efHJa~+--i:fi- -to-he-eomputer baaed moni tering and control aysteIU hu-s-i:ftess-,-pft.>-f-er-aery-a,,, ;:tppliee--t:-e the municip;:tl \1;:ttcr- .:md -wastE:Hatcr industry.- ?, ---------fttC'---fta..s---pcrtermcd -werk--Qf}--~---y-s-tems~ORlJ3;:trablc o~ type, ilfla C0RlJ31CHity a3 Ecqui red H-t----HH:-s--€-.ofit-r-,~ Oft-at- t-e-a-s~-MTree prior ~jee-t-s--..-- ~ . - -------H-f' h-c1-s---heet1 a€td '-'el-y ''-flqdt:jC-d i:-n -tfle-- -t~-o1--W&fk-<if7eci fied herein for Q t-:l:-e-a-s--E yeiH'-S 4----H'"-~-'fftt":1-oYs- d --R~j-s-{cef'€-dfl-FO-f-ess+ona-:l:----B-tHfinccr, ;:t Control Systems Engineer, or tB -E:!e-e-t--f-l:--ea-l l"TH<ti-neerc-to couper vi--se-- --or !7<:-ffB--Ffft----thc '.l0rk required by thcse ".;peei f ieilti-on~3 c ---He emp-l6YS- - ~ftfiel -E}-H-- Ht:H3------P-fe-j-e-ct-- --woo----ha-v-e----su c c eo s full y camp,l e t ea il manl:lfactur-er--'-S-EnU-tti-nq---eotf-:r5e - f-ft- cont iguring .-:HTEl-- implementing the apecific offllMilteLJ,-RTUE · .3 i ---a-OO-- se-f-t--w-a-t-OfC'-- prepoocd fur---t-hc Contract. I1c--ma-:i:ftta-HY.t---a-_p<=- H&a-nen-t, -f-u+-l-y----s-t-a-f-t:ee-ane-etjU ipp cd .scr .-ice facility \Ii thin '00 mile 5- -~---t-tte -Pr~'-ct- -:3j t t~ to - ma-ffl81-i-n-,- -~---ealihrqtc, ana program thc sY-'-H::-ems- ~; pee i f:i:e4 tt-e--rcift-;- ----Henhall fUffl-i-sh-- -e-q~--Hhich i.3- the proauctof oae manufacturc.r to thc (f,,-ml~ Pf-a€-t:ie-a--:l-~t--..-----whe-f~-tm-s-:i-s---fl-ot practical, ;)11 cEJUi13mcnt of a gi.ca type ,." 11 he the product -6-E----Bfte---ma-aufactl:lrer_ 8-,- rri-&F--pe~*-Htfo_ G-.---N-o-~---'P-reatment Plant .611 be useE! in e-vallilat::ing---wfti:elt-- ContrilL~.E----e-Esubeentractor-prel'JramG the ne.l ..'ark for this Prejcet. 9-.- Tlle Centract~aH--p-r-odlf€e_--all fillca sut programming blocks 'rcEfUirca to :;hml the pregr.::oomi-ruJ---as-fl-eeded_ -an-d-~i::Eed,--8:r--a€la-- tacse t\le 5Jistems to-----Hte- e-ltiD&i.ng -~ SC}\DA~H:.em~ --A-Hc-a-efi-e-d-----:i-s-- -afl-~c or thc rcquirca pLegramming blocks Wh~fl-4-he-eity H~-f-e--s t-B---b€-~-ffi----anti-~ to taG' City Eflg-uccr \.lith ,1+ ahaages made---au~ &fle--f:'-f-()gr.:umninl;J ph.:l3e .-4'he--attachca ahcE:t loG an cnample and "i ~--shew-a-l:--} of-- -t-ftE' rClfUircd ahccts. ThcCoatr.:lctsr -.dll pro\.-iac all 'g Eflmftl:i n 9 ---M-oeff5- 'ti5-e€I-. Trz:ncmflEf -Re-qui LeHlen t-to 1:. t,l'cnching 'fer- thio prej cet -a-t -t:he----B-.---N-. ~tc v cn5 Watcr Trc3tmeat. rLlRt shall bc p, rfoftlcd ~-~---fi-aftd-di~~~~? ~ue tot.hc number or cxisting kHidergreund ,bot-.nJleti ons-.---Ne--~cRcainq- ffi;:tchinc3 -oaall be ;:tllo.:cd OR thc f;lTejcc-t. 360~er S~tta1s (Revi~ed 9/18/00) ~ Draw~~q $Qbmitta1: The Contractor shall follow the procedure outlined beiow when processing Shop Drawing submittals: a. Quantity: Contractor shall suburrt number of copies required by the City to the City En9ineer or his designated representatj.ve. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all ~bop 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 .qlust have the ori-ginal submittal number with an alphabetic suffix. Contractor must identify the Contractor, the sw)contractor or supplier, pertinent Drawing sheet and detail nUlllb€r(s), and specification Section number, as appropriate, on each submi ttal felID d. Contractor's Stamp: Cohtractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that revi~w, veri fication of Products required, field dimensions, adjacent construction Work, and coordination of information, is all in aC(:<)rdance with the requirements of the Project and Contract documents. e. Schedulinq: Contractol must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the suhmissior of related items. Section A - SP (Revised DEe 2004) Page 16 of 21 ~,.....- f. Marking ::ontractor 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. Variatlons: Contrdctor must identify any proposed variations from the Contract documents and any Product or system limitations which may be det-rimental to successful performance of the completed work. h. ~pac~_ _R~crements: Contractor and Engineer Contractor must provide adequate space ceview stamps on all submittal f'orms. for J . ~esubm~_ttals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. J . Distribution: Contractor -~..~._.------ to subcontractors and suppliers te, promptly c:omply with provisions. must distribute copies of reviewed submittals ~uppliers and instruct subcontractors and report, through Contractor, apy inability to 2 S~1es: The Contractor must subnlit samples of finishes from the full range of manufacturers' ''>tandard colors, textures, and patterns for City Engineerrs selection, l . '1"eIst an<! Repair ~rt: When specified in the Standard or Technical Specificat:ions Section, Contra~t0r must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. ~l.i1fi.se ~ the ~a~ equi.~t wi.11 not be app..::........d for use on the proj,ecL , A-37 ~ ~ .~~JLnt;aud ~, f~ Water Furnished by the. Ci.ty.. Under "General ProvisioQs and Requirements for Municipal. Cpnstructi.on Contracts", Secti.. .~4 15 "'Ar~,-:'Jt. ilJ:ld Charqe fQJ; water ~shed by tlle C:i;ty" l' qdd t.he .follomuq: "The Contractor must comply with the City of Corpus Christils Wat~r Conservation and Drought Contingency Plan as amended t:the "PI~n"'t 0' 'lrhi~, includes implementing water conservation measures established fo'r changing. cQ!1ditions. The City Engineer will provide a copy of the Plan to CbntraCt:or at the pre-construction lReeting 0 The Contractor will keep a copy of the Plan on the Project site throu~hout construction." AJ3B. t!=:,'$, C~~~:p._ Co~ fOr Buildi.nq or bonsc~tiOD ,~~, ~or _ -..;., ,'t: bti ties The r~rements of "Notice to Contractors 'B'" are incorporated by reference in til:e Special Provisions. A-3? ~i.~te of ~,aD4 ~,~ (lfO'1' USED) ~e i."liaacc~ a cc~ti~i.ea:tc af s6eupaaey far i:;::~:: d;e; not C:~5tit:l'tte flaal .eeeflt.3:Bee M the ;l.mlU'&VeR.<:nb3 Hftocr Central -'-~~.~ ~~............-B ~ ~. A: 4.0 In r ~~t to SEK::ti,On B 8-6: "Pilrtial. ES~tes... , '''Gen~JZfl. PrOvisions and Requi.rements for Municipal Construction Contracts'" Section B~'ll-6.Partial Estimates" is amended to provi.de that approximate estimates from ~ich )partial payments wi.11 be calculated wil.l. not include the net invoice value' o€ accepte.l.e, non-perishablematerial~ del.iveted to the })roject worksi.te unless the Contrac:tor provides the city Engineer with documents, satisfa.ctory to the' Cit.y Section A - SF (Rev:l5ed ~ 20.(4) Page 17 nf 2"1 ~..,-....",_. Engineel, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming dnd hotmlx pavlng operatlons must not be conducted on days for which an zone advisory ha~ been issued, E'xcept for repairs. The City Engineer will notify ContractuI' dboul o',:one den. 1 j d delay such as this; s experienced, the day will not be cuunted as a cal'~ndar day dnd the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA ~es & Requ1ations t i$ the responsibility of the Contractor(s) to adhere to all applicable OSHA rules od regulations while p'~rforming any and all Cl.ty-related projects and or jobs. 1;.-43 .a.ended "Indemnification anel Rol.el Barml.ess" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts", Sect~on B-6-21 "Indemnification and Bo1el B~~ss", text is deleted in its entirety '1d the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall lndernnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, mate.rialman, or their officials, employees, agents, or consultants, or any work done under the Contract or in connection therewith by the Contractor, or <;iny subcontIactor. supplier, materi alman, or their officials, employees, agents, or consultants. The Contractor shall hold the City, ltS officials, employees, attnrneys, and agents harmless and Shall indemnify the City, l.ts officials, employees, attorneys, and aqents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that. directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." A-44 ~e Orders (4/26/99) Shou~ a change order{s) be required by the Engineer, the Contractor shallfnrnish t.he Etg:tneer a complete breakdown as to all prices charged (or work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materxals and equipment, wage rates, etc.). This breakdown information shall be submit-ted by the ContracLor as a basis for the price of the change order. A-45A,s-Bui.l.t Dimensions and Dravi.pcJs (7/5/00) 1. The Contractor shall make appropriate daily measurements of faci1ities constructed and keep accurate records of location (horizontal and vertical) of all fdcil it ies. ;; 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 locatj ons of all work constructed. As a minimum, the final drawings shall incJude the following: a. Horlzontal and vertical dimensions due to Substitutions/field changes. b. Changes in equipment and dimensions due to substitutions. C. "Nameplate" data on all installed equipment. Section.A ~ SP (Re~ised DEe 2004) Page 18 of 21 ............,.,'.... e. Any other changes made_ A-46 Disposal of Highly Chlorinated Water (7/5/00) (NOT USED) The lieater-aetar oh,:dl-bt~ reoponoible for -t::he-diopooal of \:ater \iOce for teotiag, dioi.feet_ieJt---afid--l-ffie-f-l uohing-Ht---ilfr .:lppra'..-ed manner. Centaminanto in the ',:ater, ~a-rtieularl)'~-le,.elo~ehlorine, w:i+l-- be uoed for dioinfectioR, .:md may e)(Cced the-- ,ermiooib1-e-~im-i--t:-&Eer--4ioch.:lrge i-flt:-o wetlando or environmentally oensiti'Je arc.:l.. TheDe -a-Fe- re~lated by -ffi:HRerOUO agencies ouch aD TNRCC, EP."., ete. It '.Jill be th.<: ContracEe-r-' 0 reoponoibility to campI) .,ith the rCEftiiremento of all regul.:ltary agen.ieo in the diopoo~:d-~~u-ll- '.:.:lter uoed in the project. The methoeo of dioposal oh.:lll -be oubmi t ted --t::e-tfle--t'i--t-y--for .:lppro'. ah- There ah.:lll be no separate pay for €hopes.:ll -e-f----h-:i~-eftl-,)rin.:lted-watcr. -'Fbe---€Bfltraetor ohall Rot uoe the City' 0 B-an i tsar)' sewef --e-yg-t: €m-8~i op 0 0 a l- e f con L:lm i fl.:l t C d--wa-t:;e-J"-;-- A-47 Pre-Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the project, the Contractor shall excavate and expose all existing pipelines of the project that cross within twenty feet (20') of proposed pipelines of the project, and the Contractor shall survey the exact vertical and hor i zonta i locat ion of each crossing and potentially conflicting pipeline For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, the Cant ractor shall excavate and expose said exiting pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet o C. maximum intervals_ The Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines The Contractor shall perform no construction work on the project until all explQ~atory excavat ions have been made in their entirety, the results thereof reported to the Engineer and Contractor has received Engineer's approval of the report. Exploratory excavations and associated pavement repair shall not be paid for separ.tely. Exploratory excavations shall be considered subsidiary to items that require excavations. Contractor shall provide all his own survey work effort (no separ.te pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) The COntractor shall comply fully with all OSHA safety requirements with regard to proxi.ity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs The Contractor shall coordinate his work with AEP and inform AEP of his construction schedale with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead I ines whether f;hown j n the plans or not. Section A - SP (Revised DEe 2004) Page 19 of 21 .........'..'- A-49 ~ded "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requlrements for Municipal Construction Contracts", ;ection 13-8-11 "Maintenance Guaranty", add the followinq: "The Contractor's guarant ee 1.S a sepa rate, additional remedy available to benefit the City c'f Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedje.s available to the City of Corpus Christi for any claims or causes of action aqalnst the Contrdctor oIiny other indJvidual or entity." Section A - SF {ReviSed DEt 2004} Page 20 of 21 ---' SUBMITTAL TRANSMITTAL FORM PP0JECT: )~r.J-NER: North Beach, Area Improvements Bond 2004 City of Corpus Christi ..'NC;INEER; John Wriqht Architect CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING ----------...- SUBMITTAl, ~ .- -.- "_.___--l-.-_ __ Section A - SP (Revised DEe 2004) Page 21 of 21 ....,".:...... ~ .. - - - - ... - ~ - .. F~'--"~~""'" "t ~ 8 0 'J: " 'I , r' ~ );:' Q) I) 0:: t--' '.[" li:' ". 0; ...c (' _. .............----1-- - - _+-.J--.~_ f' i I : l.u:::l C' V>~ <:() -:5 Gll:l :t:l.u 1-<: : 2 "<1'<: :::-[i a <: :::l lUVlO >.f: <:0 tJ % ()'-' ~OG ~~~ ::r; ~ ! "- ~ 1 "'4 I ~, : ~ r-- '-2 /8" ~'J (,J ,;: ~::.' ~- C) Lf) lC 4' -.:: '" 3/8' - I- en - ~ % (.) en :) Q. ~ o (.) 1.1. o > ----I Q . k; a Q V)Cl C V)~ en L..J -' lu g~ '::::>9' Q::~- V)lO QQ ~S" L..J~()o~ <:0)3 ~ 2~ ll:lQ,1 <::t l.u::t "<I' ~:S: <: 1-= Q 2: <~ ~~ ---"'" , . 00 I I in~ ~ ~ I{) lO "J I 10 OJ I "'. ! I ! -+ ! 2 -0" --1~_u --- -----, ,-- ! i i ~i Attachment I '"....._...............,.".~..d....~___,. _.......-'___ -1-- ! j I IF, ?- m c Q c - I ((, x '<t X '<t I I ---1---, ______n__J I 2'-0" I ..------->-----fI'O-l -I __J <: C) -, u) f----- (j Lu -') o Ct: Q "t- O o C'\j a 2: o en i I I i ~~J - ~._~ PART C FEDERAL WAGE RATES AND REQUIREMENTS .... - - - ... - .... - - - .. - (;pneral Dp; 1 S ion N'lmbel Page 1 of 3 ';tdte. Xd TX03Ul?/ O;J/25/2()0'J TX122 ('nst r 1]( l)f) ype HedIY dnd Hi qh'>JdY ,'uuntie,< Nuel es, :~all itrlc-ic arid ictor 1 C()unt:l(~s in Texas. HIGHtlAYCNSTkUCTiON PP lJECTS (excluding tunnels, building ';tructul;:' in res' drea projects & Idilrodd construction; bascule, suspenSU'1l s, spandrel al ch bridges de:3iqned for commercLiL navigat on, :lridqes in\1clving marine construction; clnd other majer bridges). Modified Ii un Numb, 1 o L 2 Publicatlon Date OI/28/?OO:, 02/1 8 / ~. 0 (J :' o 2 / 2 5 / ~; 0 0 ~, SUTX200L,..OOl 11/091200/1 Asphal t Dist ribulor Operat or. . .:3 Asphalt paving machin.. operatorS Asphal t Raker.......... . . . . . ~) Bulldozer operatclr... ......$ Carpenter .....".... COflcret e Finisher, Pa1ing...... $ Concrete Finisher, Structure"..$ Concrete Rubber......... . _~; Crane, Clamshell, Backhoe, Derrick, Dragline, Sh've] Ope r a t_ 0 r . _ _ . .. . . . .. . .. ....... . $ Flagge r. ............ . . S Form Bu i J der /Set ter, :;tructures$ FOJ;m Setter, Paving & Curh.. " $ Foundation Drill Oper~tor, Truck rv'Jounted... Front End Loader Operator... ..$ Laborer, common...... Laborer, Utility.... Meehan ie, . . . . . . . Motor Grader Operator, Fine Grade. ....... Motor Grader Operator, Rough, Pipe layer. . . . . . . Holler Operator, E'nCUITiiiti(', Self -PI ope lled. . Roller Operator, Steel Whppl, Flat Wheel /Tdmpinq. . . Roller Operator, Steel Wheel, Plant Mix Pavement... ';craper Operdtor Se rv i CF' r. . . . Structural Sleel Worker.. Truck dr'iver, LovJboY-float, True k d t. i 've r, S lliq 1 f' 1\;, 1 (-' , Heavy. . True k d r' i 'J e r, :) i r 1 q 1 e 11 x 1 e , Rates Fringes I .42 11. 5/ 9.36 10.90 10.71 12.18 ] 1.16 lO.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 1.17 11 .47 9.65 0.00 0.00 0.00 0.00 , . $ I5.32 lO.05 8.35 9.09 l 3.1/ 0.00 0.00 0.00 0.00 0.00 I' ~ . -;- .$ .0' l3.78 ').00 9.00 0.00 0.00 0.00 1.5/ 0.00 . ? 8.57 D.OO J.49 ., J. 67 :; 1 i) . 15 1 Ij. 00 1.1.15 0.00 0.00 0.00 0.00 0.00 ,39 0.00 Page 1 of2 eneral Decision Numbe TX030039 06/13/2003 TX39 upersedec: General Dee sion N). TX020039 'ate: E:~'<I\S ,nst ru t it'll fyp( 'II':AVY 'ounty( ".J NUECES SAN PATFIC ,0 HEAVY 0 INS'rRUC:T ION PRO,iECT:; (.LlIC luding Sewe r and Water Line 'of)strur't ton lnd Jrdlndge P'olf'et:" Hodi f i c,~ t Ion Numb" r o PublicatiOIl Date 0(,/ InCiU l COUNTY (ii's) NI1ECES;AN F f~TR 1 (; Ie) :;UTX205>A 12/01/;'187 Rates Fri nges 'ARPENTEkC; (Exc L ud nq Fe [m Settinqi $ 9. W) ONCRETE !, I N I SHER 7. riG ELECTRICli\N 13 ~ -; 2.58 i ,ABORERS ; ~ () ffiIIl 0 n Utilit.y 5.(,4 7.U.J POWER EQU I PMf~NT OPERATOR;: Backhoe Motor Glacier 9.21 8."7) WELDF,;RS - Recei ve rate preser i bed for cra ft performing operation to which welding is incidental. Un] lsted !'lassifications needed Ear work not included within the scope of the classiflcations li;;ted may be added after award only as provided i r, UH labor standards contract c] auses ( 2 9 CPR 5 5 I a) ( I.) (i 1 ) ) , ]!l the li:itlfig above, th( "SU" des lqnation means that rates ] J'c;ted under that identii ier do [lot u"flect collectively bargained wage dnd fring!- benefiT rates. Ot.her designations indicate urllons who'<e ratE,s havE' bep!I deterrnined to be pn'vailinq WAG/-: DETERMINI\TION APPEAL.:', PHOCE:SS ~' ) .- Has thf'r'~ been III inl tiul d(( .L;; iUfJ in tIle fildtter? This can * tin exist l ny pub] J ;;hed wdge det crmindtion survey underlyinq d wage determination * , " ...."'"..... ~"""- PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of2 ;eneral Dp(iC;icr ,~Jurnbp T:'<OHJ ,L CJ6j]Jj 003 TX39 i!perSE'jc:' Gf"tE"r Dpr~ S 1 cJ I"':: 0;> 00 j 9 'ate: ~: _<I\.C; inst ru ',,'f) rYE( HEAVY 'ount y ( NUECES SAN PATH Ie:l HEAVY C'JW;TRlWTION PRO, ECT' (including Sp,..}C'r dnd Water Line ;oflstrw'tlcn md "'rillfL'qe Fru] t I I'-1oditic11 on ?JumtJf'r o 1'11 L li :1 L i ( ) n DatE' U Jill) 3 ':OUNTY (i NUECES iAN !ATH!;'l') ;UTX20S,\ ]2 OLl: ,l87 Ra t (~C; Fringes ;l\RPENTE!<;i (EXt'lud 'lq Fe rm Settinql .j()NCRETE N!SHEH c 9 i c, ,? 7 : tj ELECTRIC MJ ] 3 _ 'Ii 2.58 J ,ABORERS Common UtiliL 5.,,4 7.I,.n POWER EQ\' r FMENT () PERATOF '; : BackhOE Motor (rader 9. 8. WELDERS Receivp rate prescribed for craft performing operation to which weldi~g i inCldental. Un] lsted .1 dSS.i f 1 Cd t ions needed fur work !\(Jt included wi thin the scope of the ('las~;itlcat ions] lc;ted may be added after 'lward only as pl'f)vlded it U" labe,r tandnrcis contract clauses ( ::> 9 CFR ::' 5 ( a) (1) (1 i ) ) . In t.he Ii t lng abu\i:c" Ul' " lj" jesu:jnation means that rates listed under that Jdentitier do net reflect collectively tJargained wdqe:lnc1 t Ii n9" bellef i t rates. Ct her desi gnat Lons indicate 'Jnioncl whc,c;e ra' es havp been determined to be prevailinq. WACb' DETERMJ NATJ ON APPEALS PROCESS .i Has thel" b"'en ill in tid! (k ic;iun In tile rndtter? This can b,~ dn exist iflq p;JbJ J 'hed "'Iag'~ sl1rvE'-y lIndeclying d uagc .letcrml nation Ie ~. "~ I iTlI n d t ion . I -"- ;enera 1 :)r, is: on r<lmbe I TX (J 3 ( '; t 'Jte ",Y'j (.nst ru, pV' , j c c: '.1 Y d' I c1 H i q h vi d I uuntle NUE I"; ;dll f It t HIGHWAY tructur b2scule, C ornrne r c ' dnd oth, Page 1 of 3 ) i)i!25/200'1 'l'Xl;:>? df 'i let 0 r l C () II n t. I \ > 5i n T e x as. CNSTHJi"[' ()N PI< iJEr'i'S lex" lueling tunnels, building j n rt' S d I ,>" p r () e c l S & t d i 1 r () d d co n ::; t r II c t ion; !ISP\'Il,:;: II ., : :.andr c1 dl (h bridgEs desIgned for na'vl(jdl Oli"rl ;e~; 11' 'ving II!drine constru,~tion; me.! j r b: dqf?: t'1c!dif:lCcd )[j l\.1Hnb, o I 2 Pll t, UB;: no' /1 /; iJ U [ " I ; SUTX20( 101 , ((! / ~ 0 (] 1 Aspbal' Aspbal Asphalt Bulldo !)jstrjbUlOl F)dVlflC; mdchin. Fa ke r . OpPlat r. elell >r ()!J('r,l~')l I:arpen t e r ' Concrete FinishEr, Pd lnq. Concrete FinishE r, St UCtl:U" Concrere Rubber. Crane, !.:lam::;hel1f Bacihoe, Derrick, Dra'] 1 ifli', Sh, ve 1 Operat, r Flagger. . . Form BUIJderiSet:er, tr\Jc1ules'; Form SeLle!:', Paving & Curli Foundat l()fl Dri] ])per,tor, Truck Mount<:'d... Front End Loade!:' iJpera tor Laborer. common. Labo re I, II t i j,1: Y Meehanl" , Motor (,rader Ope 'l1:ur, Fin, Grade. Motor C.r'ader Opp..jtur, ROlllJh. PipelaY'"I Roller Uperat or. j'flcunnt i (', Self"Pl(ipcl1ecl Roller '.Jperat or, :;Uce1 WrH" 1, Flat Whee] /TdmpJ Ifq. Roller Operator, ::teel Whet'l, Plant t-llx Pavement ';craper Oper.it:(" Se rv ice I . Structutal S1e, Wcnke Truck driver, JOviLioy'-F Odt fruck dl jver, SlLq]C JI"lc', HI"avy. . Truck cJ iJeT, ~:ll hAde, ~~".,-, ., t 1 [iate /~O()' tes Fringe:; .42 i 1.5/ j.36 10.90 I. 0 . 'II 12 .18 1 I . 16 .SO 0.00 0.00 O. (to 0.00 0.00 0.00 O.CiO 0.00 [2 . 5~) ! . 17 i 1.47 l.65 0.00 0.00 0.00 0.00 !:J.32 lD.OS d.35 L 09 ;,17 0.00 0.00 0.00 0.00 0.00 \.78 1 ~) . 00 'J.OO 0.00 0.00 0.00 ':d 0.00 f' , 5'1 0.0!) :, 49 .67 I .75 1 '!. 00 1 /\ 15 O.Oi) 0.00 0.00 0.00 o.on i I .39 U. Of) Page 3 0 f 3 'It,erest(~d pclrty ithos. aftected by the detic,n) can request ,,'view HId re ,'Of1~ i clE'Ia ion tr)m t lte Wage 'lflc! HOllY Aeimlnistrator (;ee 29 l.r P1rt l.F .) ,ei /Cl Cq~ Pirt 7\ WrLt,. to: \;, d q e did I< u r j\, 1m ] fl I tIt". [I"p;C;!'mellt ')j 'lb,,! DO COilS t 1 t U t 10' 1\V"":111", \J 'N, ';/d;;h in, l t,_.n DC 021 ['he reqll,>;;t should be ccornpdllle! oy a iu!! stdtement <,1' the ;nteres1ed pal'ty',; pos tiorl dnd t.y dny intormatlon (waqe Pdyment data, pro leet uescrip! IO!I,,,,rea p!dctic( material, PIC.) thdl th,. [(~luest.i r coo5!der: rE~levdnt t.) 1he issue. , ) If tit( de<:i i 'n uf the !\dr1llni:;tratoI not favorahle, an interested palty may alpea] ehIe,:1Iy to the Admini5trative }<eview Hoard (formerly the ~'laqpl\ppeals BelcH'd) Write to: r'\dmini:ltCdt IV" j evjc~y.J Jiclar(! D('pdr'ment )f Ldb( 00 COllsti 'ltjOI AVf'llUt, rJ.VJ Wdshinoton, D(' Cl21fJ '1.1 All ,!E,;iSl()!l.ci tlY th~ JI.drnillc,tfdtlvc g"vlew Roard are final. ---..------ - -----..------ ------- -._------- END OF I;ENERAI. lW('I;:ION .........,;,"- Page 3 of3 nterested patty 'eview nd CE>:ons ::;pe 29 FF p,'ln (thos. aft\?cu;c1 by the dctlOn) can request ieral ion from t Ilf" Wage ,HId Hour Admirl i strator ,8 aid 2 C:.'!{ Pdtt 7) WrIt" to: '^, !(le dlld 1! Jur Armi n i ';1' it D, 'pa r! mellt )f ,Ib( t!n Cons' i; ut lor AVPfllH' ,J '1'/ \rJd;'hinqtm, DC ,0211.! The reques I shou Id b., ccornpar!led nterested party' positiOll and by payment daLa, prol(;ct cescriptlO!I, tc.) th,Jt thE' request( t. conslc!('r:c by a iu] I statement (f the dny information (wac.Je area piLl tiCf' mater ial, ('plevant to the issue. If the deci:; i,.f) of The f\dmj n ::,1 rator I''; not favorable, an interested patty may arpeal duectly to the Administrative f!eview Board (formerly I.he Wac;e Appeals Bnard). Write to: jI,(lmlf)j tld' v,, I"''1iCt';J boar'd l' (' Dr pa r' men t .f L,J')() ;'110 r:olist ilutlor A'1E'l:11(" N.W WdshinqLoJl, DC ; )2lC ;/.) All lecisions hy th.' Adfninist rcJl.i'1E' RE,view Board are final. END (,)F C;ENERA DECISION -'..- Page I of 3 ';eneral ['j,,< i.c; lOr: .',Jumbe l'XO-\ J] "' )) 12 5;' 2 00') TX 1 n tate. 'fist ru n jf>.' IIC'. vy I'lcl 'Ii i!I"ldV 'count J e NIH e _),,] 1\ -1 t 1 j'. ill.tCIIII C"unt:H'S if, Texas. HIGHWAY ~tructu' .1 bascule :NST'<lh:r i)N Pi )JE( J n (." ':; ,11,', pI lee t pandrc tJI 1 <1'1(" e<< iJrJinq Imnel::;, building (, fdilrodd construction; d (h hrHiev's designed f r )11\ .i'ling 'i!arine construction; uspf~n:-) 1 "1 ,~ 'ommerCl: .lnd oth, flo'il']d I, md](l( t), Ldqc f~odif ic,;' I )[1 flumtJ o '2 Pub l('it (, Date / ~. H / ()', (i/ /.1 H /,' II', . / l /.' II', SUTX)Ot 007 I;' ,: 0(1 dLes Fringes AsphaJ t IJJ sl r 1 () ';,ere" ell Aspha,it pdVlfHj Fide-bin Uf"'fdtC)j:; /\sphaJ t Hah r Bulldo;:c f or'PI,Jt <I Carperll E:" I Concrete FiJil:.fH'], Pulinq. Concrele Fir\1sh\,!, St ue-t1;re" Concrete Rubber Crane, C1dm~)he!!, [;acc;hoe, Derrick, Drag] Jr.", Sh ve I Operatr Flagge! . Form Bui.ldel/~:et,er, trll(t\]re~3~; Form Setter, Pa\ inq & Curt. Foundation Drill Oper.,tor, Truck Mountei. Front End Loader Operltor Laborer, ('ammon. Laborer, Utility Meehan 1 .42 1 .51 0.. JO 0.;)0 0, ')0 a.no 0.1)0 0.00 0.00 0.00 <;.36 ,> j (J . 90 10.'11 12.18 li.16 IU.sO 12.55 J.17 ] ] .47 Q.6s 0.00 0.00 0.00 0.00 " " 15.32 10.05 8.35 9.09 : j. 1/ 0.00 0.00 0.00 0.00 0.00 Motor i'rdder OpCr3.tC)1 Grade. Motor ,[deler Ope latcn RO'Jqh Pipela'ier. . . Roller )perator, Pnc-urat J Self-Pr >)pcll(~d. . Roller ')peralot',;Lee Wfw,>l Flat Wheel/Tdmpi;;l.,. Roller Operator, ;t.,el Wher'l, Plant 1'-1 i x Paveme ';crape! (;'per,tt.Jt Servicf,t . Structural Sleel ~'~()rk( Truck <ir i vel', l,)\c!bov-I'! Ddt T r tick d t i ve r, .'; l I " 11, l 1 , Heavy. T r uc k cJ i i ve r , :; I ! ( ;] (. !.;d e , f 1 r:" j .78 ').00 J.OO 0.00 0.00 0.00 C, ! 0.00 ..,.5./ 0.00 \.4 CJ ,67 i) 7S . 00 1 ~) 0.00 0.00 0.00 0.00 0.00 ,y 0.00 -..- Page I of2 :eneraJ Dp(' i~; ion ~]urnbe TXnWOJc 06/13; 003 TX39 i:per.se jp,: Genet, I flee S j N r'xn;'0019 'ate: l . Y~j\:; .nst ru HEAVY l un fYPE uunty( t-JUECES SAN PATPl [() HEAVY C')N:;TRth'TIUN FRO.ECTS (l'lcl'lding Sewer dnd Water Line 'onst rur-t ie,n Inej l.raln ,ge F'ro jRe! f-1odifiCil ion Numl::nor () Pul,li ''ltlUil Date (,/ i i/>!I'l) miNTY (i-3 NUECES SAN !ATR1"!,) ;UTX205 J\ 12 '01/ 981 Rates Fringes :r\RPENTEHS (E.x,'Lud1.'1Cj F. rrn Settin'11 $ 9. Jr, lNCRETE !;'JN1SHI-~R 7 "6 E LEC'l'R IC I\N 1 ~~ ~ ~ l 2.58 r ,ABOREES COlllmon Utilit S. ',4 7. l,B POWER EQ!! I FMENT .jpERATOI< S : Backho, Motor ( r.Jder 9. 8. WELDERS Re('elVI) ratE. plesel Jb'c;d for CLift performing operatio! to which welding is incl.denta1. Unl isted C'Lissi f I cdtion.': needeci fur work not included within the SCOpE of the ': dssif icat lor:~ I i:.t.ed ma',' be added aft.er .'lward anI as f..'rovlded in th..' Idbur standards contract clauses ( /' 9 CFR',c) ( a) (1) ( 1 t) j . I!l the 11 :it 109 abO\.'E', th "S!!" de:: i gnati on means that ra tes listed under that ! denti f iet de [jot I ef1ect co11ect.i vely bargained waqe and tllng' benefit rates. (Ither designations indicate >Jnlonc' whc,o,p ra'es have heen determined to be jJrcvailinq WACI-: DETERMIN7\TJ ON APPEl\LS PROCESS 1,1 Has thE.C,tio !,e('!1 fI in ti 1 ckci.'ilun in t he matter? This can f.1{::: . aft eXi.2:linLj pubIJe,hccl'vagic cJetennlnation .j survey Ilnderlying adage rlctelmination ~-- ...... ."'....... PART C FEDERAL WAGE RATES AND REQUIREMENTS Page I of 3 ;pneral DC'( is ion N'JmbeI TXOj(J])) U?l25/2005 TXl/2 tate: 'l'.=>/,'j 'cnst ru: ] n ype He, 'lY dnci H j 'lh'dilY 'ount j e NIIE.'I:e.''i, ;an ) ltr [('ic anel iictor I 1 Counties in Texas. HIGHWAY 'uW)T!WCrlN P!.)JECTS fe{( I 'j(jing tunnels, building tructuI.' Ln res' dre. proJects & ailrodd construction; hCiscule, ~:usp('nSl '[1,~ pandrcl arch bridges designed for 'ommercl11 naviqa' on, bridqeo LIlvniving marine construction; dnd oth, rndjnr b Ldqe: i. r-1odif i Cd t i Jll Numb. " o 1 2 PubliraLLCiIl Date () /~fJ/.'on') 02/1 f1/.:0U') O? I>', /::C)(I') SUTX)OU", 1)07 11/ I'l/ 0('1 Fates Fringes Asphalt IstrLbutor C.'i'eraIOt,. l\sphalt pavinq flIdchin.:' Op(~rdtol l\sphal r Hake'r Bulldoze! Operd! (,r Carpenter Concrete Finishc], CoOcre te Fini.shp), Concrete Rul::>be r Crane, Clamshell, BaCKhoe, Derrick, Drag1uw, Sh :>vel Operat'lr .. . . .;; Flagge I . . . . . . . S Form Builder/Setter, itructures$ Form Sf::\t ter, Pav i nq & Curb. ~ ..~; Foundation Dril] Oper.itor, Truck Mounted. Front End Loader Oper ltor. ., ..~; Laborer, common..... Labore!, (J ti 1 it} . . . . . MechanIC. Motor (;racler Operator FlfJ'c' Grade. Motor Crader Operator Rough.. C;:, Pipelayer Roller Opera tor, Pneu[!!at J (, Self-Pr ope 11 ed. . Roller Operator, Stee Wlwcl. Flat Wheel/Tamping.,. Roller Operator, Stee Wheel, Plant tvlj x Pa \remen t . , icraper Operator Servicpr ". Structural Steel Work< . ., . Truck dc,vel, lowboy-riodl', Truck drlver, Sillql :{1e, Heavy. Truck driver, Siclqle lx1E'r .42 ; 1 .51 ,~ (J, 36 , . .. .;; CJ . 90 .....:;; 10.71 Pu v inCj. . . . . .::; 12. 18 Structures,.:311.16 . . . . ,:;; I U. 5 CJ 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 1. 17 ] 1 .47 9.65 0.00 0.00 0.00 O.DO . ~ . ~; ~ ~~ 15.. 32 10.05 8.35 9.09 [3.11 0.00 0.00 0.00 o.no 0.00 . - ~; . . ~) ( . ,.,. 13.78 15.00 9.00 0.00 0.00 0.00 c , . T 8.51 0.00 -3.57 0.00 'J. 49 J.67 iO.75 LOO j . 1 ~J G.OO 0.00 0.00 0.00 0.00 .](J 0.00 -..'.- Page 2 of3 Light 9 00 Truck r 1 ve I , nc!PrTl Ax 1 Sem i - t 1 1.,' t 9 39 WeIde I 8 OU Work i(' Fiu 1 dcll' erv 8 ') 7 0.00 0.00 0.00 0.00 WELDERS t~ece 1 VE .lperati"fl to ",hi( late pre we 1, ling rlbed for cr~ft performing IS incidental. unlisted, JassifJ atioIis needed 'H work not Included \-Jithin the scope uf the i-lass fic,lti )[JS listed H!dY be added after lward only as previcJed in I he labuI standards contract clauses , ) 9CFR t. - (a l (] \ (i i In the i:;tinq above, the "SU" de.'ngnation mean~; that cates isted ijnder 'he ,dent fiE'1 dr) no' reflect collectively iargained wage? dnd f rilge hen,>fi I tales. Other designations indicate unions whose' -'ites helve IlE'en determined to be revail nq. W1\C;j. DETERt1INATroN APPEALS PROCESS :.) Has there been an nit i..ll de r;ion in the mat.ter? This can L,e; an exi;c.tin<J putllLshHl wdge determinatjcHJ a SUIVE'Y underlying d wage determination a Waqe and Hour Divlsion Iptter oettinq forth a pos1tion on a wage deterrninatior matter a conformance laddit lonai ('La3~;Lficati')n and rate) ruling On survey related matters, 1n1ti,,] contact, Jncluding requests for summar ies of .;urveys, should be with t he Wage and Hour Hegional Office for the area in \-Illlch the survey was conducted because those Req I onal)ffl ce~' have responsibility for the Davis-Bacon survey procjram. Ii thE response from this initial contact lS not sat Lsfactory, t hell t he pro'~ess described in 2.) dnd 3.) should he Followed Wi t.h regelrci tc an othe r. ma t tc'l Il()t yet r lpe for the formal process described here, in] tied (:ontact should be with the Branch of Con:ctru,.tion Wage Determination',;. Write to: Btanch of \ onslruct]on Waqc DetermlnalJons lridge and H('lIr f}1 ;1~3.1 )[j 11 S Dc'par'l ment f LabcI i 0 c: on .'i tIt 1.1 t1 0 P A v (0 n u e, i). IN . Wdsh i ngt (;I, DC )21 ( ) If the- 'In:c;wer to th qlH"st ]or II: I.} .' yes, then an ~- Page 3 of3 rlterest ,~d pa rty (thosE af f eCLed by the action) can request r "'view cind rc'~onslC:lerat ion fr()m the Wage and Hour Administrator ('ree 29:FH P,lrt L.8 ard )C) CFH PriLt 7) Writ" \0: 'l'idCje arid IJJur AUfT]ini'3t 'at Dc,par'ment ,f i"Jt)(}t >)0 C:onstiLutlol Avenue, ''1 W. W,1 ,; h i n q ton, DC I) 2 1 0 '1'he request should be ccompanied nterested party', pOSItion and by payment data, project oescriptjoll, etc.) ttJdt thE-' requester: consJdec by a full stdtement of the any information (wage area practice material, reLevant to the issue. S. I If the decisi in of the Admin Lsl rator is not favorable, an Interested patty may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Adm 1 ni:; t ra1 i vc Fev i PH Boa t'd \l::; Dcpar'rnent )f Label 200 ':onstitution AvenuE', N.W W d S h i n 9 t 0 Jl , DC 2 ') 2 I (1 '1.) All deCisions hy th,. Adminisi rdtive RF'vlew Board are final. END OF C;ENERAL DECISION -~-~ Page I of2 >-"neral Dh 15 Lon \Jumbe TX03cn 39 06/] 3//003 TX39 :'1perseripn Genera Dec ";jon !'h, ['xrP0039 -,+ ate: "f:-=XI\S )nst rUe I, .f} Type HEAVY ':ounty(':;) : NUECES SAN PATH rco HEAVY CUNSTRUCT rON PRO,'ECTS (lflcluding Sewer dnd Water Line ! 'onstrw't: [OIl dnd f)rainiiqe PIOjPct::i ~-1odificat Lon Numb'~r o Publication Date D G Ii J / ) (l03 COUNTY (i f<5 ) NlJECES 3AN h'\TR 1 C] (j ': UTX2 0 5, !\ 12 i 0 1 /; ) 8 j Rate5 Fringes C/\RPENTEPS (Exc Iud] DC] Fe rm Settinql $ 9.1)5 CONCRETE "'I N I SHER 7, 6 ELECTRIC I i\N 13. n 2.58 J ,ABORERS ' COl\Dl1on Utility 5.(,4 7...13 FOWER EQUiPMENT OPERATORS: Backhoe Motor Crader 9.? 1 8. ;) WELDERS Recelve rate prescribed for craft performing operation to which welding is incidental. Unlisted ,'Lissifications needed for work not included within the scope of the (' assiflcations listed may be added after ']ward only d~; provldedi ] the labe,r standards contract clauses ( 2 9 CFR 55 (d) (1) (1 j ) } . In the 1i:5tlflg above, Uw "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fring- benefit rates. Other desjgnations indicate unions whose ra es have been determined to be prevailinq. WAG1-: DETERMINATION APPEALS PROCESS i,) Has tlH"'t'o been lfl in tial di~cj~ol'_)fl in the matter? This can he . dli existillq pub] i shed v1age derermlnation survey underlying a v1age determination . I , , '-, w~___ Page 2 of2 " Wag. pO~lt cen tulln , l Hi ' 1 0 U t D i 'J 1 ion 1 e t: t e ! ') I' t tin g f 0 I t h a on dNdqe ell terminaLi:'I: matter l'fikln '(? (lidit ')f1al C is t'lcallOII dnd rate) if I SUIV' I i('l-jt'-cd inatt, [5, Initl'li 'untact, IIlcluding l'equests sumfildl It'~i of 'lIVe'. '" :;hOllld IJ" with the Wage and Hour ,.'e'giona ffi'f' fit tht an'a III WhLCh the survey was conducted t,("callse thC:;E Rpqlmal ()ffice'l ha'/(" Lcsponslbility for the !)avisB,J(:e.rl sllc'ley proClram. ~ f the: Lesponse from this initial ,ontact " not SdT Lsfac t:ory, then j he pro:ess described in 2.) ..I,d 3.) hi)UJd he tollcwed With reqdui fl' .Ill othEr malter nut yet rIpe tor the formal processk:'iCr} bed heLe, inl t idl I,'ontact should be with the Branch t Conslcu"tiun Wdqe DE'ternnnat,ion,;. Wrile to: Branch of C:)Ji:itrucLion Wage DE:Ilermi ndtlons Waqe dnd Hour Dlvision 0. Department of Labor 200 Constitutlon AifenuE, N. W Wa,.hinqtcn, [\ C. 20210 .) If the dnswcr to th.: quest lon j n 1.) s yes, then an [nterestf'd [)arty (those affected by the action) can request review dnd reconslderatl.on from the Wage dnd Bour Administrator (See 29 "FH Part 1.8 anl 29 CFR Pad 7) Write to: \~L1gc and Hour AdmInistrator ii.S. Department of Labor 200 ConstitutLon Avenue, N. W. Washington, D C. 202]0 The request shouJd be a<'Companied by a full statement of interested party's position and by any information (wage data, project description, area practice material, etc.) requestor considers rel"vant te) the issue. the payment that the ).) If the decision of the Administrator is not favorable, an i nterestc-'d par Ly may appeal direct 1 y to the Adrninistrat i ve Review Board (foLmerl'>! thf': WagE' Appeals Board). Write to: Administrativtc Review Board U. S Department of Labor 200 Constitution Avenue, N. W. Washlnqtnn, D C. ;~()210 ''1. All 'iecisions jyy thE Adminlstrative Review Board are final. END OF GENERAL DECISION I j ~"""-""""- A_G_.R E E MEN T THE STATE OF TEXAS ~ COUNWY OF NUECES ~ THIS AGREEMENT is entered into this 29TH day of AUGUST, 2006, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting througn its duly authorized City Manager, termed in the Contract Documents a~; "City," and Nuwav International, Inc. termed In the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas In consi der a tiOIl of the paymen t of $137,925.24 by Ci ty and other obligations of ci ty as set out herein, Contractor will construct and complete certain implovements described as follows: NORTH BEACH AREA IMPROVEMENTS BOND 2006 - PROJECT NO. 6287 (TOTAL BASE BID 'A' + ADD.ALT.A1: $137,925.24) according to the at tached Plans and Specifications in a good and workmanl ike manner f or the pr ices and condi t ions set out in their attached bid proposal supplying at their expense such materials, services, labor and insur ance as y equi red by the attached Contract Documents, including {)verseeinq the entire job. The Contract Documents include this Agreeme:1t, the bLd proposal and Lnstructions, plans and specifications, inCluding all maps, plats, blueprints, and other drawings the Performance and Payment bonds, addenda, and related documents all of which conf;ti tu te the contract for this proj ect and are made a part hereof. Agref:?men t Page 1 of 2 ~.,-'~- BASE BID A BID ITDJ A-I A-2 1\-3 .l1.-4 /\- 5 }\-6 1-\-7 A.-8 I II SIDEWALK / PROMENADE AND TIMON BOULEVARD III DESCRIPTION Remove concrete sidewalk, complete in place, per ~.3ui're Foot -- '-"-'-.' _.-.------ .-----..- -"-~- -.- IV UNIT PlUCE IN FIGmu:S $ 3..tJO 4" 10' wide Concrete Promenade Trail, complete in place, per $ .3 2s Square Foot V B):D t_cUWQ$IO:N (1JTY it ~~T .PRta: IN Ji't~S) $ {p I BI.! I. ()() QTY Eo UNIT 2,287 SF <'6,529 SF .2 EA 250 LF EA El\ 90 LF L'" ._) Handicap Parklng Slgn Assembly, complete in place, per Eac~ --- .__._.~_._._- ----.- _._-_.~.._--- Reflective Pavement Marking Type I (W) (4") (SLD), complete in place, per ~inea~_Foot Handicap Symbol on Pavement, complet in placE', f\er Ead! Remove, Relocate and Maintain one (1) Mexican Fan Palm, per Each $_3-IO.DD $ 4.0D $ 100. /)0 ~~_._-- $ 1,550.00 -...-....---------.- ----._,-- .._._-_..._-_..~-- -----.--- ------'- _.._--~ $ ~/t;J Z11. ZS $ (PZD.OD Supplymd install 3" irrigat on sleeve, Seh 40 rvc Pipe, Complete in pLace, pi'~r Linear Voot ---~..,-- Allowance for unanticipated repairs and adjustments, per LwapSum $ 4-/)- DO ------..-.-.--.- -._------- -_...-._--~._.__.-.-- ---- --_.~-~ $ 5,000 $ I,O/J{}.OD $ Ztr>.OD $ /,35lJDO $ I~CO.OD $ 5,000 TOTAL BASE BID A (NORTH BEACH AREA SIDEWALK / PROMENADE AND TIMON BOULBVARD IMPROVEMENTS) s--___-1Q;3J.05t2.2-~ (Items A-l through A-8) ~--"-....... NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORI PAGE 3 OF 15 BID Iona Al-l Al-2 Al-3 JU-4 1U ,- 5 Al-6 Al-7 Al-8 Al-9 AI-I0 Al ,,11 1d 12 BOND 2004 ADDITIVE ALTERNATE Al TH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT LK / PROMENADE AND TIMON BOUL:E;VARP IMPROVEMlINTS I ..,..,,,-.- QTY & UNIT 425 SF' )" L '_' L ,) Sf SA II III DESCRIPTION d E:A Mediterranean Fan Palm 15 Gallon, complete n place, per Each _..-._---- ---..-.--.-------- "--'- 19 EA Gulf Murly Grass, 1 Gallon complete in place, per Ea{;~ --..--...------ ---~.._-----_.._._--,_.- -"--.... _..~~---- 4 F:A Dwf. Weeping Red Oleander, 3 Gallon :omplete Lfl place, per Each )r") ~' I Sea Grapes, 3 GallcHlr complete lI, plac r per Each E!\ P:/\ Ned a1 Plum, 'Green Carpet r, 1 Gallon, complete In placer per Edch 1 C'{ PI ant inq Mix f'Jr pLanting ;;, bed prep'r complet." in place, per ~UblC Yard 64 Lf. 'Bend a Board' edcpngr 2/fx6" linear teet, complet'~ in pI ace r per '!:jnear ,Y~(~ot -..-- - ---_.~ -~-~._.__.__._.._--- Landscafje FabrJ Cr square feet, completE in place. per Squart:: Foot -"'~--- ----'-""--"-' -...--.- -- Top Dressing, 4" Cypress Mulch, square feet, complete in place, per ~qua_~f:?_Yoot -'--"--"--'_-. .._.____.n.____..__._.._..___._______.__. 3 Tar: & meter, ll1w/permits and feps, per eachr complete in pldce, p,"r Each Bat tery 'ontrolled Val ves F~A l"w/late als, Pres" Reg., filter p"r each complete in ~lacer p"r Each '2 I ~ajnline 1 1/2"', ",/bends & I,r J fi t t ings per 1 near feet r ~~:~'lete in place, p" r Lin~cn -..-. ._---_._-_._~ -----... ......-- ._~~ -. ~ .-.--.-- - --- IV UNIT PRICE IN FlGUR:ES $_15f3./3 $ ID.I Z $ 21.5D $ 3 <6-S-V $ IIJ1~ $ i IO.DD $ 528 $ ,---- i5~ $ ,a3 sl U/)(), OD $ IfiJ lJD $ ZD. DO NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 4 OF 15 v BID t~ :&t:n'gNSION (QTYX ~IT PRtCE IN FIGURES) $ /12U5:04 $ /12.28 $ lIo,DO $ '.031.5t) $ 2kfJ.15 $ f,32t).Ob $ 3319~ $ }j3.15 $ Ig~,1~ $ 4/l00.ltJ $ 4. 550, DO $ &.5DD.00 BOND 2004 (NaRTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SlIliw"LK / PROMENADE AND TIMON BOULEVARD IMP;ROVEMENTS) I II III IV V B~ QTY & UNIT PRICE BID !~ EXTINSION ITJI( UNIT DESCRIPTION IN FIGuR,ES (QTY X tJNIl.' PRICE IN FIGt)'R$$) ~ Al-13 19 Pop-up Spray Heads, (1) 4" & 5D,DD q5"D~OD EA \1) 12" , complete in place, $ $ per Each .", - -.- --"----'- --... --''-_.- '-'.~--" -....-- ---- r-- Al-14 ) Pressu: e Vacuum Breaker, 1" L EA comple e in place, per Each '1<6+_~ 115 liB. "0 -"- $ $ ~'''--'_...- _._- -- --.---...-"..--. "'--"-"'-'- -.--"---- AI-IS / Pressure Vacuum Breaker, I ~" , IOwj.1D 2. )21,40 ~=A complet e in place, per Each $ $ -, ~'''-'' -,- - -"~'--- -.--.---.."--.. ~.._~_.- -~~- Al-16 6 Quick Coupler Va 1 ve, 'J<" w/l (5) . 2ro,DD 'r <gDO .DD ~:A keys, (ompletl' in pLace, per $ $ Each ----,.-.,--- ~.,-'-- ~ -'- r-~ "-,, -- ----.---.--- "- ,,,\ i -17 , 115 Subsurface jrip ',;1/ d 1 r vents, 4'1 LF flush v,-JIves, fittings, linear 3.00 25- OD feet, c)mplcct f i II [)ldCe, [ er $ n, .-.----...---- $ Linear toot - ~- --"". .-- --..--- -.- -~-- ~_.- ---- AI-I8 One yea battery replacements LS & field testing c.f irrigation 1$32/XUXJ 2> 2W.DO sy'stem uer zone, complete in -------.,- $ place, per Lump S.!:!m ~. --~ - - ---_. ._.~.,_..._-- --.,---. -_._'-- -.----- - --..----- TOTAL ADDITIVE ALTERNATE Al (NORTH BEACH AREA LANDSCAPE AND IRRIf;ATION IMPROVEMENTS AT S..I~~~l<q /qqROMENADE AND TIMO. N BOULEVARD IMPROVEMENTS): $,__ _ Lf I '671. . (Items Al-l through AI-18) NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORM PAGE 5 OF 15 -.- BOND 2004 ADDITIVE ALTERNATE A2 NORtH BEACH AREA PEDESTRIAN IMPROVEMENTS AT SIDEWALK / PROMENADE A~ T:{MON OOtU:.aVARI) I II III IV v BID IT_ QTY , UNIT DESCRIPTION UNIT PRI~ IN FImmES A2-1 { Each Shade ;;tructures, complete In place, per Eac:}~ 5, DOb. Db _.. _. ---. --.-.-,..--.-. -"--- --- A2..2 h Benche~ with 4'x9'xS' Concrete Pads c(mplete ln pl1ce, per Each $ 1 ZOO-OD 8ach A2-3 t) r~ach 1 ;.aeb :::omplet:e j I) place, Del I I New PiCI,ic -T:~-J:: -~1, t "New Shad~.-t-,. -r},,---J-DLJ DC) Structmes ,-lith 6'x 'l'x5" I.:: L-.. $ Concret, Pads (-ompJ(.te in I --,--- --- place, fer Each -.-. ._---._~.. ..---.-....---..-.-.,.-..--.- -- .,.__._----~---- $ ), SJ'll)D $ JDt 1o~ OD ---~-~-_.._-- $ _ _ 500 0{) $ ~.5lJCJ. Of} Table to ._1- ZOQ,DO '1 ZbO.OO (- $ ~, -.--.... ---'- ...,-- ------.--. i'lj-4 :::> ~:ad'l A2-,) ['..,.'-6 b/j(){). DO TOTAL ADDITIVE ALTERNATE A2 (NORTH BEACH AREA PEDESTRIAN I,MPROVE~~~TS AT SIDEWALK / PROMENADE AND TIMON BOULEVARD) : $ -- . ~J, I D2-_ Db . ______ (Items A2-1 through A2-6) NORTH BEACH AREA IMPROVEMENTS PROPOSAL FOR]{ PAGE 6 OF 15 .............-'-'''-. '" BOND 2004 BASE BID B I (N 'fH J3~"CH AREA IMPROVEMENTS AT SIX BLOCK FACES BID I1'EN 8-1 B-2 H-3 13-4 13-5 B-6 8-7 B-8 B-c) 8-10 4,450 SF 4,428 3F 1,884 SF II III IV QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES 494 :3'1' 8" Scarify & Re-compact Sub- grade, complete in place, per ~~re '1'a-Esl $ 2/.LJO -----_.. "'---.. "---"----..- - -....-- ....._.._~,._._- 494 8" Crushed Limestone, complete in place, per Squ~~e YarQ $_22 DO Sy bbl SY 2" TYPE, "D" Hot Mix, complete in plac e, per SquaE~ Yard 100 C.l\L Prime Coat, complete in place, per Gall~!1 2/7 LF' 6" Concrete Curb & complet in place, Foot Z5DD 200 LF Hemove compJet Foot $ 1.D[) ~"- 'oncrete Cu in place, C' " i{DO 85 LF etaining Wall, in place, per LinE~~ $_dO_9D ------- --,-,,_._- - - ~--- ..__.._~-------- -~. 8' wIde Concrete Tied idewalk, complete in plaCE, per SquaI~X()ot $ ':Y. q 2. --- ~'--"-'---- --'--'~"---"--.- '.-----------. --"". 4" Raised 8' wide Concrete Sidewalk complete in place, per Square F~ot &.12- Remove CJOcrete Dllveway, COD ~~:rlete ~~_r)~~~~_ per SqU~I~_L~ __ _~_ NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORH PAGE 7 OF 15 v $ D $ /5, ~4 ..CO I.5OO.0D $ $ ~qZ5.DO $ I, i/DD. DD $ /1 &'DD. tX) $ a.'J5D tJ() $ 2ft, 2131& $ 51;325~4 $ Q42D.OD BOND 2004 NQ H ~~ACH AREA IMPROVEMENTS AT SIX BLOCK F^C~S I $:1. 1_ 8-12 8-13 B-14 8-15 B-16 F)-I7 8 18 8-19 [3-20 8-/1 ~Jr"''''''' QTl & UNIT 4, 146 SF 276 SF .2 EA 142 LF' ] EA E~ }-"1 1,450 LF 81 LF 65 LF 1 LS II III DESCRIPTION Concrere Driveway, complete In place, per ~uar_<:_toot ADA Pedestrian Ramp, complete in pla:e, per ~!:!.~r,: Foo! Sidewa~k Grated drains, comple1e in place, per Ea~~ Drainac;e Trough, complete HI place, per ~iI~J~Lf~oot -.......--..-..---- "-..-------.--.--.- ._.,,--- --_. '''-. -- -._--- Irrigation JunctLon Box(22nx22") complete pL,ce, per ~acl:l Remove , c'irnplet replace Gr in placE', Reflect ve Pavement (T ype I (W) (4") ( S L complet per b-i-B(;ar Foot ement Markinq 4") (SLD), place, per Line~l Pavement Marking I iW) Crosswalk 10' wide, in place, per Line~E RelocatE Street, Traffic Signs including new pipe sleeves in concrete, complete 10 place, per L~_Sum -.- -.-----. _.__...._-_.~ - --------------. 16 Parking meter ;; ~" galvanized pipe sleeves installed, complete in pIau., per Lump Sum-7'_ ---.--.....----.-.- -"--- .. --" IV UNIT PRICE IN FIGURES $1~/5' $__30 DD f 2-Sb,-OD $ 4. ODD. DO $ !:J I 242-. /.;4- $ 2,f)tJo. LJO $ ) , <jllO. Oc) $ I,SDD.DO -------------- --~ $ l-f OD $ 'J,8'W. DO -- -------- :; 11-5;; c. " J-fD.OD $ 5,2iJO. ro ----,-----~ s~-1DO/)f2 NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 8 OF 15 $ /.411..13 $ I D\ (P{){) ~ DtJ $ ?-, 2fX). 00 $ if 1lJO- old II BOND 2004 AREA IMPROVEMENTS AT SIX BLOCK F^Q~S I III IV &~ If. B-23 8-24 8-25 B-26 8-27 B-2f3 8-29 Qn& UNI'!' DESCRIPTION UNIT PRICI!: IN FIGtJR2S 1 DAY Ozone lays, complete per ~ $_2/YYJ, [)Q $ -'-'-.. --., ----------..---.."----...-.- LS Storm vJater Pullution Prevention Plan (SW3P), complet e in place l per .!::0rtE Sum 3, DOO. txJ j LS Traffic Control, complete in place, per Lump__~~ $ J5( 000.00 _. - ----_. .._------------, "-"-- ...-..- 310 LF Water Blast & Vacuum Stormwater Lines per Foot IU.DO $ 31, 510. Of) $ 4 EA Remove rees 0 pE'l g.acn $ __7 DC), DO 2. "6tD. DD $ 49 E:II r of Washed ewitt PROS fabric in place In tree ,~ (3'x3'), complete n , per .E?dl $ ~-&1'J. 00 55 D{) c; '. Supply and install (" Sch 40 PVC pipe sleeves 1'01 irrigation line complete ir place, per ~i:E~~E_X()()! $_ tlJL~ $ <l, '[l;O.lJO _._~,- --.------..------- 1 LS Allowance for unanticipated repairs and adjustments, per Lump Sum $ 10,000 $ 10,000 ~~~~~) ~A~E B3~ l~ 2~~~~IJ,BEAC~__~RE~.~~PR~VEMENTS AT SIX BLOCK (Items B-1 through B-30) ~. ....-'....... NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORlf PAGE 9 OF 15 BOND 2004 ADDITIVE ALTERNATE Bl :r& 81-1 81-2 81-3 [-1]-4 Bl--5 Bl-6 81-7 81-8 81-9 ....-'"- LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT II III Q'tt & UNIT DESCRIPTION 21 EA Crepe Myrtle Trees 45 Gallon, complete in place, per Ea~E. 12 EA Floridi Saba I Palms 10' Trunk feet,omplete in place, per Each ~._. _. _. .---- .._~._._-_.._+ U EA Sea Grdpe Trees 30 Gallon, complete in place per Eac:1:! 24 ('Y Planting Mix for plant installation, complete place, per Cub}~'LaJ:'.(=! -"""-"---- " - _._...~_. ._-_._---.._~- -- -_._~ 450 SF Decomposed granite, 4" to dressing, per square e t complete, in place, e Foot 4~,() SF Landscape fab feet, c',mplet ~~are,L'oot 2' - } Sj;' ~----'-'---'-""-'-"---- 4 SF eter, ~" w/permits and , per each, complete in ce, per ~guare X9_ot ---. '''-- -..-------.--..--.----. "~"'+--"'- Battery:ontro11ed Valves 1" w/lateraLs, Pres., Reg., filter per each, complete in place, v::r ~ach -,.-----..- -.--.- ---- 20 Mainline 1", w/bends and fittings per linear feet, complete in pla':e, p(~r Lined.r Foot LF ~----"-'--'--- -.."-- -- -~--- IV UNIT PIUCE IN FIGURES $ 351. 50 $ J{-g 5. DO 3f1S $ ___~~D (; , - q 0 $ /. 4-0D .DO $ L.' lXJ.DD .$ 75- L)O _.~-_.__._,---. -- NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 10 OF 15 v BID Ii'EM-EXW- (Q1'Y Xt;JNtT P CE IN FI . ) $ ,50 $ 3, 8'65. Do $ )-1&0.00 $ ),13Z.5D $ ')10. DO $ ):2.50 $ 5UJo. DO $ <6,lfCl). DO $ II 5DD. D{) BOND 2004 (NORTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SIX BOCK FACES) I II III IV BI8 r_ QTY & UNIT 81-11 <1 EA 81-12 <1 EA 81-13 77"-; LF' 81-14 DESCRIPTION Pressure Vacuum Breaker, 1" (ompler e in place, per Ea<::Q Quick keys, Each $ 5 2';;; 3 CDD. Db $ ( 1 3{X). (){) One year battery replacement & field testing of irrigation system, complete in place, per .Lump ~m $ '1585 DO $ 40tt--15 -_._~,.__...._--- -'-.---.-.-- _._._-~ _...~- ,-- --..--, --'--- $ ).S-25'5- 06 TOTAL ADDITIVE ALTERNATE Bl (NORTH BEACH AREA LANDSCAPE AND IRRIGATIQN SXSTEM ~ROVEMENTS AT SIX BLOCK FACES); $," ~1J ~/. 2;2 " " (Items Bl-1 through BI-14) "..........._""""""'... ','" NORTH BEACH AREA IMPROVEMENTS PROPOSAl. FORlf PAGE 11 OF 15 BOND 2004 BID SUMMARY TOTALS TOTAL BASE BID A: (Items A-I through A-8) $- ADDITIVE ALTERNATE AI: (Items AI-1 through Al-18) $ ADDITIVE ALTERNATE A2. (Items A2-1 through A2-6) $ TOTAL BASE BID B: (Items B-1 through B-30) s ADDITIVE ALTERNATE Bl. (Items B1-1 through Bl-14) s The bids will be evaluated based on the following order, subject to the availability of fund;;: Total Base Bid A and Total Base Bid Part B or Total Base Bid A + Additive Alternatives Al + Additive Alternate A2 and Total Base Bid B + Additive Alternate BI The City intends to award the Lowest combination of Total Base Bid A and Total Base Bid B to cne or two contractors. Alternatives will be evaluated subject to available funding. The undersigned hereby declares that he has visited the site and has c~refully 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 requlred) 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, lil writlng the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar vaLUE! for bid evaluation purpose. PROPOSAL FORM PAGE 12 OF 15 ~".."....,..",,",", The Contractor will commence work wi thin ten (10) calendar days from date they receive WYLtten work order and will complete same within 60 CALEllDAR DAYS after ~onstluction is begun. Should Contractor default, Contract'>l may be I able for liquidated damages as set forth in the ('ontract Documents Citv will pay Cuntractor in current funds for performance of the contract in acc::ordance",i th the Contract Documents as the work progresses. Signed ln _..L_ :Jarts at (~orpus Christi, Texas on the date shown above. ATTEII': c~ CITY OF CORPUS CHRISTI BY~~9WOb Rcmald F. Massey, Asst. Ci Mgr. Of Public Works and Utilities ,.. By: ' Asst. / By: ft{X' ~ jA/~ AngeV . Escobar, P.E. Dlre~tor of Engineering Services CONTRACTOR If <iJ"O' orlltioJl) (. A. , \ I ~ .low) 7<_,.../~/ BjT: ( 2 1...f;:c.~H' TJ tIe: ,// 7_i--C...J--c~ Nuwav International, Inc. ~5ZZ (No~.:."/"'.'. :(...... Person signing fo...r CO '. ,. lion i. not: P~id"t: I at;t:a 'dbpy of authorization CO . C) \\\ \1111" "'111 \\\ III ", cD".a ')0 II, ~" -J.1. ~r:~"O '~ 1~1(I~f~ j z /' _ ::I . . ~ S \ ~ , , \. / ~ ~', ,,~ ~ ,----_.-/ ~ "I * " "1/ \", 111111'", 111\ \ \ \\\\ P.O. BOX 270898 (Address) CORPUS CHRISTI, TX 78427 (City) (State) (Zip) 361/854-8833 * 361/854-8345 (Phone) (Fax) Agreement Page = of =' /h 2oo~-Z:-JlJ ';j:T~flilll~ ^" .... ..,._. .__.._...~ r""l" 17""1'1."""" ~: rtJ'\;1&;4t y-; I ') P 10/') ..........~Q_. ok.':l,. ~ . ~ '0 -''''''~'- . At- 5E(:~f, j" 1rL ~.~""._' PER FOR MAN C E BON D .~cnd *.Lf,3527~2- STATII OF TEXAS S KNOW ALL BY THESE PRESENTS: COUNWY OF NUECES S THAT Nuwa International Inc. Texas, hereinafter called "Principal", and , a corporatlon organized under the laws of the State of I~){.ac:; and duly authorized co do bus~ness in the State of Texas, hereinafter called "Surety" are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", In the penal sum of ONE UNDRED THIRTY-SEVEN THOUSAND. NINE HT~n TWENTY-FIVE AND 24/100 ($137.925.24) 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 ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: '.l'HE CONDITION OF pr incipa 1 entered in to Christi, dated the 29TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the Ci ty of Corpus of AUGUST , 20~, a copy of which is hereto hereof, for the construction of: NORTH BEACH AREA IMPROVEMENTS BOND 2006 - PROJECT NO. 6287 (TOTAL BASE BID 'A' + ADD.ALT.A1: $137,925.24) ROW, THEREFORE, if the principal shall faithfully perform said work In accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this 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!:1e work performed thereunder, or the plans, specifications, drawings, etc , accompanying the same shall in anywise affect its obligatior on this bond, and it does hereby waive notice of any such change, extension 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 """,-,.~~. ,..,.,..",--. This bond lS given to rneet Lhe requirements of Article 5160, VernOn 's Civi 1 Statut:es of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, c3.S provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed one of which shall be deemed an original, this the -2ef+@ \ ~il bfJ ( I 2 o..t!JL_- in 4 /2+L copies, each day of PRINCIPAL 1\) H Ll CI>.u:J:~~ , ~::h Dna ~ 7:tlQ. , By: /:~:~ {~~;227 . /i'r/h tI r- (/'r{ f i 11/1/ ZZ1 /J-~~ ;/e Ai of 'Prlnt Name & Tltle) Aqilt~ j W~ Secretary lh~(m~ T J3lttf\(U Prlnt Name) SURETY _ c:5L'{ (pT~[" -=+ l-) S fA. (' &t n f' e (' 4? ~y: '~~{k~v '}/C'L~;-- Attorney-in-fact J~~ f .bC1.r~ A/evJ~'Orrl b 'Prlnt Name) ~~~ ~fY.roc~~~ -- Cowl.v, --, Agency: J\.e e+e ~\ ~. 14 5Sc"J (I.'l t-\ ++~ 5 CO"tllct~::::: ~5~~~ -c ~ ~_~ (1~~-+1. / 7'1. 7 f'34M Psne Number: 3tcJ g 0~ 380:3> for delivery of (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 ~"'-'4lIff: PAYMENT BON D f'}ond-:!h 435 2- 79 2 STATII OF TEXAS I KNOW ALL BY THESE PRESENTS: COUNWY OF NUECES I THAT Nuwav International, Inc. of NUECES County, Texas, hereinafter called "Principal", and::5.;..t("e.--Tpt-#-::t.\l:Sk.\e::tnl!..E' (lP'J. , a corporation organized under the laws of the State of/7'tvdS and duly authorized co do business in the State of Texas, hereinafter called "Surety" arE held and firmly bound un to the Ci ty of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "Clty", and unto a 1 persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE HUNDRED THIRTY-SEVEN THOUSAND, NINEBUNDRED TWENTY-FIVE AND 24/100 ($137,925.24) 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 ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract wi th the City of Corpus Christi, dated the 29TH day AUGUST , 20~, a copy of which is hereto at tached and made a I>art hereof, for the construction of: NORTH BEACH AREA IMPROVEMENTS BOND 2006 - PROJECT NO. 6287 (TOTAL BASE BID 'A' + ADD.ALT.A1: $137,925.24) ROW, THEREFORE, Lf the principal shall faithfully perform its duties and make prompt paYment to all persons, firms, subcontractors, corporations and c:laimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modiflcation to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect PROVIDED FURTHER, that if any legal action be filed upon 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 tne work performed thereunder, or the plans, specifications, drawings, etc. accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of Lime, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 ~-~- This bond lS given to meet che requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as t~he Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretys:iip, as provided by Art. 7.19-1, Vernon's Texas Insurance Code, IN WITNESS WHEREOF, this instrument is executed one of which shall be deemed an original, this the 5~k\Y\ho\.. 20~, in 4 copies, each J2K day of PRINCIPAL . Ai", 1~;~Jj~~ lUY\fA:4Q~1 JL1~- .~/ /L...'/ .~~' \. LZ7 I /r~ . By: ,t.t...-(: t-.1A.-- ~ //, -fl114,r (/~/ ,;/~IJZi. /YC'I/~' ~"./~ 1Prlnt Name & Tltle) AT~ Secretary Thc[rnk i?rlnt Name) J-. bQ~w -r Bl4t1tv SURETY ~5Vf \ e-I-P j / +nsu l tt tl~ e.- (i l' . By: .l::;(J.,L ./4< c~J11!l- Attorney-in-fact l~r bot cc'\ /t)pwef>W1h (Prlnt Name) =1~~~~~ ~ft:O~::trs~l1llu.aes COUI1C:V, 2'e.xas, for delivery of Agel1cy: ~€~~<\ 4 ,4-.ssC{l.\Ol~..e.s CODtilc\:::::: -%~~~~;~ f'e t~. .f ~) fA"') q- ~ '-l sftJ TX 713401 Ph4me Number: 3b I -- ~ s~~ ~-<3f? D-3 (NOTE: Date of Payment Bond must not be prior te: date of contract) (Revised 9/02) Payment Bond Page 2 of 2 --. ""'"'"'Il'F"" ~"'"'~ OP 10 ,}ATE IMMIDDIYYYY) NUWAY-1 09 06 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30./' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHAll IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. A RE r I ACORIJN CERTIFICATE OF LIABILITY INSURANCE PRODUCER Kingsbury Agency- Insurance 3038 S Alameda St. Corpus Christ~ TX 78404-2601 Phone:361-887-7722 Fax.361-887-7799 INSURERS AFFORDING COVERAGE INSURER A Mt. Hawle Insurance Co. INSURED INSURER B INSURER C NQWay International, Inc. V' P 0 Drawer 270898 corpus Christi TX 78427-0898 COVERAGES THE POLICIES r::# INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIRE"-, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, .,. INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGAlGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSURER 0 INSURER E LTR BODILY INJURY (Per person) POLICY NUMBER EACH OCCURRENCE / MGL0140469 .,;' 09/25/05 09/25/06 / A PREMISES (Ea occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS. COMP/OP AGG ~.OC COMBINED SINGLE LIMIT (Ea accident) ALL OWNED AUTOS SCHEDULED AUTOS "ED AUTOS NON-OWNED AUTOS BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) ; GA~ LIABILITY ~--. ,....J AKV AUTC AUTO ONLY - EA ACCIDENT ---1---. ----- OTHER THAN AUTO ONLY: A ! EXC~M8RELLA lIABILITY [~ OCCUR CLAIMS MADE MXL0359685 / 09/25/05 09/25/06 ./ EACH OCCURRENCE AGGREGATE DEDUCTIBLE "TENTION WORKERS fIlMPlNSATlON AND EMPLOYERI'llAllLlTY i ANY PROP""ORIPARTNERlEXECUTlVE i OFFICE~ER EXCLUDED? If yes, de under SPECIAL P SIONS below OTHER $ E.L DISEASE - EA EMPLOYEE 5 E.L DISEASE - POLICY LIMIT 5 DESCRIPTION OPe TIONS I LOCA nONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS *Broad F~ Property Damage, Independent Contractor, XCU. Umbrella Liability is over General Liability & Auto Liability only. Project Name: North Beach ~ Area Imp~vements for the City of Corpus Christi, Project No. 6287. The City of Corpu. Christi is named as additional insured on the General Liability policy a. required by written contract. CANCELLATION CITYCC2 City of Corpus Christi ~t. of Engineering Services ~tn: Contract Administrator POBox 9277 COrpus Christi TX 78469-9277 i ACORD 25 (2fl1I08) v ~'--','.- NAIC# LIMITS $ 1,000,000 550,000 $ 5,000 $ 1,000,000 2,000,000 $1.000,000 5 $ $ EA ACC $ 5 $ 1,000,000 $1,000,000 $ $ $ / RD CORPORATION 19E IMPORTANT I the certificate holder is an ADDITIONAL INSURED, the policy{ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend. extend or alter the coverage afforded by the poliCies listed thereon. ACORD 25 (.101) _0,,_ , DATE (MMlDDNYVY) ACORD.. CERTIFICATE OF LIABILITY INSURANCE OP 10 3.ni NUWAY-3 09/06/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Richard L )Peetz, Farmers Agen.' HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3038 S. Alameda St. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78404-2601 Phone: 361-881-7801 Fax 361-887-7799 INSURERS AFFORDING COVERAGE NAIC# -- ---..- ~ -- INSURED INSURER A Farmers Texas Co Hut -.-- INSURER B Nu.-y International, Inc. ./ INSURER C P. O. Drawer 270898 INSURER 0 Co~us Christi TX 78427-0898 INSURER E CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO so SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ESENTATIVES. / AUTHO ESE COVERAGES THE POLICIES OF IlsuRANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREME.I'. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TI-IltINSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGRaj)t.TE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I ! L TR NIR TYPE OF INSURANCE ! GENERAl LlA8lLlTY '-, ! C~ERCIAL GENERAL L1ABILIT' n_ .t]. CLAIMS MADE OCCUR +- POLICY NUMBER $ $ $ $ $ PRODUCTS - COMP/OP AGG $ EACH OCCURRENCE PREMISES (Ea occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE A GEN'L AGGREGATE LIMIT APPLIES PER . ---, r---. PRO- ' -'1 i P~Y I . JECT LOC AUTO......E LIABILITY VI ANY AUTO -----i . ALL OWNED AUTOS BODILY INJURY (Per person) --------t- ! COMBINED SINGLE LIMIT (Ea accident) 09/25/05 09/706 06944-32-17 I \01' ----1 ~~ SCHEDULED AUTOS X I HIRED AUTOS [!J NOIt-OWNED AUTOS BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAQI LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: i ----+. EACH OCCURRENCE EXCEsauMBRELLA LIABILITY ~ OCCUR CLAIMS MADF AGGREGATE I -r- -t- ------ --- $ E.L. DISEASE - EA EMPLOYEE $ EL. DISEASE - POLICY LIMIT $ IONS below DESCRIPTION OF :noNS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project N",: North Beach Area Improvements for the City of Corpus Christi, ~ Project No. 6287. The City of Corpus Christi is named as additional insured on the Auto Liability policy as required by written contract. CERTIFICATE R CITYCC2 Ci~y of Corpus Christi D~t. of Engineering Services A~: Contract Administrator POBox 9211 C~us Christi TX 78469-927~ / / ,J' LIMITS $1,000,000 $ $ $ $ EA ACC $ $ $ $ $ $ $ AGG ACORD 25 (2 101) .",...",- IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER I \ The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend. extend or alter the coverage afforded by the policies listed thereon. ;...io,~ -::i/01LUUO UL ""!y1 =e"oers t-ax IL. 1 ,,5;/U5020 Page 1 of2 ~. CERTIFICATE OF LIABILITY INSURANCE ! OP 10 s.J DATl: (MMlDDIVVVV) G~T-l" 09/06/06 THIS CERTIFICATE 1S188UED 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. PRODUCER Craven./Warren , Company P O. lox 41329 HoustOD TX 11241-1328 Pbone:113-690-6000 Fax:113-690-6020 i INSURERS AFFORDING COVERAGE INSURED NAlCI# GU Partners 4801 Woodway #210 Houston TX 77056 NSURER A -r.xa. Mutual Insuzaftc. Co.,.ny l NSLRER 8 ! iNSURER C t NSLRER D ------- r- -.---.------- iNSURER E COVER4Es THE PQ!CIIES CE INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED t<AMED ABOVE FOR THE POLICY PERIOD ItlJlCATED. NOTWITHSTANDING "NY RE~MIENT. TERM OR CONDITIC>>J OF AAY CONTMeT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PE.IN. THE INSLJRN./CE .AFFORDED BY THE POLICIES DESCRIBED H"'REIN IS SUBJECT ro All THE TERMS, EXCLUSIONS I'ND CONDITIONS OF SlJ<"'..H POllCIES_.N.lGREGATE LIMITS $HO'M-I MAY >-lAVE BEHJ REDUCED BY PAID CLAIMS ._-- i R =;~ll:E $ i WO.S COMPENSATION ANO -'--i- r A EMPl.OYERt'lIA8111TY TS"0001016234 I, 02/23/06 ANY CIETORlPARTNERlEJ<.ECI.;TI"e ' " i I OFF IJ8€R ExeL UOEO? ../ I II II y......sclibe under I SPE PROVISIONS below , :0 I I I OESCR~ 01' Ol"ERATlONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: carpUS Cbristi North Beach Area Improvements. Co Employees of Nuway Inter.-tional Inc. , Q~ Partner are insured under the referenced policy. Alter..te Employer Ends. Applies. Waiver of Subrogation in favor of the certi'icate Holde~ witb respects to Worker's Compensation, "~TR lNS'Ri: I POLICY NUMBER 'O~~ (~,w)1: 'DATE' (r.ut>OlVYl TYPE OF IlSURANCE IlENEIlAL LIABILITY 'I C()M~.IERCIAL GEr<ERAl LlA8111T)' =c- :LAiMS MACE [~:;CCl.;R -i-- -- i ~ ENt~.GR.-EG:T::Mr:~p~.,~E. .s.,..=l --, '''-, PRO- ,- -- I pOlle (, I Jeer ...;_ __. LDC AUTOMOBILE LIAllIliT" I - ' I I I I -.---.- --f----------.----.t- I i --1- --t /IN'' -<UT-. - - - - I'll ')<\'NED AUTCS SCHE DlP. ED AUrr;S HIRED AUTOS NON-OWNED AU'(;S - r-- - , -+- RGARAANG: LI,~~~'TY .......; , -~- r bCESSIUM8RB..LA LIA81llTY -+ r--:J OCCUR n ClAIM3 "oIADE r---J ~_ J 02/23/07 / CERTI"T' HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DAYS WRITTEN CITCOR3 LIMITS EACH OCCURRENCE S PREMISES (Ea occufence) S t.EO EX!' (Any one peI"Son) S PERSONAl & I'DV INJURY S GENERAl AGGREGATE $ PRODUCTS. COMP/OP AGG $ COMBINED SINGLE LIMIT S lEa accident) 800lL Y INJURY $ (Per pel'5on) BODlL Y INJURY S (Pe, accident) PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT S EA ACe S AGG $ S S $ S $ X lroPYLiMI1'S I IUJfi E L EACH ACCIDENT S 1000000 EL DISEASE - EAEMPlOYEE S 1000000 E L. DISEASE - POLICY LIMIT $ 1000000 OTHER THAN AUTO ONLY EACH OCCURRENCE AGGREGATE I I ( DATl: THEREOF, THE ISSutlG INSURER WILL ENDEAVOR TO MAIL 30 NOTICE TO THE CERTlFICATl: HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF AtjY KINO UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES, / ~~~ENTJJ'I'E ~ L. ---'// V @ACORD CORPORATION 1988 City of Corpus Christi Dept. of Engineering Service P.O. Box 9277 Corpus Christi TX 19469-9217 I v' ACORD 11 (2001/08) ~-"'-"I!!ll'\>> uate 9/612006 02'53 PM Ser,der's Fax 10' -; 1 36906020 Page 2 of 2 IMPORTANT if the certificate hOlder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer nghts to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatIVely or negative!,! amend, extend or alter the coverage afforded by the policies listed thereon, ACORD 2S ~108) '''.............-- Policy Number: MGl0140469 V Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDI1IONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AITOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU / './ This endorMment modifies insurance provided under the following: j COMMEROlI'l GENERAL LIABILITY COVERAGE PART A. SECTI" II - WHO IS AN INSURED is amended to include . as an additional insured any person or organi.ion for whom you are performing operations when )l)u and such person or organization have agreed" writing in a contract or agreement that such person or organization be added as an additional insuredcm your policy. Such person or organization is an ad.nal insured only with respect to liability for "bodily injury ," "property damage" or "personal and advertiting injury" caused, in whole or in part, by 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; In the ,.erformance of your ongoing operations for the additiolal insured. A pertlDn's or organization's status as an additional insured under this endorsement ends when your operatlbns for that additional insured are completed. B. With respect to the insurance afforded to these additiGllal insureds, the following additional exclusions apply: This insurance does not apply to. Named Insured: Nuway International, Inc. Policy No.; MGL0140469 '1// Effective Date of This Endorsement: 9-25-05 V ;Ua;R~r.e~4, J Nam~~;~ J. Ki~gSOUry () Title: Agency Owner CG 20 3101 04 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 b. Supervisory, inspection, architectural or engi- neering activities. 2. "Bodily injury" or "property damage" occurring after: 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 v 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. @ ISO Properties, Inc., 2004 Producer Page 1 of 1 ~.- -...-- -)/ (;OLlCY NUMBER: 06944-32-11 , - ,/ COMMERCIAL AUTO CA 04 03 06 04 .18 ENDORSEMENT CHANGES THE POLICY. PLEASE' READ IT CAREFULLY. TEXAS ADDITIONAL INSURED V This e"'ment modifIeS Insurance provided under the fotk7Nlng: 'Ii B......... ess AUTO COVERAGE FORM GA. QE COVERAGE FORM . R CARRIER COVERAGE FORM TR' t<ERS COVERAGE FORM With ~ to COYerBge provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by'h endorsement. This IIIdcnement changes the policy effective on the Inception date of the polley unless another date is indi- cated 1Mow. Endcriamerlt Effective: 7-18-06 NlIfMlIlneured: ~ Itn'EIUIATIONAL, INC. ..// SCHEDULE / N8m.,...... Add..... of Additional Insured: City of Corpus Christi Dtpt. of Engineering Services I Altn: Contract Admr~trator P. O. Box 9277 c.rpus Christi, IX 78469-9277 <'f no ..'tnb'Y.. appews above. information required to complete this endorsement will be shown In the Declarations as a**e to this endorsement.) A. WID Is An Insured (Section II) is amended to ir4D.,. as an "Insured" the person(s) or organiza- tlol.) shown in the Schedule, but only with re- s~ to their Ieg8I IlabiIlty for Ids or omissions of a tnon for whom Liability Coverage is afforded unler this policy. B. T. additional Insured named in the Schedule or DIlI.rations Is not required to pay for any premi- u. _ed in the policy or E*ned from the policy. Aft l'8tum premium and any dividend, if applica- bit. declared by us shall be P8ld to you. CA .0306 04 C. You are authorized to act for the additional in- sured named in the Schedule or Decfarations 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 polley. 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 polley. @ ISO Properties, Inc., 2003 Page 1 of 1 '"..~.~ .-. f LUv ...J ,.. , U "ij .. l:j J. r", l. e r' n a 1:. 1 0 n a j. 1 n c . ,:jbl tt::>.. tt::t..::> COMMERCIAL GENERAL LIABILI'rY THIS IT CAREFULLY (/ TEXAS CHANGES - AMENDMENT OF \j CA CELLATION PROVISIONS OR COVERAGE CHANGE This endorsement m / COMMERCIAL G LIQUOR LIABIL OWNERS AND C POLLUTION L PRODUCTS/catP RAILROAD PRO ifies insurance provided under the following: LIABILITY COVERAGE PART COVERAGE PART CTORS PROTECTIVE LIABILXTY COVERAGB PART ILITY COVBRAGE PART TED OPERATION'S LIABILITY COVERAGE PART 'lIVE LIABILITY COVBRAGE PART In the event of r..tricts the insu mall prior written ncellation or material change that :reduces or nee afforded by this Coverage Part, we agree to otice of cancellation or material change to: Schedule 1. , 9~E BELOW Name: 2. i Address: SEE rBLOW Number of daYS, advance notice: City of corpUS~Christi Dept. of Bngin .ring Services Attn: Contrac Administrator P.O. Box 9~77 Corpus Chri8ti~ TX 79469-9277 ! / 3. THIRTY (JO) ~ Natned Insured: 1rway International, Inc. MGL0140469 / / Policy Number: if'ective Date of T~i8 Endorsement: 7-18-06 / \I A~... zed Rep. n .~ive, ~.. ~- Title (Printed): A ency Owner / J C.20S (11-85) ATTACHMENT 3 1. or 3 ,............- p.... '7 Jul "7 2006 2:57PM Nuwa~ I nternat 1 ona 1 [nc. I I 381 854 8345 TE OZ 02A .I CANCELLATION OVISION OR COVlllAGE CHANGE ENDOJlSBMENT TtU. eDClorsetnent 1'I\Od.1t e. in.urance provided UDder the follOwing: I Thi. .DIlor....nt cballge the policy effective Oil the inception date o~ the policy U.IL . another date i. iDdie.ted below I E~r.ement Effective 7-19-06 Policy Number 06944-32-17 ./ / ./ Inc. NIIIIId In.ured N~ay International " ( / day. before thi. policy ~. cancelled or materially c~. to reduce or r .trice coverage we will mail notice o~ the cancellation or _aage to: (Bnter Name and Ad4re..) City ot corpu. Chriati Dept of BDgineering Service. Attn Contract Adminiatrator P.o. 80IX 9271 Co . Chri.U".n 784"-9277 Autlo~re..n Na. (trinted) I Ti~l. (Printed): ~O. ... 02 02A - ~.- I :l'%mr lJaon8Z08 oa covaA.Ga CIIU1QJI IUIDO.... - .~--~9rd A.~ ~1. -.dDr...-at rilMcl .O.....r 1, ua, ATrACBMBNT 3 2 01' 3 p.5 " & Jul 20 2006 lO:11AM Nuwa~ International Inc. 361 854 8345 p.2 WORltER. CCMPDSATIOH Am> BKPLODRS LIABILrrY DlSOUNCI: POLZer we 42 0& 01 (11:<1. 7-U) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This enlor.ement applies only to the insurance provided by the pOlicy because Texas is shown ia item 3.A. of the Information Page. In the ~ent of cancelation or other material change of the policy, we will mail advance notice ~ the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This en4PrBement shall not operate directly or indirectly to benefit anyone not named in the schtldule. Schedule 1. Numaer of days advance notice: 30 / 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 This endtrsement changes the policy to which it is attached and is effective on the date issued .les8 otherwise stated. (The information below is required only when this endorsemlnt is i8sued subsequent to preparation of the policy.) Endorsemlnt Effective / 7/20/06 Insured G&A Paltners & Co Employees InsuranOl Company ;I Texas .~tual Ins. Company . we 42 0601 Policy No. TSFOOOI076234 / Endorsement No. Name (Printed): Premium $ rne (I. ttr{u114dJ jcJ1A1.h..bA J C.Michael Schneider .,/ of Nuway International, Countersigned By: ( Ed. 7 - 84 ) Title (Printed): President ATTACHMENT 3 30F3 7' ~._-