Loading...
HomeMy WebLinkAboutC2006-388 - 8/29/2006 - Approved .ks - ...... ..... ~ ~CT NO: 6287 -~ '.. ~UOb-.q.~X ON/29/06 \\12006-275 (.arreti ~ oBstruction Compan~ It It . \' r; S 1 v I." ~ e I".. .BC%I"%U"'lfOMS ARb o COR'1'R.aC-rS AND 1"0. KORta ..~ ARBJl INI~t&..ftS JIORD 2004 PREPARED BY: John Wright Architect 723 Opper N. Broadway Blvd., Suite 500 Corpus Christi, Texas 78401 Phone: 361/8~2-1678 Fax: 361/883-3786 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 I ~ ,<........ .:~, , ,.. ..' .../b-.. ...... '1. I..: Jq ..*~. .,~_.~!;, ---~\II..~...~..... .~.._~..... ~ , .H:~m!l~.~. ,,"" ING NO: STR 781 BONDS Revised sl 0 NORTH BEACH AREA IMPROVEMENTS BOND 2004 Table of Contents NOTICE TO BIDDERS (Re / ised 1! S /0 NOTICE TO CONTRACTORS ARe' ",3,:'(1 Sept 000) Insurance Requ:ilementE NOTICE TO CONTRACTORS -B ! Re\ ised /5/00 Worker's Compenf,at ion Coverage For Bu 11 ding or Construct ion proj ects Fur Govenlment f<nt i t ieE PART A i\ - 1 A 2 A 3 1', 4 A 5 A 6 A 7 A-8 A-9 A-IO A-ll A-12 A-13 A-14 A-IS A 16 s,",\ 17 A-18 A-19 A-20 A-21 1\- 22 A 23 A 24 ~1\J. 2S A-26 ^ 27 A 28 A 29 A 30 A 31 A 32 A 33 A 34 A- 35 A 36 A- 37 l\ 38 SPECIAL PROVISIONS Tlme and Place (f Receivlnq Proposals/Pre-Bid Meeting Definit ion:,; and Abbrevia' (ms Description of I roj (~ct Method)f Award Items to be Submitted with Propof;aJ Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment c!f Addenda Wage Rates RevJsed 7/5/00 Cooperation witt Public Agencies Revlsed 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spi Iiage and Tracking Excavation and Removals Disposal/Salvage of Materials Field Office (NOT USED) Schedule and Sequence)f ConstructIon Construction Staking Testing and Certification Project Signs Minority/Minority Business Enterprise Participation Policy Inopcctlon RcquiF&i- (R~vi oe4--+fs-f{}{}-} (NOT USED) Surety Bonds CulcD T.:m BJteffipt-i-en (NO LONGER APPLICABLE) (6/11/98) Supplemental Insurance Requirements Rcoponoibility for D:1ffi.:lgC E'1:1imD (NOT USED) Considerations fJr ConLract Award and Execution Contractor's Field Admlnistration Staff Amended "C~onsideration of Contract" Requirements Amended "PolicYJIl Extr,'.l Work and Change Orders" Amended "Executi:.m of Contract" Requi rements Conditions of Work Precedence of Contract Documents City-W:1ter F'ucilitico. Cpeci:11 Requirement:J (NOT USED) Other Submittals (Revised 9/18/00) Amended liAr rangernent and Charge f(:n Water Furnished by the City" Worker I s Compensation c:overage fOI Bui lding 01 Construction Projects fOl Government Ent i tie~: fABLE OF C(;NTENTS PAGE 1 CF A:--3-9---+'-L~H-i-ea-t:€-~ Occup:tnc'r'and Fin.:1l -l\cccpt.:1ncc (NOT USED) 7>,-40 Amendment: t:o Sf'ct ion B 8 - 6; "Part ial Est imates" A - 41 Ozone Adv sory A 42 OSHA Ruleb & Regulations A 43 Amended "Inderrmlficatlon dnd Hold Harmless" (9/98) {., 44 Change Orders 4/26/99) A 45 As Built Dlmensions and Drawings (7/5/00) A--4r6 -4}lopoo.:1l --ef Highly -GfilB-fin.:1tcd W.:1tcr (7/5/00) (NOT USED) A 47 Pre Constructicn Exploratory Excavations (7/s/00) A-48 Overhead Electrical Wires (7/5/00) A 49 Amend "Maintenance Guaranty" {8/24/00) PART B PART C GENERAL PROVISIONS FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 021080 Site Clearing and Stripping ss Removing Olrl Structures S5S 022 EARTHWORK 022020 022040 .022420 Excavatlon and Backfill for Utilities and Sewers S9 Street Excavation SlO Sil t Fence 897 0252 025 ROADWAY 025205 0254 025404 025412 025424 1)256 025610 025612 0258 025802 025807 SUBGRADES AND BASES Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 ASPHALTS AND SURFACES Asphalts, Oils and Emulsions S29 Prime Coat (Asphaltic Material Only) Hot Mix Asphaltic ~oncrete Pavement S30 (Class A) S34 ; 'ONCRETE WORK Concrete Curb and Gutter S52 Concrete Sidewalks and Driveways S53 TRAFFIC CONTROLS & DEVICES Temporary Traffic Controls During Construction Pavement Markings (Paint and Thermoplastic) S45 SECTION 030 030020 032020 038000 . Sg~~I.<_ETE!....~ROl!T Portland Cement Concrete S40 Reinforcing Steel S42 Concrete Structures S4] 055420 SECTION 050 METALS Frames, Grates, Rings and Covers S57 ........'..--.- Ti\BLE OF CONTENTS PAGE 2 'W 1 PART T TECHNICAL SPECIFICATIONS 025 ROADWAY 252 mBGRADE~ AND BASES 25223 'rushed Limestone [<lex I hIe BasE:' 028 SITE IMPROVEMENTS & LANDSCAPING -_. ........_._~_..__.- -..-.-- ..._-~- 028100 Lrrlgation System 028061 Landscaping 060 CARPENTRY & MILLWORI< 061200 Shade Canopy StructUlE 100 SPECIALITIES 104000 1 06000 Historical PLaques Tables & Benches LIST OF DRAWINGS: 3RT.NO DESCRIPTION 1. 1'i t le Sheel 2. Estimated Quantitles Summary and General Notes 3. Location Map 4. Bridgeport Ave & Breakwater Ave SW3P Demolition Plan 5. Surfside Blvd & Shoreline Blvd SW3P Demolition Plan 6. Bridgepo"t Ave & Breakwater Ave Sidewalk Improvements 7. Surfside Blvd & Shoreline Blvd Sidewalk Improvements 8. BLi dgepo r-t Ave & Breakwater Ave Staking Plan 9. Surfside Blvd & Shoreline Blvd Staking Plan 10. Landscape Plan Bridgeport Ave & Breakwater (Add. Alt. No. 1 of Base Bid 11. Landscapf: Plan Surfside & Shoreline (Add. Alt. No.1 of Base Bid B) 12. In igation Plan Bt~idgeport & Breakwater (Add. Alt. No. 1 of Base Bid B) l3 . In igatiun PI an Su rfside & Shore] ine (Add. All. No. 1 of Base Bid B) 14 . Promenadf' Al i gnmen t P J an 15. PromenadE' Sidewalk Improvements 16, Promenade Amenities Location Plan 17. Promenade Landscape (Add. AIL NO.1 of Base Bid A) 18, Promenadf' Irrigation Plan (Add. A] t, No. 1 of Base Bid A) 19. Miscellaneous Details 20. Paving and Sidewalk Details 21. PromenadE' Amenit ies Plans & Details (Add. Alt. No. 2 Base Bid A) 22. Landscap~ and lrrigation Details 23. Intersection Enlargement Plans and Details 24. Miscellaneous Details 2S. Traff ic (ontral Plan 26. Striping & Signage Plan (SHT 1 of 2) 27. Striping & Signage Plan (SHT 2 of 2) NOTICE AGREaMBNT PROPOSAL/DISCLOSURE STATEMENT PERFeJRMANCE BOND PAYMDT BOND Tl\BLE OF CONTENTS PAGE 3 ('F : -...,.;.".,....- 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 pro] ect wIuch c:onsists of construction of approximately 11, 2 SF of new 8' wide ('()Dcrete sidewalk, approximately 26,529 SF of 0 wide con::rete sidewalk promenade, pavement and curb & gut T er repa 1 rs, mi nor a n~a dra Inage Improvements, new entrance SigDS shade stn,elutes benches, historIcal plaques and landscaping and I cri9a t l)n whi ch 1 nc udes plant Ing palm trees and scrubs of variOUS spec Les tTl:-icr'ordance with the plans, specifications and contract docllmen s will be recelved at the offIce of the City Secretary until 2:00 p.m. on Wednesday, Augus t 9, 2006 , and t hen pub 1 i c I y opened and read. Any bId received after closIng time will be returned unopened. A pre bid meet ing 1 s scheduled tor Tuesday, August 1st, 2006 at 10:00 A.M. The pre-bid meeting will convene at the Engineering dervices Main Conference Room, 3rd Floor, City Hall, 1201 Leopard 'treet, Corpus Christi, TX. The meeting will be conducted by the ~Ity and Include a dlScuss~on of the project elements. A bid bond In t'1e amount of 5% at the highest amount bid must accompany ea(~h proposal. Failure to provide the bid bond will constitute a non responsive proposal which will not be considered. Fail ure Lc prov de required performance and payment bonds for contracts over $)5,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subj ect to mandat\)ry forfei Lure tu the City if bidding documents are not t'eturned to t he '~ity Wi thin ~wo weeks of receipt of bids. Plans, proposal f~)rms, specIfications and contract document.s 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::iate. Documents can be obtained by mail upon receipt of in additional ($10.00) which is a non-refundable postage/handling charge The bidder is hereby not i f i ed that the owner has ascertained the wage rates Whl.ch prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtaInable at thf::- office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborel," "workman, I, or "mechani.cll employed on this proj ect The !'lty reserveb the right to ceject any or all bids, to waive irregularIties and to accept the bid which, in the City's opinion, seems most advantageous to the Cicy and in the best interest of the publiC CITY OF CORPUS CHRISTI, TEXAS IS/'AngeI R. Escobar, P.E. Director of Engr. Services Is/ Armando Chapa ,:'i t y Secretary --' "." NOTICE TO CONTRACTORS - A ~"--,,-,,, NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS :, ertl.f requi' ;cd . ,d d 'I pl co! , Ft I ~;ed MdY, /006 verage In the following amounts !.) II! '='1 t "i TYPE OF INSURANCE =~O-Day Not.l.ce of Cancellation required on all certificates ')mmercia: (;eneral ,tat)] i Lty [li Il,j qq: CommEtci ,Il t lrm Pr(\_m S(:::~ i)~}~:~r':1t )r!~- Expl()siOJIH1J ] dp~i H,,',j 'I Under grollnij Hazd rt Pr"d\Jcts 'omplet,.j Of,'!r,,; I >ll Ha ,:aro ContrCict1lal ,iatJiilty 8ru'.:ld Focm Proper! y Ddmaqc H Independt-o.nt:ont r,et (l[ q Personal Injilcy AUTOMOBILF: lABiLfT,--OWhED N()N OWNED OR RENTED WORKERS' OMPEN:;AT I )N EMPLOYERS j,1 AB LL I T EXCESS LUIS I L j 1 PROFESSIONAL POLLUT I. ON L ABI UTi l::NVl RONMENTA L 1 MFA 1 RMENT C:OVERA<;E Not limi t,"d t o3uddcn & ' cCl.neni] discharge tc include IOlly-terIl envi ronment d] impact for the ii ;PO: J :ont allli na 11 t BUILDERS' K.i:;K NSTALLAT ':IN FJ ,UATF - - MINIMUM Bodily Injury PER OCCURRENCE ,()()O,OOO CO !,OOO,OOO CO WHICH COMPLIE COMPENSATION THIS EXH18rT ~,lOO, 000 :;'1,000,000 CO /,000,000 CO HEQUIRE X NOT REQ f x Sect i 0: Tnsu REQUIRE NOT REQ S]OO,OOO Coml:! ',er Sf'ctio! Ins\. HEQUIRED X NOT REQU INSURANCE COVERAGE and Property Damage I AGGREGATE \ MBINED SINGLE LIMIT NBINED SINGLE LIMIT .'; WITH THE TEXAS WORKERS' I\CT AND PARAGRAPH II OF MBINED SINGLE LIMIT M8INED SINGLE LIMIT D !)IRED t B- 6-11 and Supplemental ranee Requirements () JIRED lned Single Limit I 8- 6-11 and Supplemental ranee Requirements TRED Page 1 of 2 The C1 ty of Corpus Christ.i mils t be named as an additional insured on all coverages -'i':cept ''''or-kef .~: (-ompen;ation liabil ity cc.veraqe. The name of the Project. must be lIsted under "description of operations" on each '("rt i fj ate c'f LTiolUrane For F,-H.:h ippli cat) Ie 3D} da y s - coverage , Insurance Provisi()n~' insur.;Hlce (overagt', the Contractor shall obtain an endorsement to the insurance p.;licy, signed by the insurer, providing the City with thirty prior wr itt en not i Ci: of cancellation of -)r material change on any The Contra 'tal shal provide to the City the other endorsements to polici e~ or ~overages wh 1ch art' speci fied in section 8-6-11 or Special se';tion of 'he "ontract- compl,,>ted "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, pl.ease contact the Contract Administrator at 880-3500 Page 2 of 2 ~_...,,- NOTICE TO CONTRACTORS - B """'._..~. ..........-.~.- NOTICE.TQCONTRACTORS B WORK~;. .~. CO~'::;~:\SATION COVERAG2 E='OR BPILDING C_~.. C2NSTRUCTION PROJ2CTS ;'-~OR (:~:Vc.?2.JMENT ENTITIES :-exa~, 1 aw reqL i::::-9 S t ha~ ::-.ost contract:.ors, subcc::t:.:::3.ctors, and otn~!:"s ;::-oviding work ;:: ser-/ ::.ces f or a Ci ty building c::- c8nstruction pre"; ec': ';"lust be cove :cea bv war r:e:::' s compensation insura~ce, authorized sel:E. - ~::surance .H'inp '-::;ved worker-' s compensa L.:':::1 coverage Cigree~e:-: ~ven if Texas law does .ot require a contractor, subcontractor or o~he:::s performing project services (including deliver2es to the job sitei -~ provide 1 of the 3 forms of worker's compensac.icn coverage, the C:.::y will require such cove:::age for all individuals providing work C1" se!:"': ces on Lh.:'s ;)ro) eC"f at any time, includi:lg during the ma.l:-:::e::ance guaranc yo .:::Jer lad '~oto:r carriers which are :!:'equired to regls=er with the Texas Depar--~ent: of Transportation under Texas Civil SLacc~2s Article E675c, ~nd ~hich provide accidental insurance cove rase under Texa~ C_ vi 1 - aeutes Article 6675c, Secc.:..on 4 (j) need not: ;::::-ovlde ] of the 3 forms worker's compensation coverage. The ConLractor aorees i comply with all applic2.Dle provisions or Texas Administrai:ive (:ode C~itle 28. Sectlon 110.110, a copy of whic~ _s attached and deeme~ -~corporated into the project contract. Please :-l()te that under'3ect::.::;;] 110.110: I certaln 1 anguage .ust be included in the Contractor ( s Cont.ract y.;~th the City and the Contractor's CO:ltracts with subcontraccors 3na others providing services for the Project, / the Cont:2.ctor .oJ .:-equired t:o submit ::'0 the City cert:ificates of (:)verage for its employees and for all subcontractors and others providing services on the Project. The Contractor lS required to obtain and submit updated certificat(~s showing extension of coverage during the Project; and :3 t:he Contra::tor the Jot) sit e . :?'::mired to post t:he requi::-ed notice at By S ::'C;=ll.ny this Contr act. the \cmtrac:tor cert if ies that .::.::. will timely COf!!:: :: '..Ji t. h thest' Not"- c:~ t (, (' ':nt. ractors .. S" requirementS'. NOTIC~ :-::; CONTRACToRS - B IRevisea 1/13/98) Page 1 of 7 8/1/98 ~",.._e_"" -.--. , I, .. S I' : ~ 11 ) " ,'( '. E 1 It e ~,. _ -..: S _ \._-\ ~ ",~ . Parr II. TEx'AS \VORKERS' CO!\IPE~SATION CO~L\11SSI01\' Ch3pler I10. REQUIRED NOTICES OF COVER-\.GE Subchapter B. E.\1PLOYER 00TICES ~ BO.l 10 Reporrmg Reauiremem5 for Building or Conser-union Projects for Gi>vemmenul EEJtirie~ (a) The foUowing words and terms, wilen L:sed in this ruie, shall h2.ve the following meanings. unless the context d~ly inciicates oL~erwise. T e:ms not define~ in this rule shall have the meaning de5ned in the Texas Labor Code, if:o de5ne8. ( 1) CerniiC2~e of cove:-z.ge (ce~c.:l;:e )--:.... C(;py of a ceriiicare cf ~ur.mce, ~ certificate or aumoriry to sell-insure :ssueri by the ccr:unlssicG, era workers: ccmpe:lSauon coverage agreement (TWCC-81, rwCC-32. TIVCC-S3, or f\VCC-S4), showing srzrutory workers' compensation insurance coverage for the person's or entity's e:nployees (inducing those subject to 2. coverage 2greemenr) providing services on a project. :or me duration of the project. (2) Building or COIlSL'1JC"'.lCn-nas tj~e me~i.'1g defined in the Texzs Labor Code, S 406.096(e)(1). (3) Comf2.c~or--A person bIdding ior or awarded a building or cO;JSUUction project by a governmental enaty ( 4) Coverage- \V orker-s' compe:lSation ms...lICJlce meeting the statutory requirements of the Texas Labor Code, S 401.011(44 (5) CoveraQe ~2reeme:lt-A wrine~ ~cree~e:1t on form TIVCC-S L form 1WCC-82, form TIVCC-S3, or form rWCC~S4 filed with the Te~ \Vorkers' Comoe:ISation Commission which establishes a ' . reIalionship between the panies 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 estaWishes who will be responsible for providing workers' compensation coverage for persons providing services on the project (6) DuraBoD ofrhe project- Includes the !~'TIe from the beginning of work on the project until tl:e work on the ;JfCJect bcs bee:: compie~e~ 2::8 accepted by the gover~l..'I1ental entity. i 7) Persons cfc\.lciing se:vjc~s on L1.e proJe~ ("subccnIrcctor" i...-: 9 ~06_096 of the Acr)-\Vith the exception or persons ex:::uded under suosections (h) and (i) of this section, includes ail persons o~ entities performing all or p2..l1 of the services the contractor has uncienaken [Q perform on the proJe0." regardless oi..vhether thzt p'~:-son conuaced directly with the Contractor and regardless of whether rhat person hzs empioyees. n-is inciudes bt~t is not limited to incie;;e:1dent contractors, subcontractors. leASing com~anies. motor c2.'ners, ownerooeralOrs, employees of my such entity, or employees of ::.nv entIty h.:;rjshing persons to perform sc:-vices on the proje::t. "~ervicesn includes but is not limited hTtO/f~'WW \C '; St2[C t': ~:sJtac23III/I ] O/B1l ] 0 110 hrmi 'IOTrcr TO CONTRACTORS - _ Revi:sed 1/13/981 Paqe 1. of 7 817/98 ...........-..,,- .0 ~: ~ ..:wg, ~:.: '.:~: Im~ e::UlOG,e::~ C ....::::;:~S. cr :::;- ,::viCiing 12.Dor, :'~~~C;:2::CQ or oth~; :0 2. prole~ :; ~.'YIces' Lioes not t.-:.:;:.:::e actl'.-i~:e~ ~~.:eiated to the proje~:. -,:.:cn ~ ::-: ':enaors. c ~~C:" sUDPiy rieLivenes, 2..; c~livef\'! of :or.zole toilets. 5e:-\'::: :: roo('~ 2'~ (8) Plcie:::-.c.:,.:!udcs lte rr::',ISlon or aU sefYlces ;::-::::.:ec !O a ct::':':~'1g or constru~.ion C;::~:;-2cr for a sove~~::e:::~ :'::U1:\ (b) Pre" ~o;r:~ cr causmg t( ce pro"'1ded .a certiiicz.:e of coverage ;ursuant to this rule is 2- repcese::2:;c;: DV the insUI~~ :J"lat all emoioyees cf:he insured wno are pro'\;ding servIces en the projec::!.:-e c:::';ered by WOl Kers' compensation cove:-z.ge, that the coverage is based on proper reponin, c;assrncation coces and payroll amour.:s. md that all coverage agreements r:.ave been filed with the 2.s:rcpriate lIlSur211ce c..UTicr or, ill the CiSe of a seif-ins.rred, with the cOmrrUssio.c.:s Division of Se!f-Iusur2:.ce Reguiatic!'~ ProYlciing false or misie.1ding ce:-CEcates of coverage, or :ailing to provide ur l:-:zimam required CDverage. or failing to re~ort any c~e that materially aife~..s the provision or' coverage may S'..!oject the contractor or other person providing services on the project to admif'.1sr;c::\e ~ena1tles, cnminal penalties, civil pe~zities, or othe:- ci,,'iJ actions. (c) A gcve::.,'::e:1taJ eatirv 1 .2~ enters into a buildi;:g or COn.st:nIc-...:ao contract on a projec:: si1ail: (I) inciuGe u: [be bid specm wLrons, all the provisions of paragJ:'2prr (7) of this subsection. ~sing the language re:-:uired by paragraph (7) of this subsec:iGL.L (2) as parr oi't.~e contra~ Lsing the language required by paragraph (7) of this subsecrion, require the c.-Ontracor to perform as recurred in subsection (d) of this sectio~ (3) obtain zc;n the contrac;.or a certificate of covef2ge for each person providing services on the project, ;:nor ro that pe:-son beginning work: on the project; (4) obtain ITem the cont."C.wor a new certificate of coverage showing extension of coverage: (A) befor~: !r:~ end of the c..:r ;-ent coverage period, Lf Lle contrac:ors current certificate of coverage shows 1hZ! ul.;e coverage pe~'Jd ends during the dmation of the project; and (B) no iarer ~!-2.Il seven days ,~iier the expiration oftbe coverage for each other person providing services on the project wbose current certificate shows that the coverage period ends during the duration of ne project; (5) retain c~:;:ilicates of coverage on file for the duration of the project and for three years L~ereafter; (6) proviae <: copy of the cc'.::ncates of coverage 10 the commission upon request and to any person enmle::i :'2 hen Oy law and 7) use I~e Je.;:;-uage C ontame; in the !oHowing Figure i for bid specilications and contr2G:S. '...itbour any adrlirion2..' words or cnan?es, except those required to accorr.1IloGate the specific doCtlr.lent in which they ?.I'? contained or ,e impose stricter stanocrds of dOCtl;:1e.'1tation: r28S J 10 1 ! O{ c)(T) Ibl hrrpl/v.r.\f\.\.' S;'S s,zte tx us/tact:, VIVll omit 10 1 IOhtrrJ NOTICE TO CONTRACTCRS - 3 Rev~.:5ed 1/13/981 Page 3 ot 1 8/7/98 ......',..""-- :) A comracror snail i) provide coverage for Its empic;-ees ~rovid.ing services on a project, fc;: ti:e duration of the projec~ ::asea on proper re?Onm\c! of dass;2;:~::on codes and pa:>Tou amountS a;-:c E.:::g or- any coverage ::..greemems; 2) provide a cerrifiC2te of coverag~ s:1Owing workersl c()mpensation cove~ge to the governmemal ~:lciry prior to beg:i.nni:lg work on :.~e ::-roject; .3) provide the governmental emir:'-, ;:ior to the end of the coverage pe..icd~ 2. new certificate of c::>verage showing extension of ccverz.ge, if the coverage period shown on ti:e contractor's current :en:ificate of coverage ends during I!:e duration afme project; (4) obtain from each person providing services on a project, and provide to tbe governmental entity: (A) a certificate of coverage, prior to that person beginning work: on the project, so the governmental ~:1tity will have on file ceruficares or- coverage showing coverage for all pe:-sons providing services on ~e project~ ana IE} no later than seven days afte..- receIpt by the contractor, a new certiiiaue of coverage showing extension of coverage, if the coverage period shown on the current certi:iicate of coverage endS during tbe duration of the project; (5) retain all required certificates of coverage on file for the duration oftlle project and for one year th~er; (6) ootifY the governmental entity in writing by certified mail or personal delivery, within ten days after the COntractor knew or should have Y-Down, of any change that materially affects the provisionef coverage of any person providing se.~~ on the project; (7) post a notice on ezch project si~e informing all persons providing services on the project that. they c.re rcquU-ed to be covered, and staring how a person may verify current cove.--age andr~nfail~eto provide coverage. This notice does not satisfy other posting requirements imposedbythe,~ct()t'~~~r colIlllJission rules. This notice must be printed with a title in at least 30 point boIdtype~rtdtettiP.at least 19 point normal type, and shall be in both EngJic::h and Spanish and any other 1~~gjrtJn,on to the worker population. The text for the notices shall be the fonowing text providedbytlie commission on the sample notice, without any additional words or changes: REQUIRED WORKERs' COMPENSATION COVERAGE ~The law requires that each penon working on this site or providing services re!ated to this consuucrion project must be covered by workers' compe:Isanon insurance. T:-:is includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or S"tZtus as an employee." ~caU the Texas Workers' Comper.s2.uon Commission at 512-440-3789 to rece:ve information on the legal requirement for coverage, to verify whether your employer has provided the required coverage. or to repan an employeT~s failure to provide coverage" ~Upj/WWwsosstate.t:x usltad281I1Jl IOIBIlIO I IO.html HOTZcr 70 CONTRACTORS - B Revised 1/13/98) ?ClCle 4 of 7 8n/98 """"""'",........ 1 r.\, (8) cc::~ 2.c:1..::1iiv re~:::~~ ~: -::: ::;e:-SCl \\.lrn Wi.cr:: . , camrzc::; :::; :: :-O\-lce se~'lces c:: 2. ::~oJect to: (A) prov'lcie CDverzge 82.Se Ion Drc:aer re::'oni~g ur' dassiiiC2.uon c~ces 2...'1cl payrcii c.r::ounts and filing of anv CJVerZ2e acre~:;:.e:: c, for::: Df J:: e:n~icve~s provicii.r.; se'.-ices cn. the projec:. :"jr the duratio; of the ?; o,lee, (8) pr0\lde z cenifi~le 0: ::overzge to rhe can~-::ctor prior to thc.r person beginni..--:g ',;"ork on the proJec:: (C) induce in 2ll comrzc:s ,a prO\lCe ';e:vices c;: the projec:: ~~e ic.nguage in subse:7..icn (e)(3) of tIlls sectior"t (D) proVlae the contrac:.c;- priar ~c dIe end of :"~e coverage pe:ioa., a new certiii~:e or- coverage shotving extension of roverage, !f the coverage period shown on rhe current certiii~:e of coverage ends dur:ng the duratIon or the project; (E) obtam from each athe:- ~erson v.rith whom :: camrac:s, 2nd p;:ovide to the con:rac:or: (i) a cerrillcate of coverzge poor lD the other ~e:-son beginning work on the proje~~ ::"'1d (11) prior to the end of the caverzge period, a new certificate of coverage showing e:ae::sion of the covcage period. if the coverage period shown OLl the curre::!: ce.rymcate of coverage e:1ds during the duration of the project; (F) retain all required ce:-..ificates of caverage en rile for the duration of me projecr 2....'10 for one year there:m:e: (G)norify the government2l entity in writing by certified mail or personal delivery, v.'ithin ten days after the person knew or should have known., or any change that materially affects the provisIon of coverage of any person providing se~,rices on the project; and (H) conrracmally require e2ch other person with whom it C0ntr2.c..s, to perform as required by subparagraphs.(A)-{H) of this paragraph. with the certificate of coverage to be provided to the person for whom they are providing semces. (e) A person providing sefY1ces on a project, other than a contractor, shall: ( I) provide coverage for its employees providing services on a project, for the durcuon of the project based on proper reporting or d2.Ssiiicatlon codes and payroil amounts and filing or any coverage agree::lems; (2) provicie a cerrifiCG.te of coverage 2..5 require~ by its comraCL to provide services en the project, prior to begmning work: on [he project: (3) have the foUowing l2l1guage in its contract to provide services on the project: "Sy signing this cont12cr ?r providing or causing to be provided a certificate of coverag~ the person si~ing tins conU'llC: IS representing to the governmental entity that all employees of the person signing this cornnc: who will provicie services on the project will be covered by workers' compensation coverage http://~--.v'\N 50S state D: usJtaci2SIII/l i om/] 10 110 hunl NOTICE; TO CONTRAC70RS - B Revised 1/!3/98} Page 5 ct 7 817198 .....,....~~ !or ti.~ c:...::-atlon oI':..:e orojecc ~hat the c(;'.erage will be 82.Sed on proper reponing ofciasswcation cOGes 2.r.G oavroil c.::::Ol~.ms, and that ail cove~e agree~e~:s '.viii be filed with the appropriate ll1sur::.::c: ~er or, ~: the case of a self-w.scred, with tl:e commission's Division or Self-Insurance Re2C!2uon. Proviriinl! false or misleading i..-::offilation may subject the contractor to administrative pe~ties c.-imina! I=~;alties civil penalties, or other civil ac..:oos. If (4) proviae the person for whom it is providing services on the project, prior to the end of the coverage period shown on Its current cenificate of coverage, a new certificate showing extension or coverage. if the cove~ge period shown on :he cenmcate or coverage ends during the duration of the proJec:; (5) obtain from eac~ person providing semces on a proje~ under contract to i~ and provide as required by its contr2ct: (A) a. cerrificate of coverage. prior to the other person beginning work on the projecr, and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the currem certificate of coverage ends during the duration of the proj~--: (6) retain all required certificates of coverage on file for the duration of the project and for one year there2iier: (7) nerify the governmental entity in writing by cenified mail or personal delivery, of any change that matczWly affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~"llen!S for all of its e.~?loyees providing services on the project. for the duration of the proj~ (B) provide a certificate of coverage to it prior to that other person beginning worle on the project; (C) iDdude in all contracts to provide services on the project the language in paragraph (3) of this subsectio~ (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the COverage period., if the coverage pe:iod shown on the current ceni:ficate of coverage ends during me duration cr the proiect; (E) oOtain from eacn Other person under contract: to it to provide services on the project, and provide as required by its contract: (i) a c~cate of coverage, prior to the mhe: person begiruring work on the project; 2nd (ii) pri~r to ~e ~ of the coverage period, a new certificate of coverage showing extension of the coverate penod, If the coverage period shown on the current cenificate of coverage ends during the hnp:l/www.sos.state txusltad28/IIJI i 0/81110 1 IO.htmJ NOTICE TO CONTRACTORS - B Revised 1/13/98) Paqe 6 ot 7 &17/98 ........'.--- i ....... duraaoI1 cr' je comrae-::. CF) retalll .3.11 re'~Ulreo c~:-...:: =~:~S o( coverage en rue for the duranon c:- ~h.e project and for one year theceanc; (G) nourv the governme~~..u e::~ry m wnting DY certified mail or per-soruti delivery. within ten days after the pe=-son knew or SI10uiri have known, of any change that lTI2.te:ic..liy affects the provision of coverage of 2.DV person proviciing services on the project: and (H) comrac:ually require e.~ch pe.:-son Wlth whom It contracts. to perrcrm as required by this 5ubparagrapn and subparagraphs (A)-{G) of this paragrap~ with the cemncate of coverage to be provided to the person for ~-hom they are providing services. (f) If any provision of this ruie or its application to any person or crrCl..-nstance is held invalid. the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid proVIsion or application, and to this end the provisions of this rule are declared to be severable (g) This rUle is applicable hr building or construction contracts adve.r-tised for bid by a governmental entity on or after September 1. 1994 This rule is also applicable for those building or construction conlractS entered into on or after September I, 1994, which are not required by law to be advertised for bid (h) The coverage require:ne:u in this rule does not apply to motor carrie~ who are required pursuant to Texas Civil Stattltes, Article 6675c. to register ....-vitb the Texas Depamnent of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, 94(j). (1) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act., 9 406.097(c). and who are explicitly excluded fu>m coverage in accordance with the Act, 9 406.097(a) (as added by House Bill 1089. 74th Leg;~l:ttt1re, 1995, 9 I .20). This subsecnon applies only to sole proprietors. panners, and corporate exectttive officers who are excluded fr-om coverage in an insurance policy or certificate of authority to. self-insure that is deuve:-ed, issued for delivey, or renewed on or after January 1, 1996. Source: The provisions of this 9 110.110 adopted to be effective September I, 1994. 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Inde.x http://www SOsSlate. rx usitac 28/ll11 101E1l J 0 110 htmi NOTICE ~o CONTRACTORS - B Revi:Sed 1/13/981 Paqe 7 o~ 7 8n/98 ~.,..".".,- PART A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting ;ealed ruposalSAi 11 'e :eCt') vuJ in conform1ty with the official advertisement nvitinc bIds fOI the p o]ect. Proposals will be received in the office of the City ;H:retaJ I, Lo(:at'''<1 on t ,e firs! f L'OI of CIty Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, August 9, 2006 Proposals mailed should be addressed in the followinq manner: C . 'r )f Cunlls Ch 1St C Y :3ecretl t'y' s )f f 'e 1 U} Leopard StrE"t Crrpus Chrlstl, Texas 7840 AT'T'N: BT D PHOPOSA NORTH BEACH AREA IMPROVEMENTS BOND 2004 i:.. pre-bl'.) meetIng will }e ht~ld on Wednesday, August 1,2006, beginning at 10:00 a.m. The pre- bid meetLng wil convene at the Enqineering Services Main Conference Room, 3rd f1oor, City Hall, 1201 Leopard Street, Corpus Christi, TX. The meeting will be conductecJ by thp ( ty a ,d includE' cLiscussJon of the project elements. Ng_ additl.ona1.9! .~;E~.E9.!:.a e vlsit~tjS)~I_S wiD be conducted by the City. A-2 Definitions and Abbreviations Section 8-} of thl Geneal Provis1ons will govern. A-3 Descr~ption of Projec~ NORTH Bt:ACH AREA : MPRO\1EMENTS BOND 2004 project is a tourist area improvements project whIch consists 0f construction of approximately 11,280 SF of new 8' wide concrete sidewalk, apprcximately 26,470 SF of 10' wide concrete sidewalk / promenade, pavement and curb t, gut er repairs, minor area drainage improvements, new entrance signs, shade structures benches, nistorieal plaques and landscaping and irrigation which in,ludes planting palm trees and scrubs of various species in accordance with ! he plan~;, specifjcatiops and~ontract documents. A-4 Method of Award The bids w1l1 be e'J"nluati"d based on the following order, subject to the availability of funds. Total Base Bid A and Total Base Bid Part B or Total Base Bid A i Additive Alternatives AI + Additive Alternate A2. and Total Base Bid B .. Additive Alternate B1 The City intends t award the lowest combination of Total Base Bid A and/or Alternates and Tot~l Ba~e Bid A and/or Alternates to one or two contractors. l'he City reserves ,he ri qht to reject any:n all bids, to waive irregularities and accept the t,jd v.hieh, in the Cj t y' S opin Lon, j s most advantageous to the City and n the best intere';t of ':he Duh i Explenat~on of Proposal Base Bid A provides corLstruction of approximately 26,529 SF of 10' wide concrete sidewalk/promenade with Additive iHternates for landscaping and irrigation, new entrance signs, shade structures, benches, picnic tables, and historical plaques. Base Bid B provides cons: ruction for approximately 11,527 SF of new 8' wide concrete sidewalk, ADA impr (<verne, ,ts, irtersE'ct ion "bulb-outs", pavement and curb & gutter Section A - SP (Revised DEe 2004) Page 1 of 21 - '"~ ~epairs 19ndge, andscar u,q and L :lnd JlinO! rigation, d'~a drainage Jmprovements, with Additive Alternate for A-5 Items to be Subm1tted w~th Proposal "he fol ,wLng Usn" ':i~E-~~ql1jJ~~~ tn be submItted with the proposal: 5% Bid Bone identified (M'Jst, reference n +, hE Propo:o:.al ) NORTH BEACH AREA IMPROVEMENTS BOND 2004 as (1\ Cashi.er' OJ N-l iena Chec <;., Cf'rt i f ierj check, money order or bank draft from any State Han k "'i 1J OJ J ,.C: c.'(- lccep' at>1,,' DJ. sc losure (1 1 nt ]rest s ::3ta t ",ment A-6 Time of Completion/Liquidated Damages The working time for complet ion of the Project wi 11 be: 1. Ba.3e Bid A 2. Additive Alternat,~ Al 3. Additive Alternat, A2 4. Tot a Base Bid A ,lith Do'h A.ddi tive Alternatives Al & A2 From Day one* 120 calendar days 15 calendar days 15 calendar days 150 calendar days ':l. Base Bia B - 6. Addu i ve Al L~ [nat ( 81 '. Ba:,,~ Bid B w th A('di t ! 'Ie i\l t e ~nate El From Day one* 45 calendar days 30 calendar days 75 calendar days * From date as authorized in the written Notice to Proceed. The Contractor sha U conunence work \'.;i thin ten (10) calendar days after receipt of written notice to proceed from the Director of Engineering Services or designee "City Enqineer" F'or each calendar day that any 1-1Ock remainc! ~ncomplete after the time specified in the Contract for 'ompletion 0 t he work or a fter such time period as extended pursuant other provi ion:::: of 'hJ s Cant tact, $500.00 per calendar day will be 'lssessed agal.nst the Con ractor as !quidatcd damages. Said liquidated damages are "ot imposee as a f>enalty but as an estimate of the damages that the City will :3ustain from delay in complet ion of the WaLk, which damages by their nature are not apable of precise proof The Director of i~ngineering Services (City Engineer) may ",j thhold dnd dedu,>t fL)m man Les itherwi3e due the Contractor the amount of i quidate,jiamage.c;:iUf< t Ie (; t Y A-7 Workers Compensation Insurance Coverage it the Cont ractor I worceers' compensation insurance coverage for its employees working on the Project is termInated or canceled for any reason, and replacement '-,'orkers' compensation in:;urance::overage meeting the requirements of this Contract s not in effect: on the effective dale of cancellation of the workers' compensation nsurance .:coverage to be repl aced, t hen any Cant ractor employee not covered by the c equired workers' (:<)mpen.' at jCll ,nSt; ranee coverage must not perform any work on the F' )") j ect f ucthermOl e, fer e;lch c denciar da Lncluciing and aftec the effective date of t termination or cancellat ion u1 the Contract or's workers' compensation insurance coverage tOL its employ>~es working on the Project until the date replacement workers' compensation jns'lrance ::overage, meeting the requirements of this Contract, j s in effect for those C:mtractcr employee:" 1 iquidated damages will be assessed aqains,t and paid by the Cmtract::>r at the hiqhest daily rate elsewhere specified in this Contract Sud liqu dated damaq(?s will accumulate without notice from the City Section A - SP (Revised DEe 2004) Page 2 of 21 r~nginee! tile \'::)ntracLor .md WJ L I De as~essed dnd paid even if the permitted time comp~ete the P".)jecl has nc't .;xpired. acco' jance Wl t 1'1 oth(~r requirements of this Contract, the Contractor shall not dbcontcdC"ors (r others ':c' work 00 the Project unless all such individuals ,n ( he Pn ecl ,re ,'ovi-:red by work."rs' compensat ion insurance and unless the (jocumen' ,,!ion fcuch rage has been providpd to the Contractor and the r pe rmi t ,vorking equire" t yEn, A-a Faxed Proposals r oposai c3xed d,l reetl i to the ('1 t Y wi 1l be considered non-responsive. Proposals must con ain nriql,lal ignaturE':S and guarlnty ,md be submitted in accordance with ;eetion H- of t hi Gene. a 1 Frc vi, i ('IlS. A-9 Acknowledgment of Addenda fhe ContractOL shall acknowledge receipt of all addenda received in the appropriate space provided in the proposa 1. E'ailuH' to do so wi 11 be interpreted as non- t eceipt Since addend" can have s ignif i.rant impact on the proposal, failure to icknowledge receir>t, and a subsequent interpretation of non-receipt, could have an adverse (:ffect when det,?rmininq t he lowes! responsible bidder. A-10 Wage Rates (Revis.?d 7 / 5/JO) Labor preference and waqe Lates for Construction Type(s): Heavy Highway and Heavy. n casefronfllc t, CO'ltractor ~haJ] use higher wage rate. M~imum F.I~:e_"ai~i!,J9 ~age Scal.es The Corpus Christl. ,::ity '~ouncil has determi fled the general prevailing minimum hourly wage rates for Nueces County, fexas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contract,)r or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, portiun thereof, for each laborer, workman, or mechanic employed, if such person spaid ess than the specified rates for the classification of work performed. The :'ontractor and each subc::mtractor must keep an accurate record showing the names and lassifi'dt ions 0 all laborers. workmen, dnd mechanics employed by them in onnecti 'n v,Jith th Pt-O eet inds!!()wing th'.' dctual wage." paid to each worker. The Cont r actol wl1l md ke bi -week} y cert i fied payroll submittals to the City Engineer The Contractc r will alsc obtain copies of such certified payrolls from 111 subcontractors dnd ethers working on the Project. These documents will also be submitted to the :i t y F:ngineE'I b i -weekly (See sect ion for Minority/Minority Business "=r; terpris. Part. cipati on Pel icy to t addi t ional requirements concerning the proper fnun and ~o'\tent )t the pallol1 submittals.) :~iI1e and one-haJ f ( ,-Jorked in excess 0 t holidays 'See Se flours. -1/2) times thE: specified hourly wage must be paid for all hours 40 h,)urs In anyone week and for all hours worked on Sundays or icm B-1 1, Df'f nition of Terms, and Section B-7-6, Working A-ll CooperatJ.on with Public Agencies (Re'Jised 7/5/00) The Contrdct.or shaj cooperate...ith all public and private agencies with facilities nperatinq with i n the iimi ts (If the Proj ect The Contractor shall provide a forty- eight (48 hour notJ,ce t) any appl icable agency when work is anticipated to proceed Lfl the vlcinity of any jacility by Jsing tote Tcmo.o Onc Call EYGtcm 1 800 2Hi 4545 Dig Tess at 1-800-144-8:'47, thE' Lone Star Noti fication Company at 1-800-669-8344, dnd the :;outhwestern Be 1 Locate Group at 1-800-828-5127. For the Contractor's '~(mveniencef the to] lowir1g teleph(ine nurnbels are listed: Section A - SP (Revised DEe 2004) Page 3 of 21 ...... City Eng1.nee CCIA Engineer cCrA Operations M6nager Project Engineer AlE P~oject Architect, John John Wright Ar(hitect Trel ffic Engineer Pollee Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recr:eation Department Strf'ets 6 So Ld Waste Servi':e~: A F: r S B C Cit.y Street DJV for Traf fie Signal/Fiber Opti Locate Cablevision ACSI (Fiber Optic) KMC (Fiher Optic) ChoiceCom (Fiber Optic) CAPROCK (E'iber Optl.c) Brooks Fiber Optic (MAN) 826-3500 361/289-0171 361/289-0171 826 3500 W n gh t 882 826 882 826 ext 1223 ext 1229 1678 3540 1911 1880 fax: 883-3786 885 826 826 826 299 881 ( 880-3140 1880-3140 after ( 885-6900 (880-3140 after hours) hours) after hours) after hours) f, 2. 6. B 1 8 6900 1881 3461 1970 4833 2511 (693-9444 after hours) (1-800-824-4424 after hours) 826- 1946 826..5000 887.9200 813 1124 881- 5767 512/935-0958 972/753-4355 857-1960 (857-5060 after hours) (Pager 800-124-3624) (Pager 888-204-1619) (Pager 850-2981) (Mobile) A-12 Ml.int:enance of Servi.ces The COntractor shall take all precautions in protecting existing utilities,. both dbove and below ground. The Drawings show as much infonnation as can be reasonably obtai:eed from existing: as-built drawings, base maps, utility records, etc_ al,ld from as muah field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, t:tae ~acy and.~~ss of suc.b j,nf~~tion i$ ~~tt:jt~. It is t:he Clmtractor.s sole and complete responsibility to locate such underground featu~s sufficiently in advance of his operations to preclude damaging the ex:i.sting facilities. If the Contractor encounters utility services along the line of this work, it .IS his responsibility t:o maintain the services jn continuous operation at hi s OWl expense. In th~ event of damage tc underground utilities, whether shown or not shown in the drawings, 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 Contract. price. All such repairs must conform to the requirements of the company Or agency that awns the utilities. Where existing sewers are encountered and are, interfered with (i.e. broken, cut,. et.c. }, fIow must be maintained. Sewage or other liquid must be bandled by tlle Contractor either by connection into other sewers or by temporary p~ing to a sat.isfactory outlet, all with the approval of the city Engineer. sewage or other liquid must not be pumped, bailed or flwned over the streets or ground surface~ and Contractor must pay for aU flnes and remediation that may result if sewage or other liquid contacts the streets 01 ground surface. It is also the Contractor&s respolUllibility to make aJ 1 necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials fOl repairs, adjustments :>r relocations of sewer service lines must be prWidedby the Contract_or_ '&-13 .-.-. Acx:les$ anc1 ~~fi.c COntrol Sufficient traffic control measures must be used to assure a safe oonditi~n and to provide. a minimum of inconvenience to motorists. All--weather access must be provided to all residents and businesses at all tiJnes during construction,": 'tbe Contractor must provide ten-porary driveways and/or roads of approved ma.terial dU:.r::inq Section A - SP (Il:evised DEe 20041 Page 4 of 21 wet weatller The ,:ontr ,ictal must llidJntau d stockpile on the Project site to meet lhe demands 01 In, lemen' weather The Cant ractoI WI. I L be requJ.red to schedu I e hlS operations so as to cause minimum J.dverse impact on t:he a:cessibility of adJoining properties. This may include, but s not imJt.ed t workinq driveways in half widths, construction of temporary amps, .--l c The Cont [act.or Shd Ll ccmply WI Lh the Ci ty of Corpus Christi 1 s Uniform Barricading standards and Prdctlce'o as adopted by the City. Copies of this document are available Lhrough l,he CLty'S Traffi.c Englneerlng Department. The Contractor shall secure the necessary permit from thE-' City's Traffjc Englneering Department. .'\11 E!OstS--Ee-f:--t-f-a-H4€--een~cl~-dre 'eefiS4Eief€'4-~;:lrY, thereferc, no direct payttlieRt 'm-Il bc-mttE!e----tre~tlet{)_f. A-I. Construction Equi~t Spillage and Tracking The Cant r.acto.t shall keep the adjoining streets free of tracked and/or spilled materials going to or from the constructJ.on area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb lines must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into t;he storm sewers is allowed to remai n on the Project. si te or adjoining streets. A-15 BxcavatioD and Remclv"a1s The excavated areas behind curbs and adjacent to sidewalks and driveways must be fille:d with "clean" dirL "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from. :iJ::~ appearance 0 r hampers the growth of grass. All exist.ing concrete and asphalt wit.hin the limits of t.he Project must be removed unless otherwise noted. All necessary removals includJ.ng but not limited to p1pe, driveways, sidewalks, etc., are to be considered subsl.diary to the bid i tern for "street Excavation": therefore, no direct payment Will be made to t.he Contractor. A-16 1).i~~/Sa.l.V4lqle of MilteriaJ.s ExceSs excavated material, broken asphalt, concrete, broken culverts and other unwaated material becomes the property of the Contractor and must be removed from the .ite by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to the Contractor. A-17 Field Office (ltKn' USED) Thc 8eRtracteT lftl:Wt 1:urninh the City ER~.incer or hio reprcscntati-.e \lith a fialU atfiee at the ceBGtn.1ctieB aite. The field office lmist centain at least 129 sqHare feet: .af- useab.le 5~aee. 'Phe field effice muGt be air eeftditienea ana heat.ed aR-aftltiSt be {_niabed with an inclined ~,. that lfteaourcs at least 3~" U', 69" ana', t\1EI (2) chai__ The Celltracter.n.B;lll movc the field otfice $ti t.he sit.c.as rcquir~d by the Ci~y'~agiReer or hiD reprcsentati7e. Thc field office must be furBisbed \;ith a te.l.eBe (with 21. lieu:!" per day ano'.lCrin~ 3cniec) and PM Dlaehine paid fer by the COlTt.lecter.. "There-ffi ne sqmrat--e- pay i tcm for thc field offiec. Section A - SP {Revised DEe 2004} Page 5 or 21 - A-l8 Schedule and Sequence of Construction The Cant! a,:tol she 11 suumi t days. Th i pl an m:Jst dftal F;ngineeJ at Least rhree (3) to the !:i. ty Enq.1neer d work plan based only on calendar the schedule uf work and must be submitted to the City working days rriOI to the pre-construction meeting. !'he worr. 'liE :01 'pI pt 1 T the Pu eet ..Ill] be: 1. Bo;cie Bid A 2. Additive Alternat. Al 3. Additlve A}t",rnat:> A2 4. Tc' ~ Base F'id .f\. .,i.th t>o'. l\.jjitivp lUter-natives Al & A2 From Day one* 120 calendar days 15 calendar days 15 calendar days 150 calendar days '). Ba.e tho B 6. Addi IV€' AJtcrnat, IL 7 Base Bld B w th Ac:di t ve I\lt,..;> t nate B i From Day one* 45 calendar days 30 calendar days 75 calendar days * From date as authorized in the written Notice to Proceed. {'he plan must lndi :ate he sch(~dul" f the following work items: In~ 1::._.1al _~<::;b~~~~~: Submi t t -= ; he Ci y Engineer three (3) days prior to the Pre-Constructi.on Moeting an initial Construction Progress Schedule for review. Items to Include Show ,:omplete sequence of 80nstruction by activity, idenfifyi-ng-Work f separate stages and other logically grouped activities. rdenl ify tho first workday each week SubmJ t ta, Da :.85 . ndl':ate ubmittal :Jates required for all submittals. Re 3ubmi~s.io' R( vise and [eCillbmi t IS required by the City Engineer. Perlodic_Update: oubml t 'Jpdatcd Cons Lruction Progress Schedule to show actual progress of each Etage by perl:entage against initial Schedule. A-19 Construction Project Layout and Control '!'he draw j ngs depl ( t baselineE etc, th2t linf.'s, .slopes, grades, secti.ons, measurements, bench marks, arE normally required to construct a project of this nature. fhe major control~: "md bf'nchmarks required tor setting up a project, if not shown on trle drawlngs. wi II be pr >vided hy the AlE ,'onsultant. l'he Contractor will fern sh in,""" )f the wor k : .)pes and measurements on the ground for control T f f durinq con~;t. rUt 'J.ion, bench mark, the Contract a 1 ternatl' cont r 0 1 poi nt necessary dt no c( 'st: to result of the Contractor expense of the ConJJacto it 1.5 necessary t~) disturb or destroy a control point or Ir shall provide the AlE Consultant 48 hours notice so that can r)e 8stablished by the AlE Consultant as he deems the Cant-radar. CJntrol points or benchmarks damaged as a s negl Lqen(>~ wi llJe restored by the AlE Consultant at the t f for whatever H,.ason, it is necessary to dev iat e from proposed line and grade to properly execute the war} the Contractor shall obtain approval of the City Engineer prior to devi.ation. If, in the opinjon of the City Engineer, the required deviation would necessitate a revision tc the drawings, the Contractor shall provide supportinQ measurement s s regu i rE'd for thf Ci t Y Engineer to revise the drawings. The Contldctor shaJ I tie In proposed, for the purpos. of paVing PI; ce"s 1\J cO, t ~e C maximum ( two (;:) pf'rs 'nnE ,:cr 'ef<:'II'l1ce a1 va l ves and manholesf both existing and :;dj\JstJng valves and manholes at the completion of the t.y E:rqir:eer may requlre that the Contractor furnish a '(iI' puq (Sf? "assist ing the measuring of the Section A - SP {Revised DEe 2004} Page 6 of 21 .~ maximum 0 t t.wo completed work. per sonnel for the purpose of assisting the measuring of the The Contractor shall provide the following certification for documentati.on and verUication of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Thim Part~ independent Reqistered Professional Land Survey (R.P.L.S.) li.--n~ in the state of Tex&8 retained and paid by the Contractor. The Third Party R.P.L.S. shal.l be approved by the City prior to any work. Any discrepancies shall be noted by the Thi.J:d Party Surveyor and certify compliance to any regul.atory peJ:1ll:its. Foll....ing is the minimum schedule of documentation required: Streets: · Al1 curb returns at point of tangency /point of ci.rcumfe~; · Qlri) and gutter flow line hetal 51-deS ef 51;.rea1;. on a 2C)O' int:erval.; .- S4N!a61;. e:1!8WIlS Ofl a 200' iBtsaJ:!..u. Hut a1;. til iB\"1J~Se~ellS. w.etievaUU!t. -.--- ~ rUa/~t'. eleva.t:.iOftS at:. 1II;1-&'<orlES; .- ""1 i.B1;gr5aet>:i.~ liDes iD - 'lela5; · ~"i!f~ el.n-Aticms (t:ap ef pipe and flew liBEl) . _..ter: · All top of valve boxes; · V&1..". vau1 t rims. a"$~f~tle.J: : - AliI. ....,,--#i..;;..l-~1;. e1.eva~~-ftS a1;. manheles, - -. iftt;er$'.eU~ .. ''A?s. iD -&.01es. A-20 ~ti,aq . Qd Certi.fi.catton All tests required under this i tern must be done by a recognized testing l.aboratory sel~ed by the City Engineer. The cost of the laboratory tes,tinq will be be,me by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting wi1l be borne by the Contractor and deducted from the payment to the COntractor. The COntractor must provide all applicable certifications to the City Englneer. A-21...:-PJ:!'oject Signs The COntractor must furnish and install two (2) Project si911S as indicated in Atta. , t I. The sign must be installed before construction begins and wiTl be maint.jinect throughout the Project period by the Contractor. The .location of the sign will be determined In the field by the city Enqineer. A,-22 ~rity/lfinorit:.y Busi.ness Bnt:expri.se part1.cl~1;ion :Po1i.~ (Revised H}/98) Pol~9' It is the policy of the City of corpus Christi that max~ opportundty is af~orded minorities, women and Minority Business Enterprises to particiJ?at:e in the performance of contracts awarded by tile City of Corpus Christi :in suppox:t of Equal Employment Opportunity goals and objectives ~f the Af:Q.rmativeMtion Policy Statement at the City dated October 1989, and any amendMents tire'reto.. In accordance with such policy, the city has established goals,. as stated Section A ~ SP (ReVised I)ac 2004) P~ge 7 of" 21 .,.........,.- here-Ln, both for minorltY' and female partlcipation by trade and for Minority BusIness Enterpr]'e. DefinItions a. PrIme ContI actor: l\ny per son, fi rm, partnership., corporation, as"SOClation or joint vent ure as herein provided which has been awarded a City:.mtra< r. b - ~ubcon,t...ractc.t::: Any named person, fi rm, partnership, corporation, association, or ]oJnt venture as herein identified as providing work, iaboL serVIces, suppLJes, equipment, materlals or any combination of the [0 "~goinq under cant ract wi th a prime contractor on a City contract. c Mir~~BuSIness EnterprIse: A business enterprise that is owned and .:ontrol1ed by one or more minority person(s). Minority persons include Blacks, MexL:;an-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this secti on, women are also considered as minoritie.s. Minority pelSOn(s) must collectively own, operate and/or actively manage, and share Ln payments from such an enterprise in the manner hereinafter ;et forth. Owned \ '" )"or a SOlE proprietorship to be deemed a minority business "nterprisE, ] t must be owned by a minority person. Ie} ,e'or an enterprise doing business as a partnership, at least L 0% of the assets or interest in the partnership property rHust be owned by one or more minority person(s). for an enterprise doing business as a corporation, at least , i. 0% of Lhe assets or interest in the corporate shares must, be owned by one or more IIjinori ty person(s) . Controlled .-._-------- ._- The pI unary power, direct or indirect, to manage a business enterprise rests with a minority person(s}. 3. ~11~~e2 ~_a~!lt~ MLnority partners; proprietor or stockholders, ot the entexprise, as the c~se may be, must be entitled to receive 51.0% or more of the total profit-s, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurelnent, and subcQntract payments, and any other monetary distribution paid by the b~siness enterprise. d. ~o~t3 : See definitjon under Minority Business Enterprise. e. Female OWned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnershlp interests are owned by one or more women, or a corporation at least 51.0'1', of whose assets or interests in thecol:porate shares a re owned by <)fie 0 L mo re women. f. Joint Venture. A joint venture means ap association of two or ~re persons, partnerships, corpo~ations, or any combination thereof, founded to carryon a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed t:he proportionate interest of the MBE as a member section A - SP (Revi.sed DEe 2004) Faqe 8 of 21 i llt\~r'3t, ~na 1. bE deemed equi valent to having minority participation in 2'1.0% ot t:le work. Minority members of the joint venture must have eJther finrlncial, managerial, or technical skills in the work to be performed ty the oint venturp Goal a Thejoa.l s Enterprises work force fr 1 Li)''\i3: for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on ] 1 ( onsl ruct] on work for the Contract award are as M,'1orit l Partjcipat 10n Percent 45 % Minority Business Enterprise Participation (Percent) 15 % b These goals are appllcable to all the construction work (regardless of federal participation) performed in the Contract, including approved change order's. The hours of minority employment~ must be substantially uniform thlJUghout the Length of the Contract and in each trade. The trans Jer of minorJ. t y employees from Contractor to Contractor or from pI oJ ei't to proj ecl j 0 r the 3d e purpose 0 f meeting the Contractor's pc rcen' aqe s prOF' i b t c.d. ~ompllans::_e a Upon I.CJmple lon of ttw Pr oject f a final breakdown of MBE participation, substantlat .;d by .:opies of paid invoices, shall be submitted by the Cent r,wtor 0 the C i t Y Engineer. b The Crmtrac tor shall make bi -weekly payroll submittals to the City Engineer, The Contractor is to indicate the percent of minority and femalE part cipation, by trade. which has been utilized on the Project. A.lonq with he request tor findl payment on the Project, the Contractor wi l] indica Le, i.n WI It ing, the overall participation in these areas which have :~)een achieved. The Ci ty Engineer may withhold monthly or flnal payments tc the Contrdctor for failure to submit bi-weekly payrolls ~ c t]me~y fashien or to submit overall participation infermation as requirer]. A-23 Inspection Required (Revised 15/00) (NOT USED) Tho C6Rtr.:lctor oh.:l.U -a-5S\:l-F€-Ehe-:lppropriate buildir'l~ ino13ections by theBuildin~ InsF'ection !'.ctivit)~he '.::In.au;] lnton.':llo of .1Ork for \lhicA. il permit io rOEjUircd and to J::JOurc -a----f-i-fl-a-:l-inopection :lftor -'lohe buildiR~ io camFllcted aRe ready for cccl2paRcy. . Contr.:lctor Hn:tfrt;--~-a4ft. the Certificate of Occupancl, t.RCR applicable. [ection B 6 2 ,*-+.he-bf:Rera-:l:---fl-FB-yl.Jiano-i-s- hereby .:llflcnded in that the CORtracter mUGt Pi)} .:111 fce:] ,)nd ch.J.rgeo I:B-\'icd by the City' [; Buildin~ Inopecti(on Dopartment, .~md .:llle-t-fier---B-i-t:--y fee ~ ,---i-Re:l-udinq~/'..,:lOte..ater Hleter feoG and tap fcco 00 required .9-y.G-ij:~. A-24 Surety Bonds Paragraph ~wo (2) lows: f Se- tjor B 3-': ! the !;eneral Provisions is changed to read as "N" sure'~y wdl bE accepted by the CJty from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. A.ll bonds must be issued by an approved Surety Company authOIiZf~d t do tusines:; in the State of Texas. If performance and payment bond~' ar<' ir :in arrount ir exc,.o;s of j en percent (10%) of the Surety Company's Section A - SP (Revised DEe 2004) Page 9 of 21 ~----...* de taul t 81 tlel ingiJent on any bonds or who has an interest in any litigation against the I:lty_ All bonds must be issued by an approved surety Company durhuriLed t do husiness in the State of Texas. If performance and payment bond,_ dU' 1 r an dmount Ll excess of ten percent (10%) of the Surety Company's ca,- a i anu 5;urplus, the Surety Company sha Ll provide certification sa LlC' or y tc trie Cl ty A.t torney tbat the Surety Company has reinsured the po ')rl uf ne l).lnd 'imount ':hat e.>ceeds ten percent (10%) of the Surety Company f .:- ap i tal and surplus with re lnsurer (s) authorized to do business i.n the :;tat" of rexa,. The amount of the bond reinsured by any reinsurer may not ex,ec'd t'"n percent (10%) of the reinsurer's capital and surplus. For purposes of thIS 3ectlon, he amount of allowed capital and surplus will be verified thy ough th,,-, ;tat" Boa rd 0 r I nsurance as of the date of the last annual st." t ut ory t 1 nanei, 1 statement of t.he Surety Company or reinsurer authoriz.ed and admit. ted to de buslness in the State of Texas. The Surety shall designate a.n3(~ent wh, is resident f Nueces County, Texas. Each bond must be executed by the:ontractor dnd the Surety. For contracts in excess of $lUO,OOO the bond must be executed by a Surety company that is certified by thf. Uni ted St.ates Secretary of the Treasury or must obtain reinsurance for any liabIlity in excess of S100,000 from a reinsurer that is certified by the Un} Led Stat.es Se('retary of the Treasury and that meets all the above reqlllrements Th€ insurer Or reinsurer must be listed in the Federal Register as ho iding <:.' ct 1 fi ::ates of authori ty on the date t.he bond was issued. II A-25 .sa;Les T4X EXelIIption (NO LONGER APPLICABLE) (6/11/98) 8ccti.ea n Eo, 22, T.:m Bue~tion - Pro .i3ion, -+-S-..-aelcted. in its eatirety and the Fe-llawing~€€l---4filieu-thcrcof ,_ :::ont19,tet.ofor impro'.ClRenta to real pre~crt} il\tardcEl. 5} tac City of Ce.rpHs Christi do fiat quali fy far enemptieas of Bales, - EnciDe, and Use 'l'aJ[Cs Wlleso the Cent.ractor clect;e to operat=e-- under .1 scparated- coatract aD defined by Eectien 3.291 of Chapter 3, T-aw Mministration of 'Pitle 31, Pl:iblic Finance of the Tenao 1'lfl$inist~ati."e Cedc" 6f--::nH!!h other rule::;; or rCEJula tion3 --ilD may---ee--. promulEJated BY the Comptroller af Publie Account3 -e-f---'J!eHa-s [f the Centr.:lctor ~~4;e- operate unde!: a Deparated contract, he shall: +.,- 'OI3t.:lin -t=he-ncceoDary ouleD tm[ PCnait3 -fr-em the Bt.:lte Comptrellei!:'- -2-.,-- - 'Identify in tht apprepriate-space on the "statCl1lent ef uatcrials. a.na. other Char~csn in the prapesal ferm the cest of materials pB)sicallj inoor~eratcd ~~ Preject. 3-c- l'E"8.idc- rcsale--ee-f-tificatc3 to lSl:lpplicrs. 4-.--- Pre.iac tnC-Bity with copien of material ia.-eiccs to aubsta-atiate the prepesa.l .....al u C 0 f ma toefi.a..l..e If the Centractor docs not elect to operatel:iRaCr a oeparatea cORtract, be mHZt pay ~-al1 Sale::;, ElreiGe, .:md Use TancG al3plicablc to this Project. S1:1bC8l1EC-aC to cn cempl.i.eB uith ccrtiaeate to ccrtitteatcto --a-fe- cliEJib.lc ~... Dales taJr' OJrelHf3tiono if the :HHm8ntracter alGa thc---abeve- req-tiircmcnts .-..!J!fle.- Contractor Hl1:l.at iss1:I..c a resale the mwcoat;.racto r--attcl- the ooocentractor, in tura, iosucs a resal.e hiD Gupplief. A-26~l.eJbeI'l-tal. Ins~aIlQe ~~ts For eClCh 1nsurance cove.rage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurallc.e policy, signed by the insurer, stating: In t_he event of cancellation or materj a] change that reduces or restricts the Section A - SP (Revised DEe 2004) Page 10 of 21 1. rlsurance a f forded by thls coverage part, each insurer covenants to mail prior ~rItten notIce or (;~1!<::~1_~~}-_~!:! or I!late!:ial__<::hange to: Name City of Corpus Christl Engineerlnq Services Department Attn: Contracts l\dministrator 2 Address: P. 0 Box 9277 _.M_._~.. ~,_ Corpus Christi Texas 78469-9277 3 ~~eL:_.~_f daY~Cl.dyance__notice: 30 The Contractor shall prJvide to the City Engineer the signed endorsements, or copi.es ~hereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within Uurty (301 calendar days after the date the City Engineer requests that the Contract or sign the Contract documents, the Contractor shall pro-vide the City Enq..ineer with a certificate of insurance certifying that the Contractor provi.des. worker"s compensation insurance coverage for all employees of the Contractor l:'-IIlployed on the Project described in the Contract. For each Insurance cq.verage provided in accordance with Section .&-6-11 of. the General Provisions, the Contractor shall obtain an endorsement to the appLicabLe insurance policy, signed by the insurer, stating that the City is an additional insured under the insur.ance policy _ The City need not be named as a<;fditional insured cn Worker's Compensation coverage. ~or contractual liability lnsurance coverage obtained in accordance with Sectiqn ~ 6-11 (a) of the General Provisions, the Contractor shall obtain an endOrsement to this covet'age stating: "Contractor agrees to indenmify, save harmless and defend the City... its agents, servants, and employees, and each of them against and held it and them baEmless from any and all lawsuits, claims. demands, liabilities, losses and expenses, including court. costs and attorneys · fees, for or on account: O;f any injury to any person, or any death at any time resul.ting from such injury" 01: any damage to any property, which may arise or which may be al.legedt;o have arisen out of or In connection with the work covered by this Contract. 'the foregoing indemnity shall apply except if such injury, death or da,mage is caused directly by the negligence or other fault o:f the City, its aqents:, servants, or employees 01 any person indemnified hereunder." A-2,7 ~1bi..li.ty for .~ Cl.a.i.mS (H01' USED) r\a.fa~ (a) General Liaeility of ~e€:tioR B 6 11 af the G'eBEIfal. ~.;i5iea5"i,g <llftCn<dle:i to iBeladc: CeBt.!ae$ar llW$t pre':ide IB.stallation fleater in~aaeeee""efage :gart:he tefMatth€:, Ceataet. l:lp te and iRel.udiR~ the date tile City finally aee~Es tllePrajeet: Qf tl~rli.: ras~.l.atian fleater ee'~eralJe ~t be aR ,"1\ll ltisk" ~Satl:.. ce~~ra:=;:i.:;;;~" ::~==~~ .~ ~~are Sli€:ft 1BGtallat18R :fleater J:.8.cr~filB:. .. co.. .,. n \li]). , any .~. :tiel€:. The eit) I61wt be Rallied additieaal iB,5Ured'sa an] petioies p!je~rl~ GUeB iRSliraace e~.cralJc. A-28 ~..~~....~ fQr Contract Award and ~Uon To allow the City Enqineer to determine that the bidder is able to perfo.nn- its: obligat.ions under the p-roposed contract. then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any 1 i ens have been f i} ed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the Section A - sp. {Revised DEe 2004} Page 11 of 21 ...... --.- precedlng two (2) years. The bidder shall specify the name and address of the party holding the lien, Lhe amount of the lien, the basis for the lien claim, ano the datt: of 'he release of the lien. If any such lien has not been re t~dsed th" bl deer sha I :;t ate why the claim ha.:; not been paid; and Wh'-Uler heu. are dny outstanding unpaId claLInS against bidder for services or ma! {'cIal:; suppl ie,J which relate to any of lts projects begun within the pn<:edlnq two (2) fears. The bidder shall speci fy the name and address of the cL,truant. ttF' amount of the claim, the basi;c; for the claim, and an explanation wh;, the (La1m has :lot be(~n pa1d. A bidder may also be rEqulred to supply constructlon .references and a financial statement prepared no later than ninety (90) days prior to the city Engineer's cequest, slgned and dated by the bidder' s owner, pres.ldent or other authorized pdrty, specIfying aJl Current assets and Labilities. A-29 Co~tractor's Fie~d ~iRistration Staff The Contractor shall employ for this Project, as its field administration staf.f, superintendents and foremen who are careful and competent and acceptable to the City Enq inee r . rhe critena upon which ;'he City Engineer makes this determination may include the following 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 this Project. This experience must include, but is not l~t€d to, scheduling of manpower and materials, structural steel erection, masonry~ safety, coordination of subcont_ractors, and familiarity with the architectural submi t_tal process, federaJ and state wage rate requirements, and contract close out procedun-s.. "ft1e superintendent sha11 be present, on the job site, at a1.1 t:;..ime.s that vo,tk is being pQrfoJ:JDed ~oremen, Lf utilized, shall have at least five (5) years recent experience in simi lar work and ~ subordinat_e to the superintendent. Foremen cannot. act as superint~endent wi thout~ prior written approval from the Citv [}ocumentation concerning these matters will be reviewed by the City Engineer. Tbe Contractor f s field administration staff, and any subseq1.Jent substitutions or replacements thereto, must pe approved by the City Engineer in writing prior to such superintendent or foreman qssuming responsibilities on the Project. Such ..i.tten ilpprova,1 of field emn;n; stration staff' is a prerequisite tb ~ Ci.ty Eng;i.~_r~s ob1.Lgation tel ~te a cQntract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the tenn 'Of thi.s Contract. If the Contrac:tor fails t:o obtain prior written approval of the City Enginet!r concerning qny substitutions or replacements in its field adtttinistration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contra,"":t pursuant to Sect ion B-1-13 of the General Provisions. A-gO ~ded .COllSi.r~ti_ of Co~tr.~t.. IW:quirements Under -General Provisions and Requlrements for Municipal Construction ContractsUp Sectio. B~3-1 ~~1~.ti~ of Contract-, add the following t~t: "Wi thin five (5) worki ng days following the publ ic opening and reading of the Section A - SF (Re~ised DEe 2U04) Page 12 of 21 ........ proposals, th", three ( ) apparent lowest bidders (based on the Base Bid only or Base Bid plus dny comb] nab on of l\ddi t L ve Alternates, subject to the availability of funds) must submit to the elty Engineer the following information: A j 5t "f t:tt.~ ma or componenl s of tile work A 1 st ('f tile prcducts t bE incorporated lnto the Project. A schedule f va lues whJ cL :;peci fi.'s estimates of the cost for each major component ,);' the worl<:. <1 A ';chedu 1 e antlcipated monthly payments for the Project duration. Thp names and addresses of MBE firms that will participate in the Contract, along WJ th d description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies Ot signed affidavits from the MBE firms, that such MBE firms meet the gUJdelines contained herein. Similar substantiation will be required if the Contract.or 1S an MBE. I f the responses do not clearly show that MBE partlcipation wiJ l. meet the requirements above, the bidder must clearly demonstrate, to t he sat isfaction of the City Engineer, that a good faith effort has, in fac't, been made to meet said requirements but that meeting such r::equirements is not reasonably possible b. A list of subcontractors t.hai~ 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 compl eted his evaluation of which subcontractor will perform the work. The Cjty Engineer retains the right to approve all subcontractors that wi]'l perform work on the Project. The Contractor shall obtain written approval by the City Engineer ot all of lts subcontractors prior to beginning work on the Pro Ject. If the City Engineer does not approve all proposed sul?contrcktors, it may rescind thE Contract award. In the event that a subcontractor previously listed and approved is sought to he substituted for or replaced during the term of the Contract, then the city Engineer retains the right to approve any substitute or replacement supcontractor prior to its part.icipation in the Project. Such approvalwi,ll not be given if the replacement of the sUbcontractor will result in an ine rease in the Contract price. Failure of the Contractor to cOlli>ly wi.th. :tMs provision constitutes a basis upon which to annul the Contract pursuant to Sec'tion B-7. :-3 of 'he General Provisions. A preliminary prQgress schedule indicating relationships between the major components of the work. The final progress schedule must be sub~tted to the City Engineer at the pre-construction conference. 8 Documentation required pursuant to Special Provision A-28 concerning "Considerations for Contract Award and Executionff and Special Provision A-29 concenll.ng "Contractor's Field Administration Staffff. ~_. Dae:1:HIlCntatien ~-by. Cpccial Pro.iaisR A 35 K, if applicahle. 10. Within five (5) days following bid opening, submit in letter form, info.tmation identifying type of entity and state (Le., Texas or other state), Corporation or Partnership, and name (s) and Tit.le(s} of individual{s) authorized to execute contracts on behalf of said entity.a AT~l ""1. .~ "J?o.U.c;Y on _tra Work and Chang\e 0J:de~~" Under -General Provisions and Requirements for Municipal Construction Contractsd, Section a-e-S .Po1ic:y. on _tra. Work and Change On$arsn, the present text is de1eted Section A - SF (Revised DEe 200'4) Page 13 of 21 .... dnd replaced with the f(llowinq "Contractor acknowledges that the City has no obligation to pay for any extra wack for whIch a change Hder ha~ not been slgned by the Director of Encnneer Lng 3ervices or til S designee The Contractor also acknowledges that t:hc" Ctty EngLneer may authorize chanqe order-s which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $2 000.00 must also be appcoved by the City Council." A-3'2 Mended nE~cut.j.on of Contract" Requirements Under "General ProVIsIons and RequiTements for Municipal Construction Contracts", Section B-3-S -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 a~thorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the city obligated to perfo~ under. the Contract, unti 1 t.he date the City Engineer delivers the signed Contracts to the Contractor," A-33 Condi. tions o~ Work Each bidder must familiarize himsel f fully with the conditions reiat.iag; to the completion of the Project. Failure to do so will not excuse a bidder Qf his Dbligat.ion to carry out the provisions of this Contract. Contractor is reminded to 3ttend the ~-Bi.d Jofe,at..inq referred. to in Speci.a1 ProviS:i.otlA-I.. A-~~~ of ~tr,a,ct ~ts tn case of conflict in the Contract documents, first precedence wi.ll be gi.v'en to a<idenda issued during the biddinq phase of the Project, second precedence Wi..ll be given to tbe Special Provisions, third precedence will be given to the construction plans, fourth precedence wi 11 be given to the Standard Specifications and the Gen~ra.l rrorisions will be given last precedence. In the event of a conflict between any of the standard Specifications with any other cef~renced specifications>, such as the Texas Department of Transportation "standard Spec.ifi.cations for Construction of Highways, Streets and Bridges", ASTM specifications, etCH the precedence will be gi,ven to addenda, Special Provisions and SuppLemental. Spec:iaI, Prov,iaions (if applicable), construct,ion plans, referenced specifications,,, standard Specifications" and General Provi Slons, in t"hat order. A,-35 Cjty _t:er hci.1:itt8$: Specia1 Requi.~ts (1107' USED) Pr"- Visi tez:ICe:atl"aaer Oricflta tion I'riart.e. ~ert:.e"98iR~ nark at .-atty- City water faciliti'~, :k;=t:=~,,=: =:~~~:t~~:,. and ea$ of toclEeBIflleyees B1tist ha-...'e eft hI er', ,'Et '.' ee.tt:UIiJ'f.R9" their prier attpAf'iancc at a Yisi.ter/cefttraeter Safety O'rieatatiea Pfe~ ceREfu8lloea --by- ~ c~:~ W~-t:er Dcpa.rtIocnt Pcro6ftftcL A ~""isit8r{CeEltFaeuuS:a.fetl Orica1ietisn Pre~am mIl ae effcrca by autherizeEl Cit~ ::~~ ~:a;~:~p~;;a:r~ ;:; ::::= ~;:~~~ ~he de R~ have rmcn a carEl, ana. uB c... . " witMa <Uly City watcr faellit.). For :ldd.itien.:tl infennat.ian rcfer t.a At:.~-aelJ:meiit 1_ B-.---- _eration -of City O\ffled-Equif)fficnt 'rhc: CeJIK;Eaeter shall ae.t .Jt.art, operatc, or nEep aRY p'T~, lBet.er,. val..'!'c.,.e~pRfeftti ~te~ hcca-kcr, eeBtrsl, -or all) ether item rela.teei ts.Ci.ty water fit€<n,::tyataay time.. ~ sach it- !3 lIltlst.bc eperatcd by an epcJ:ater or stile}" aathecizea ~"'~~ert.aftee: employee af the City Watcr'~;;, Section A - SI? (Revised DEe ZOO4~ Page 14 of 21 F-;--~-~--PT-e-te-e-t~~-H4'-----Wa~r-Quul i ty The C:;ity ~ seIHer ~luter of drinkinlJ quality to itG cuotamcrs at all timcn. The Contractor --sfi*1:-f~~-ne- qu.:1lity of ~~/ater in the jab site ana shall coordinate ~--wo-r*-wl--t~-t-fle--B--i:-€y- Water Departmcnt----t,.e- pretect the quality of the ",~ter. H--tefi~~-w4 th .n.;'ISI/NSF st-il-fidard 6] Al-l-~'f-r-dltr~--a-wi- ----eqttJ.pftlent -~--in the rep.:1ir, rca::HJeml91ji, tranSflertatioa, ["einstalJat-:H:mt~und inDpecti~~purop9,~E_any- other iteftl3, \.hicft could CeHlf: into CORtaet ~- potuble \luter,- must cenform- -to J\merican natienal StaRd..:lrdG InDtitute/Nutiona-l--5a-ft:i:-tc.:1tion-FetH'l<btion (MlEI/Nl.::E') Standard E:l aG dcseribcd in tbe 8taflErdCpccific.J~ Such material;] includ('---a-!-:i- oOl';cntG, clcaflcr-s,-- lubricants, ~as]~ets, cOHlfllilHRdn, caatin~s, or-byclrauH-e- equipment. These items must not he useel the~i eoftform \lith !\NSI/nSF Etanaard 61 ana unleGG such items are inspected ai te by authorized.~ perGennel iRlRleEliately prior to usc. thread tinless en the The Gentr..:lctor Dh<lll pre'.ide the EnljiaE::er \lith copies of \lrittca proat of 1\tlEIJNtJF Etanda.rd-M- ;lpprov.:ll fa.:" all lR<ltcri.:lls i.-Rich ceuld COlRC into contact \lith potable ~"'a tel!' . Eh-- IIandl~--ane--~*-~~5b ~: t;~ash gcaeratcd by tac CORtractor or hiG CI8f>loye8G, aljcats, or Gl:lbeofttr:aetors, muot ~~ contaiaed .:3t all time.:.> at the '.later facility Gite. Blouia~ trasR \fill not be- oJ.lowcch---4!-fte---€Dntract--er-sfta-H-_kccp lwrJc~-ut all timed aRd r~"e all t_ra!3hdaa ley: emIT_eTOH I [; on BITE -PRE-p.1\~r~...''tTION ~---- Csntracter'o personRel must \lear colored uniferm o'..eralls other thaR oraR~c, blue, or --\/hite. E.:lch c~loyec~-ufl-i-form muat pre ."ide cOHlf3any nalft8 aad iRqi-~iell:lal qapleyee idcRtific.:ltion. G-. Cefitr.:lctor f;hall pf6vide telephoaes for- Contractor personnel. J?laat tel~henc3 ttfe-net availaBle for Contractor UGC. H-;- Wsrkin~ hel:u:o--w3:-H-be 7:00 A.H. to a.OO ['.If., Uenoo} thru Friday. ,f. Cetitractor lftHDt not \:wc anyB-ity facilit}. restrooms. Contraeter IINilst previde O\lfl ~itary ta€!ilitieB. J .A1i C~~=raetor -.-ehiclcGmust be parl~ed at dcsignated site, as-dcsi~at:cd by city ~ter Departmcat ataft. All Contraetor vehicles ffiHst be clea~ly labeled llith comp_ iAainc. No private cHq3loyee vehicles arc all&ucd at o. N.Et:c-.~cRsWatcr Trea";*eat: P1ant. J\.ll pcrzennel m~5t be in oeBlf)ilay vehieles. OUriR~ .1e.ddR~:::~D.. caRtE_eter ~leyee5 mast Bet lca~e the denigRated eonGtruetiea area Ber er thce~aay ~uilain~s other than for required~ or .:lG airecteel by City Water Dcpaetlmcl\t- per-sonnel Burtalj ClRCrfJency e....aeuation. jot CSBtracto~aHlie*4-ens--8C1\D.". (gU['ER':IEORY CON'FROL AND DJtTA ACQtT:rSITION) .'illy UtI.r}t:. to the cSBIfluter baaea ftloRitorin~ and contrel system BlliSt Bcpe.rte~ e:~y by ~lJ ~f3:c~ tC~h.-ucal aBEi sUJ3e,rvisory personnel, as EietcrmincEi by meet' . e qaali_e..:tioR3 1 tlutl 9 bel6\l. 'l'hi-s\lsrJt:inell:laes, blit 1:s ns-t . 'limited to, malii~.lea!:ieas, additions. ehall~es, seleetiollS,fl::lDliahillg, iR51:allifl~, canneeti1ig', p.rogt. :: B.EJ, eustemi2i.ft~i . aeba~!Ji.Rg, eali.b.ratiR~, or plaeialj ill eperatiEiln all bar4t~e and/er seftware s~eciticEl or rc~rcd by these spceifiontiens. The C_tl:aeter or his frooceRtractor prepesing to pertenD. the CO\I)1\: \lark Illl:lst be able to a~Jistrate the felle".ing: Section A - sP (Revised DEe 2004) Page 15 of 21 .:t. UC---i:-S- rc~ularly ca~aqed ~ the eSR!f3uter basea IRani tsrialJ aaa esatre1 GJstCIR bUaifieSG,preferaBly-asapplicd t;.&-the municipal \lUtcr and wasteuater inEh:1stEY. 2. lie flaa f3erfeaBed '.0101. --eft-~'fDt.cms of cempar:lele size, type, aaa csltlf>leuit} a3 rCEfl:11rcd -]:-ft--~ Coatraet oa at le;J.st three prior praj ccta. 3 .-----He- h.w been -;lcti 'v-l1' --et}{f~l:fi-Efte-t:-ype--o-E--weH--- opeeificrl Aereia fer at leant -'" - 'years. 4-, ---HeeHlflleyo ---d-~-~tercd ~s-Gional Engineer, a Control E}"steIEts Ea<Jineer, or aft Elect rical-Ellifi-flee-t-t'-o --s-Uf*'f-\f--l:--S€- ~ - -f7CrfoEfl the ,lark required S} these :; P eci f ica t'-H~fts; &-.----Ife emplo)lG pCEseflael-~----HHc-s--~e~ >lhe have ouccessfl:lll)l comp,letea a Rlaal:1~aeturer I n-traiRiag cour:Je- -i-fi --e6ftf4fJUriREJ ana implementia<J tRe specific ~eft1'Hlter.'J, - RTl:JS I s, -.:lad coft,larc preposea ~ the Coatraet. 6.- lIe- m:uatain3'.:l permanent, iu tly otaffed .:lna equiflpea scrvice facility ,lithin 100 Illile:::; - ~--tll:e-- - Preject -s-i-€-e-+-e ffi.:lintuHr,-- rep.clir, ---e.11isrgte, ana pr61JL'am. --t:he ::JyotEHRs crpecifiea herein. 1= lIe - ofiull-flr.ulish cf{I:lipment -- \Jh~eh i3~- proal:let af enc B1aRl:lfac:rel:lrer ta the mu.nilllWa practical outeRt. Where th..i3 in ROt: practic.:lI, *1 eEJUipment af a lJii.ca type ':ill be the flreauct af oae manl:lfacturer. 8--;.--- Prior perfeEBaaee 3t the -G-,.--N-. f:tc. eRG Water Treatment P1aat \(1.11 Be t:lsea in cvallta1:.ing ':hich Ceatraeter or Dubceatractef-pr6~rams t8c aell' \lerk fer thi-s Prajeet. 9--, The Coatracter 58.:l11 preal:lce all fillca el:lt pre~ramm:iREJ ble'Cks -requ:ircato ahe.1 the pre~rammin(j a:J aceaea and:- required, to -aad theSe tue systClftS te the eHisaiR9 ~SC1\DA s}'Gtcm.'-'\ttached i3 -<:tft- cltamplc of - the required p:Z're~rallirfti:ag bleeJIlQ \lhich--tl}e~ rcqti:in:s -t:&--oc~ [illes in aaa (ji.-en to Ehs City SR{Jllle:e.ruitfi iH:--I eliaRljeG HlClac duriREJ the f3rolJr.:unminEJ phase. The attached - sheet is an en-~le ana i:-s- net. ia teaaed to --sftew-- all-tTF----t:-fie--FCquircd- sheeta. ..!!'be- Contr-act:er \lill pre .-.tae all pre EJf8.'lllRri ng Dl 0 ek3 _..~ {,-, 'l'rcnchiBg Requirement,; 1\11 trcBching for-t_hio p.l:'eject a-t,-4:-he-~ f:tc.en5 Water Treatlftefit. {'lant aaaB_Be perfeEHlea--uoiREJ a 19aclchec or hand dig~iRq due totac R1:llIWCr of CKistialJ UflderlJrsl:lnd obstrllet.ieas. Ne treRE)hinlj machineD-ohall be .:llls\lea on thE) prejeet:.. A-36~er S~tta1s (Revised 9/18/00) 1. ~ Draw~ $Qbadtta1: The Contractor shall follow the procedure outlined below when processjng Shop Drawing submittals: a. Qllanti t y: Contractor shall submit number of copies required by the City to the City F:ngineeT or his designated representatj.ve. b. Reproducibles: In addition to the required copies, the COntractor shall also submit one {ll reproducibl€ transparency for aLl ~hop drawings. c. Submittal. Transmittal Forms: Contractor shall use the Submitta1 Transmittal Form attached at the end of this Section; andse~ntially nmober each transmittal fonn. Resubmittals ~ust have the oriqinal submittal number with an alphabetic suffix. Contractor lnust identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet ilnd detail number (s), and speci flcat:ion Section number, asappropt:iate, on each submi eta1 form_ d. Contractor's Stamp: Contract.or must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, veri fication of Products required, field dimensions, adjacent construction work, and coordination of information, is all in aCCOrdance with the requJrements pf the Project and Contract documenJ:,s. e. Scheduling: Contractor mQst schedule the submittals to egpedite the Project, and deliver to the City Engineer fOL approval, and coordinate the submissioJt of related items Section A - SP (Revised DEe 2004) Page 16 of 21 f. Mar:kin<,t ::ontractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' st,andard data t.o provid~ information unique to this Project. q. Varia~~ons: Contrdctol must identIfy any proposed variations from the Contract documents dnd any Product or system limitations which may be det-rimental to successtul performance of the completed work. h. ~ac~ RequiFements: Contractor and Enginee! Contractor must provide adequate space review stamps on all submittal forms. for 1 , Resubnu ttals. Contractor must revise and resubmit submittals as r:equin~d by City Englneer: and :learly idenU fy all changes made since prevlous submittal. 1. Di~_t:..rJ.butlon Contractor must distribute copies of reviewed sublnittals to subcontractors clnd suppliers and instruct subcontractors and Suppllers tc. promptly report, through Contractor, apy inability to campI y with provisioll...<.;, ~es: The Contractor must submit samples of finishes from the full ranqe of manufacturers' '>tandard colors, textures, and patterns for City Engineer's selectLon. ~t anci Repair Rlepo~: When specified in t:he Standard or Technical Specifications Section, Contractor lRU'St 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 approva.L ~~.ise ~ the ~ted ~l8eni:. w.ill not be app.l::o.....d :for use on the project:. A 37 ,Y .-;led "~..., ill -t; a,Dd CbaJ:ge for Water Furnished by the C:ityn Under ftGeneral ProviSiOQs and Requirements for Municipal C~nstructi.on Contracts", SeCti_ .;-1$ w1b:rang~ ":1 t and Chax-ge U>1;,' wa~r, FUrni.~ed by ,t4e Ci:tyRI' a,dd' the foll.ow.inq: ftTbe Contractor must comply with the City of Corpus Ch1":istits Water Conservation and Drought Contingency Plan as amended (the ftln~n"'l' _, '.rhi~, includes implementlng water conservation measures established fo,r changi:nq cOllditions. The City Enqineer will provide a copy of the Plan t.o C~Qt' at the pre-construction meeting. The Contractor will keep a copy of the Plan: on the Project site throughout construction." ~'.. c~~..~_ Co~qe fOJ; Buildi.nq or Const~t.iQn ,~ie~ 1;0.: ~tEnt:iti.es A-,38 Th-e requd.rements of "Notice to Contractors'S' H are incorporated by -lteferefICe in the Special Provisions A,,-3:g ~.i~te of ~ ~ n~, Acceptance tHO'l" USED) The i_1'laRce e;f a cCftifieate ef eeel:lpaney far impr8'".-emcnt!J. deeD Rat ,ea~5t::it:l':ite fiaal. aeee(3t:aneE at" the inlprs-:ement:3 UR"Ek:r Ceneral I're~_'iGi:;;-1'3 if 9'. A-<<O C _ 1'.. T/it to ~ti.on8-8-6: "P~a1 EstiJlatesB "Gela;~.qU PrOvisions and Requirements for Municipal Construction contracts'" Section B~8~6 -Part.ia1 Estimates" is amended t4l prov.ide that approximate estiltf,ates from Which partial payments will be calculated will not inch~ the net invoi-ce valu.e of accep~1e, nan-'perishablematerials delivered to the project works.ite unless the Contraetor pravides the City Engineer with documents, sat..isfa.ctory tQ the City Section A - SF (ReviSed ~ 20.0'4) Page 17 ox 2"1 Engineer, del. ivered that show th,t the mater 1al supplier has been paid for the materials o the Frojec worksitE" A-41 Ozone Advisory Priming dnd hotIllix pav Lng operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify -:ontractor about (Zone 'ilert. r t a delay such as this is experienced, the day will not be counted as a call,ndar day and the Contractor will be compensated at the unit pr lce indicated II the proposa! A-t2 OSHA Rules & Regu1ations it: is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while pecforming any and ail City-related projects and or jobs. A-43 a.ended "Xndemnification and Ho~d Barml.ess" (9/98) Under "General Provisions and Requirements fOL Municipal Construction Contracts", Section B-6-21 "Indaamification and Bo~d ~ess", text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harm] ess and shall indemnify the City, l.ts officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an dct ::;r omIssion of the Contractor, or any subcontractor, supplier, matexialman, or their officials, employees, agents, or consultants, or any work done under the Contract or in connection therewith by the Contractor, or any subcontractor. suppl i er, materialman, or their officials, employees, agents, or consult~nts. The Contractor shall hold the City, Jts officials, employees, attorneys, and agents ha;rmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, at.torneys, and agents that directly or indirectly causes injury to an employee (,t the Contractor, or any subcontractor, supplier or materialman." A-C. ~ Orders (4/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish the Eagtneer 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 materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Buj.l.t D.1mennons .and Dra.~s P/5/00) The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilltiec;. ;. UpOIl completion of each facility, the Contractor shall furnish OWner with one set of direct prints, marked with red pencil, to show as-built diInensions and locations of all work constructed_ As a minimum, the final drawin(]'s shall include the following: a. Horlzontal and vertical dimensions due to substitutions/field changes. b. Changes l.n equipment and dimensions due to substitutions. C. "Nameplate" data on all installed equipment. Section. A - SP (Re~isedDEC 2QO~) Page 18 of 21 ........- e Any other changes made A-4' Disposal of Highly Chlorinated Water (7/S/00) (NOT USED) The Csntr,:wtor ohall be responoib.l-e--f.er- tile- disposal of '"ater \:lsca fer testing, disinfection aftd-linc fluohing in an approved manRer. Contaminants in the ::ater, par'ie\:llarly hi~h-l:eve-la of chlorine, ',:ill be used for dioinfeetion, ana may e]ceccd the permissible limito--te-r diseharge into wctlanao or enviroameatally 8ensiti~Jc areas. Theaeare re~latcd b) numerous agencies SHea aD THRCC, E~~, cte. It will be ~he Gontractor'o reoponoibility to comply with the requirements of all reg\:llatorl' a~cfteico-in- the diopoBal--e-f---a-H '.:ater uoed in the project. The methoas of aiapoaal ahall be oubmitted~~~y-4~r appro>al. There ohall Be no separate p~y for diep60al of highl~orinatcd ....i1~cr. -'P-h:e-- Contractor ohall not use the City' 8 oanitar; oewer o'/atem for diopoo..11- of cont..1lf1inatcd ~f:'---o 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 )f the project, and the Contractor shall survey the exact vertica 1 and hor 1 zonta 1 loeat ion of each crossing and potentially conflicting pipeline For existing pipel ines which parallel and are within ten feet (10 ,) of proposed pipelines of the project, the Contractor 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 lndicating 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 exploratory excavation" have been made In their enti rety, the results thereof reported to the Engineer and Cont ractor has received Engineer' s approval of the report. Exploratory excavationb and assoc iated pavement repair shall not be paid for separately Exploratory excavations shall be considered subsidiary to items that require excavations. Contractor shall provide all his own survey work effort (no separate 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 proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensUl ing that no damage to existing overhead electrical wires or facilities occurs The Contractor shall coordinate hls work with AEP and inform AEP of his construction scheclule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not, It saall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead line,; whether shown in the plans or not. Section A - SP (Revised DEe 2004) Page 19 of 21 A-49 ~ "Maintenance Guaranty" (8/24/00) Under "General Provlsions and Requ1rements for Municipal Construction Contracts", ':;ection B-8-11 "Maintenance Guaranty", add the following: "The Contract.oJ:;' s guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of corpus Christi for any claims or causes of action against the Contractor or <lny other individual or entity." Section A - SP ~i~ DEe 2004} Page 20 ot: 21 SUBMITTAL TRANSMI TTAL FORM PROJECT. OWNER: North 8each. Area Improvements Bond 2004 city of Corpus Christi ~:NGINEEP John Wright Archi teet (';ONTRAC1'OF ; SUBMITTAL DATE. SUBMITTAL NUMBER: APPLICABLE SPECIF~CATION. OR DRAWING SUBMITTAL Section A - SP (Revised DEe 2004) Page 21 of 21 "~...,",- ,I:, ;... . ~Q~ l[', E: ('.. .... ~ Q t.J 'J. CJ 0:: o 0). t.J:::: CJ' 1i)~ tr Z<.; - "t. GlE 5:LL J-:<: :e ~<: :.....~ r a Z :J l<J l'1 0 ZtJO:: 2u0 <:oG a:g:~ ('. ~ " " / 2'Ij .~;: l' i C i \J t.c ~ '.( 4 " ~; ,'/8' ----- ---T----r-T . ! r -~I i r + ~i , I! , .......1 j - ... fIi - &t % (.) fIi ~ G. &t o (.) .. o > Q "- C Q V) G C V)~ n: t.J 0 LL go::~S~ 0' trIO fiG ::.:!3~ L.J ~ ~ c: ~" <: -l~~, OL.JO)c i ~t-: -' <:5:t.J::t':i- "'l: ~ <: l- Q 2: ~~ Q'" -.J (.) Attachment I '"",,,,,.~-~-- ....-,.....- ..."..,"~ .. ~ ~ Ii) "0'0 1 I into 10 -~ t<) , i l.O ~ ,I -0" .~- - .- - -- - .,. -- I .J v) I--- In o Q CJ I C() x " x , " I -nL-l - _ _ _ _ ..._.J 2'-0" -'-~----- 2: (:) ---- en ~-- U lLJ ~ o Q: C'L. ~ o o ~ a ::z: o Q) ........,..,-.-.'- PART C FEDERAL WAGE RATES AND REQUIREMENTS 'pneral 'ite ') ;~ strue ,uot e~ hIGHWAY tructur c.ascule, ommerci d nd othE: Modified' C~UTX200 Page 10f3 SltH tumber TX()3012; 0 /25/200') TXJ22 yrc; Hea Y dnd '-liqhway 'iUeC(-'5, - ar P ,tr'l :lnd; j ctor 1 1 -:ounties in Texas. ()NSTRUCTi"N PR,TECTS (excluding tunnels, buildlng n ce::,l ared pro)ec':s & railroad constructiOfl; spens} (r, & sl;andrel ouch bridges designed for 1 navigat ion, j'ridqes involving marine construction; ,He! j () r b r I dqe s Nurnll( () PubllC-ltiun Date OJ /28/200':- 02:/18/200'; o / 2 'j / 2 0 0 5 ) Inl 11,(~'/200 /\sphal Asphal ll.sphal' Bulldo ;:arpen' ':oncre e Finisher, Pd' lng. ,. ;:oncre>? Firllsher, St, ucture;;"y ::oncrete Rubber, Crane, 1amshe]], Bac~hoe. Derrick, [)ra,]lin':, She vel Gperat r . ? Plagge: .$ Form Bill der/Setter, r,r\l(t\1JE:S'~ Form Setter, PaVing & ::urb, Founda! iun Dr-i 11)per"tor, Truck f\1ounted.., Front End Loade [ Jper" to r. Labore I common. Labore I U L i it Y Meehan} Motor ,ri"der OpeC'ltcH Fl II': stributor Or-erator ..~ f'dvi ng rr;,-ichint operatorS Fake r . . . , . , r operat r.. , . $ Crade. Motor rcider Operator. Rough, Pipe layer , , . Faller )pera or, Pncundtj, Self-PI )pc11f~d. Koller )peraLor-, :;tee Wheel. Plat Wheel/Tcimpilg... Roller Operator-, 3tee] Wheel, Plant MIX Paveme t: Scraper Operdtor ServiCf'r ::tructli Truck d l'ruck 1 St e<:1 WcnkE: r. . 1 \leT, !:).-vDoy-f Loat 1\1 e r, '; 1 ,g 1 '. ['Co; 1 e . Heavy. Truck (I i ver, ;; I "jle }":le, ~c.....,.._ !-<.,tes Fringe.'" 12.42 11.51 9.36 LO.90 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.71 " '? L2.18 ! I .16 iO.50 12.55 0.00 0.00 0.00 0.00 l .. 17 1.47 j.65 .? I'J. 32 0.05 8.35 L09 3.1'J 0.00 0.00 0.00 0.00 0.00 . -;> . ? ~ ) .) 3.78 .? ').00 9.00 0.00 0.00 0.00 j _ 5'/ 0.00 d.57 0.00 'J.49 1.67 10.75 14.00 !4 15 0.00 0.00 0.00 0.00 0.00 39 0.00 Page 2 of3 Ligh' . True" lvel, Jandel) Ax!,,} Semi r r d i. ] ,? 1 Weld, fIIork .7,..ne Barricade Sell. [i>'r. 9 OC (1.00 9,-"9 18.00 8 91 .00 , .00 .00 WELDER: )perat on Re :ei v" rat, presc to whi ch we ding ,. j rkd tor c r if I lie ..dental perforrninc UnlistHJ Lassi f..:atH ns needed! (II' work not Lncluded within the SC"PE f the-::las: Ificdt i un, Lsted may be cldded after award, of11 y as pr !videc in ! hc Labor st andards contract clauses (29CFR (a) Ii)) in the 1 sting aoove, 'he "SU" de J.gnation means that rates I isted under the identlfier oC' net reflect collectively bargained waqe dnd fringe benet t rates. Other designations indicate unions '"hose rates have heen det ermined to be prevai.l I nq WAC', DETERM fNAT ION APFEALS PROCESS ;.) Has there beE-'L an nit1dl je('loion ir. the matter? This can be: an existing publish,.d wage det'~rminati(m a survey underlying a wage determinatIon a Wage and HOur Div sian l,~tt,,'r settinq for'th a pOSItion on a wage deterrninatior matte a cant rmance (addir iona] 'la~slficati)O and rate) ruling On survpy related matt. rs, lJU.tl ii _contae" lncluding requests for summa ries of '.,urve:) s, ShOll ld be with l.he Wage and Hour Hegiona Offj ce for thE- area n wh (~h the survey was conducted because those Reg Lonal ')ff I ce~; h lV' resporlsib i 1 i ty for the Uavis-Bdcon survey proc:ram. 11 t'IC cesporue from this initial "ontact u: no': satisfa, torv, t he!1 the pro"ess described in 2.) 'Hid 3. )-;hould be fa] Ie wed Wi. th reqard tu an / ot.hE'r ma L tc I !Iot yet Il.pe for the formal process descLLbed (lere, in: tic.>! (:::A,t act should be with the Branch I f Con~;tru tion iJagp DE'enmnatiow virite to: hranch of ')Hstr JCtJ"11 Waql~ f>eterm:natJon:: hdqe ar,d H, ur Di .'isi, n P S Dcpa It ment ,f Labc r ~'no COt'st l I ut Jon Avenue. !'-:'/'I Wash J nqt(d', [l(' ,) ;2 1 L I If t he answel t (; th qUf:"S t )[ , I.) yes, then clli .........-..- Page 3 of3 nterest'Ji party those affect,?d by the d( tIon) can cequest review ar'd recons derat on fro'Ti ttH" Wage dnd Hour Administrator '",f:e 9 t;'L PdTt 8:.lfl!?Q eFt, Fdti 7), Wr I.tp t ~"uq' dnd !leur Adl!lnl tt,Li l' Depart ment f L,d bo C 'onst]! tionAvenue N'II Wi sru nqtor. f DC 2. 210 !'he reqUt'sr should be di'companied Uy a ful i statement of the Interested party's posit ion and byiny information (wage payment data, project dl.:script Lon, :lrea practice material, Ft .) thdt the reauesto consider~; relevant to the issue. i,) If the decisicn of 'he AdmlniS1 rataI' is not favorable, an Interestl'd party may appeal directly to the AdministratIve Review Board (formerly 'he Wage Appeals Board) _ Write to: Admlrnstrat eve R".vie'w B(),.lr.1 u Department f Labo 200 Constitution Avenue N.W Washingr,on, DC 2( 210 tl All rlecisi,ms oy tlH Admin strdtlve Review Board are final. END UF GENERAl Df:C I S ON Page 1 of2 ~enera] )pr] S Lon "lmnbel TXOlO(' ,9 ,)6/131 '003 TX39 cuper 5e ;eTlerd Dee, liCE Nc "f(: '0039 ! a te ~:yp.:' unst ru n 'nyp'" 'lEAVY 'ounty ( NUECES SAN PATRIC] HEAVY Ci iNSTRUCT ION PRO<JE:CTS onst, rUr ,)n me! r:ainale P (Hie, )(JJl1g Sewer and Water Line Ect co) ('1odific', JXI numb,' o Publ ieat 1')[> Date [li;/1 /:Oc UJUNTY ( i ,; ) NUECES ,;AN f' '" TR 1 i ' [( lUTX205: 12 01 '18') Rat(~,":) Fringes :ARPENTEF:; (E;x(lud ng Fe m Settinc $ 9,('e 'UNCRETE F'l N ! SbEl-< t ELECTRIC i\N 1 ~ 2, ')8 I,ABORERS '::ommon t il it \ 'j , 6,1 7 i.;( POWER EQU J PMENT OPERATOR,: Backhoe Motor Crader 9./1 8 7 vlELDERS '-,peratior ReceivE rate prescrlbed far craft performing t whieh weldi19 ic, i l<:iciental. iJnllsted he scope 'lward anI ! ~) 9 CFR 5 Idssifications ot the classif d~ provided i,[ Sia) (1) (il)), needed tOt work not included within cat10ru li:ited may be added after t he labor; tandar Is contract clauses In the Ii t 119 above, th, "SU" desi.qIlation mean" that rates i sted under that identil Lel' ':10 rlot: reflect collectively odrgained wage ..md fringE berwf T cedes. O'her desigl1atlons indicate unions whose rat'2s hav,' b'~er' determined to be uIevailintl. WAGr lJE:TERMINfYrION I\PPE1\L~ PROCESS Has the)(:, b.>en in 111 ,'jal dH'I;i"l in the matter'? This can t)t:? : an exist ing pub L i"ned '-'dge det c-rmi r!dtion d survey underlying d wage ~etc-rmindtiol1 . . -' ,- Page 2 of2 a Wag, posit ,:'1 con rulin d n d ! 0 u r ,) i v J: l 0 n I e 1 t e r 7 e t tin g In ')n a wiqe dtCermUldtlJf! matter tITIan, 'f, (,jd 1 t )na C ,is i J ':at i 0 f()rth :1 ,me! rate) surv, c('] ted il1aitE:rs, nJtLjl 'ontac1, Jncluding requests ,ijr'1eyc;, ~;h()\; d bE' with 1he Wage dnd Hour ~hE area If WhIch the survey was conducted onal )ff I :Ie" haVE: respollsibl li ty for the pI og 'am. J! 1 hf response from this Ini tial stac ory, ther the process described in 2.) j 0 J 10 "ed, tor summalLes of Pegiona fEii e f because those Reg Davis-Ba, on 31, rve\ ()ntact dfid 3 ) not sal h:)ul([ be With req.;rd t( any athe matte r [,ot yet r 1 pe tor the fa cmal process ~escrlbed here, initial contact should be with the Branch f Const [u, 'I ion Waoe De erm] na t i ens Wri t e to: Branerl of Cor true iOIl Wa::Je Determinations Wage ~nd HaUL Oivl. ion U. Department 0 Labor 200 C>mst it ut lon A., enup, 'oJ, W Washinqtcn, [ ~2021 J If the answer 0 thl quest_ Lon dl 1.) yes, then an J.nterested parLy (those 3ffected by the action) can request ,-eview and recons i,jerat] on from the Wage and Hour Admini strator See 29 FP Part 3 ane 29 !~FP P'lyi 7). Write to: Wage and Hour Adnunistrat u! .S. Df,pactmer of Labor: ':':00 Cons' l.tutl m Averlue N W. v<iashlngtnn,D C. 2(?1() The requc t !3hould be ae :ompanl ed by d full statement of 1 nterestFd part. Y'!3 posit Lon ana by any information (wage .-lata, project descr Iptio!l, area pI act ice material, etc.) requestor consider releJant tc the issue. the payment that the If th\, ,-leclslOI, of tie Administrator is not favorable, an interested party may apppal directly to the Administrati've Review i:lcard (formerly thl: Wage Appeals Board). WI ite to: i'ldministrdtive Review Board U S. Departmer!t of La.bor 2:)(} e:'Jnst 1 tuti, n Avenue', N. W. Washjlgton, D )0) 1 All d,cc.s.lOil3 bi the Admini"tral Lve Revlew Board are final. END Of ; 1:: NERl- DEl~I:;ION ~,._- A G R E E MEN T THE 8rATE OF TEXAS ~ CO~ 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 through its dc1y authorized City Manager, termed in the Contract Documents as "Ci ty I" and Garrett Construction COmDanv termed in the Contract Documents as "Contractor " upon these terms, performable in Nueces County, Texas In consideratioI of the paymen1:: of $250,059.90 by City and other obligaticms of ity as set out herein, Contractor will construct and complete certain improvements described as follows: NORTH BEACH AREA IMPROVEMENTS BOND 2006 - PROJECT NO. 6287 (TOTAL BASE BID 'B' + ADD.ALT.Bl: $250,059.90) according to the a tached Plans and Specifications in a good and workl1\anl ike manner or the prices and condi tions set out in their attached bid proposal supplying at their expense such materials, services. labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents i.nclude this Agreement, the bld proposal and instructions, plans and specifications, inc uding all maps, plats, blueprints, and other cirawings. the Perfcrmance and Pa}'TIlent bonds, addenda, and related documents a11 of whi::h constitute the contract for this project and are made a part hereof, Agreement Page 1 of 2 BASE B~D A NO'TH ~EACH AREA SIDEWALK / PROMENADE AND TIMON BOULEVARD I.ROV:aMENTS I Ii IV III am ITIH QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES A-I RemOVt concrete sidewalk, complEte in place f per ~quar~ Foot -------+~==_ _u_ ____. Lt, 5291' ..4 or 10'.. wide Concrete promen. a.d e SF Trail, complete in place, per Square Foo~ .--- ,.,,---_. .,._,_._---~-- .~.._.~ -..--.,----- ....- / Handicap Parking Sign SA Assembly, complete per Each $ ;>.28-' :;F $ i./t:> -------_.._--~- i 3<Zb A-2 ,:,-3 A-4 50 LF '~ ;;--6 I --t .. SA dill Main 'l.l[i E"'an Palm, pel $-~ ",-" "...n p, -.7 upply a.nd insta LJ J" irrigat ion sleeve, Sch 40 PVC $_~ I Pipe, Completei:1 place, per I l - +::::~~O:or- ~antiCiPate~u11 ~S repairs and adJustments, per $ 5,000 Lump Sum ___ TOTAL BASE BID A (NORTH BOULEVARD IMPROVEMENTS) v $ 102, t3'w. LP5 $ LelZ.IO $~IZ.50 $-410LOJO $ II ILL\.-. 30 $ l Qt1~,OD $ 5,000 B~~l~WALK / PROMENADE A11-- (Items A-I through A-8) L/ NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 3 OF 15 AND TIMON BOND 2004 ADDITIVE ALTERNATE Al (NORTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SI '.' WALK / PROMENADE AND TIMON BOULEVARD IMPROVEMENTS I BID IT* i\1-1 P'.l - 2 :11-3 Al-4 "-~I ---~ "-6 I -,--+ .\1-7 I -t U :~} __+ SF !.l 1+ E' ld 11 I ! QTY & UNIT 425 SF 225 II III DESCRIPTION IV UNIT PRICE IN FIGURES SA Mediterranean Fan Palm 15 Gallon completE in place f per $ I ~~ 06 Each I $-~,JdJiCL ...1-- , ,square feet I ~ 0 oer Square $ ,. LOO "- --~ --"--'- 4~ Cypress i feet, complete Squar~ Foot 19 Sl\ Gulf Murly Grass, I Gallon comple e in place, per Ea'::..t-t -- --..--. ,-,--_..., ..-.--- ~, ..-.-..-....--.- --- - --"--- - -~-------_.. ":.'\ Cwf. W,eping ~{ed 0 Leander, Gallon :;omple+:J: ill place, per Each )7 I Sea Grapes, 3 Ga 11on, ',', l'" pIa..,:, "=Y, ~,,",a"", i" c___, t')":':: .J. _1 complete ;:A :',:2'\ -- . +- - -----, '" ED'Y..'w DO D iNatal. [Lum, 'Cl. II [9t', i Gallon, complete ir. place, -L=aCh '/ p;dntir:J Nix for ;:lan bed prep., complete per Cubic Yard 64 'bend a Board' !.lnear feet, place, ;,er L. Landscape Fa complet in R Foot & m"ter, I"'.v/permits arld es, pir each. c)mplete i lace, rer Ead: Battery Controllej Valves IHw/lat0rals, Pres" Reg., fi 1 ter ler each c.)rnplete ir: place, rer Each 1\, J 12 ._----,~- --_. ----- _._-~--^~._.- -'--- MaInlinE fi~tingo , completE . ___ _L~gc~'=-- 3r, " L. -' LF 1 1/2' I ,w / bends & per lineal feet, in pl ace per !:ine~~ $ _~ 1sD $_JZL4S $ .ClD j $_\,1lD.OD 1.- $ ~J.ijL $ ___!i.iO _ NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 4 OF 15 v $ \ l1..LfO $ -L1 bltJ. V)':"") $ ~ 0 .m) $~(A.4D $ -3\3.len $ I.J5c:) .OL> $ ~i?5D Z- S c; {; O,C/tJ $~ $ t1,~, 'La $~ BOND 2004 (NORTH BEACH AREA LANDSCAPE AND IRRIGATION SYS~M IMPROvEMENTS AT SlEWALK / PROMENADE AND TIMON BOULEVARD IMPROVEMENTS II III IV V BID ITEM E (QTY X UNI.. IN FI B~ IBM QTY & tlNIT DESCRIPTION UNIT PRICE ---. ------ --- IN FIGUR,ES .'\1-13 19 EA Pop-up Spray Heads, (1) 4/1 & 1) 12", complete in place, per ~ach $ \?AJ, Q5 <-.----.- "-",-,,-___,__ .___.. _'-0 _~___ Al-14 2 E:A Pressure Vacuum Breaker, }/I complF,te in pIau:. per ~ach $ 1~45CfO t"'.1-15 2 F:A Pressure :omplF.te $ l,l~o.t10 $ '1-,'Olff1. ill .1\,1-16 $~,~O $ \ 1))12>. '10 .Al-17 $306 $~q~.16 'Jlle yelr battery replacements ~ field testing of irrigation ystem per zone, complete in ace I per LUr.l1E-~~J!l $ _ 1,1..11~ :?f5 $ 1,~'i:?f5 TOTAL ADDITIVE ALTERNATE Al (NORTH BEACH AREA LANDSCAPE AND IRRIGATION IMPROVEMENTS.ATS.__~1~~~~.lY,~ / PROMENADE AND TIMON BOULEVARD IMPROVEMENTS) ~ ~ (Items AI-l through AI-I8) NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORM PAGE 5 OF 15 ~--.- BOND 2004 ADDITIVE ALTERNATE A2 NORTH BEACH AREA PEDESTRIAN IMPROVEMENTS AT SIDEWALK / PROMENADE AN TIMON BOULEVARD I BID I'UId A2-1 ---4 A2-2 I I :;~ i i i , -----_t_ I 1\2-4 I .~+ _1\<:-5 ! i H-+ A2-6 i I ---- ----~ I ~.~.15 I I 3 cC::,:':;- I $}, \r_>LT J per I --~---- - $ 3,611.l-fO II III IV 'V QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES $ ~,'5l4J.C10 $ \ I C151.lP6 $~16.C10 j j I Shade Structures, complet e in E'lch ! place, per Ea~~ ---1-- - --- -- --- --- - -- b I Benches with 4'x9'xS' Concrete Eac~_ __~ ~:~~ cc~:~~_e_~_e_ ~r~Place, _per I Histor Lcal Plaques with ~.~ I Mounting Stands and 5 ['"Lh I Concrete Pads compJ e __ __ -t~_lace, __ pe~__ Each EL'h I ~~~~f~ '; place, w Picnic Table tc mat- existing at Existing te completE' 1 L place, ach New Pinic Tables at New Shade Struct lres wi th 6' x 9' x5" Cancre e Pads complete ir 1 pJace, per Each - -~.. --.. ~---_. ^------..---.----.- --- .~._._--~ $ \ 1,10:16 $ 1/,~5.56 $ lO/5K"}:W TOTAL ADDITIVE ALTERNATE A2 (NORTH BEACH AREA PEDESTRIAN ~~WV111~171 ~~ SIDE~AL~__~_~ROME~ADE AND TIMON BOULEVARD) : ~-1 through A2-6) NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORK PAGE 6 OF 15 I BID ITJiM B-1 ---:f B-2 I ! Ej- 3 B-4 ] 00 ~-- B-j i i i -f~-j- v I I " 7 [1-8 8-9 8-10 [-J-- ] 1 BOND 2004 BASE BID B BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES QTY & UNIT 494 3{ 494 >, '( b67 GZ\L 27"-.1 LF 2 (J :,4:'0 SF' 8 k) LF' .; 428 SF _ 4 1 SF ~,884 3F II III IV DESCRIPTION UNIT PRICE IN FIGURES 8" Scarify & Re-compact Sub- qrade, complete in place, per I :3_quare . Yare:! $ :20,30 8" Crushed Limestone, complete in pla~e, per Square Yard $ ~(o.IO --~-~ "'-------._--- ------- -_._. -. --,.--. ...'-..,----.-.".-- ," TYPf; "D" Hot Mix, complete j r. plae, per SquCl~e Yard \4.tfO $ Prime Coat, complete in place, r.i? r Gal],.?_fl $ iu.26 6" Con, rete Curb" ':;utter, comple; e Hl place oer Linear Foot $ '15, 2-'5 F",move ;oncrel e ::urb & Gul.ley, c)mplet e in pl aCe=, per Linear Fy)t $ to.Cis -'"----'- Remove complet Foot :oncrete SiciP1dalk, in pI ace, per ~q1JC:lE~ j $ ___~O Concret Retaining Wall, complet.' in place, per Linea~ Foot .3 ~. (i) $ 4'- 8/ w de Concrete Tied Slclewal / complete in place, per Squdre Foo~ $ ___ 3. gS- -- -- '---"---" -- .. .-- ----' .._~. i $-- 3,8') _. .--.-....---+--- i Remove (,)ncretp OCJvewaY't; Ill" compleU in place, per Square $ J ':I.:::> Foot --..---.---------- ._- _._. - ---. ---- 4" Raisi,j3' wide Concrete Sijewal~. / complete Ul place, per Squore Foot NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 7 OF 15 'V BID ITEM "EXTENSION COTY XtJNIi' PRICE nl E':t~S) $ 10/ O'2.~. ~20 $ I:'). ) <is q 3. 4-0 $ 1;).(~'A.g,O $ /,;25. 00 $ 0. ctCfq.25 $ ',390,00 $ <)/ 7<10. ao $ 31 cA t./ . DO $ 1'7, DL/7.gD $ d..~J SSs. 4S $ ~l &13.g0 BOND 2004 NO~H BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES (Continued) I II III IV V an> ITEM. EXTENSION (QTY :it ~1~P1Ua: IN FIGURE-S) Ii Rtc:.flect Lve pa\em<_:nL. l'1arkLL'::l , .J',O (Type J (W) (4") SLD) , Lb' I complet..., in placE:, per Linear I Foot --- --- -.--t-- .- --. .-1---------- am lTErII B-12 ---- 8--13 B-14 8-16 -+ H L 7 ! I ----- t. 19 8-20 r ---- p.-. 1- f--- B- 2 15 8 QTY & UNI'l' DESCRIPTION UNIT PRICE IN FIGURES 4,146 SF Concrece Driveway, complete In place, per Squar~_~oot $ ~l \<3 (. (0 5.35 $ . ----- -.------ ------ ?76 SF ADA Pedestrian Ramp, complete J n pla'~e, per ~~Ee Foot $__~O $ 1,::190< ~O --- - -- ---+--- --- ---- - .-- -- --- ------ f---- 2 Sidewa~k Grated drains, complete in place, per Each $ (OS7/3:J $ 1,3\$100 $ \51-.50 $ ~ L loC;<<;, DO - $ __ --.L{l S q , 80 $ i ) 7SC1 . gO .._--..------- EI\ 1 L~ iLrainaqe Troucjh, ('umplete U1 F f 1 ace, pe r :h.:h.n_ea ~ _ Foot --- -- --- - ------- ---~ 1 r rigat ion JUlll:t ion Box(22'x22"j c:omplic;ce in J place, oer Each --j-- ----- -----.--- - --- : R',"move" replace Cd cite in] et I II $ ,~,JL\ d,IJ(- cJmplet in pJdCio, per Each oi.. '\ 0 ,~ ---~------l--==-==- I $_uLQ5 - ------ -------~-- ------ I Reflectlve Pavement Marking i i~i., Type I W) ,24") (SLD), ! $______.14.'70 :65- - ~~~~:;~, ~~ "i:;;;;~~ :~:;~ ;~;::-~$ _ - ~ 155 LP complet in place. per Linear I: _ __ __ ~C)_?!__ ____ __ __ _ __--== -=-__~_ Reloca~,: Street~ Traffic Si?ns I 'J,lIl ~S lncludlllg new plpe sleeves In I $_~~ cc.nCI et., camp let e tn plac-; I i pe [ Lump_ Sum i -- -- - -------- - -- -- ---- -- ---,---- EJ\ ["~ $ ~, y p~ . 'fS" -- -t-- ---- I $ 1,5:)'-:>,50 $ I d <10,'70 $ 1.300.'75 $ ~LJ4 gs- 1. H Park ng meter ~' '1" galvanized pipe sleeves installed, complete in pla,:e, per Lump_ Sum. -- -----__._.._1-._____...._..__ i I $ I, 015 /15 i i 1 L-- .''') $ J) octs ,~5 NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 8 OF 15 BOND 2004 NDa'tH BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES (Con tinued ) . r II III IV V BID OTY , UNIT PRICE BID t$f E~SION I1WI UNIT DESCRIPTION IN FIGURES (On x ~IT PRrC!: IN FIGURES) . 8-23 I i I l)zone Days, complete per ~ )) 5CX). 00 } 50D' 00 DAY I $ $ ) i I --+ ! -'-"'-'--"'--- r--.-- _.._.~.. .. 8-24 I Storm ,vater Pollution \ ) '.)l 0 ' SS I 1 Prevention Plan (SW3P) $ \)d\O.-SS $ LS , _. compleLe in place, per Lu~ Sum -- _w_',_ .-----..-.-.-......".- - 8-25 L Traffi, .. Control, complete in ~,5~D.OS '2, 5'lQ oS C' place, per Lum.E... ~~l.TTl $ $ "I -- --- ... -..-.-- .~._-_.-._.."..,-_._-- _.- ...-- _.._...._~--- .._--~ Hi) Water blast & Vacuum Clean loq . SO B-26 LF Stormwater Lines per Linear $ t3.45 $ 4) I Foot _...... _......_.._~ ---.-----.,. --.- i i I Remove ':rees of 'la [l.OUS SJ zes, ;)., C)38. 4-0 .; I 1'3<+.(00 n I [10. i per Each $ $ I ! --'------ j r'" .- -j-- --_..~._.- -'-- --- -.--.- -~~...,- .. ..- ---- I 4 thic ~~ layer ot Washed ,LoQ ?.~l tfo Gcavel -ind Dewi t t PROS f atr i I $ $ U-28 4.1 I install ,.~d in place ...__ _._n_______. _~ F." j n tree , pLanter_; (3' x3' ) , ;'cmpletE in piace, e'er Each i ---- --'- f--- -----_. >-~--_. -, --- ._.~ --r--- Supply ;;od install "/ Ii Sch 40 E-29 10 PVC pip, sleeves for 1- '3100 $ 3J9q(p.oo ~_.._-~- U' irrigat on line complete in __. m_ ~)a-"-e~_0~Line~'_EOO~_ -t~ B-30 1 Allowance for unanticipated L::: repairs and adjustments, per.. $ 10,000 $ 10,000 _. Lump Su.n: __ ___ ___ _ __ ___ TOTAL BASE BID B (NORTH BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES): $ -;.02.y~a5Q______________ (Items B-1 through 8-30 NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORK PAGE 9 OF 15 """"'"", .".... BOND 2004 ADDITIVE ALTERNATE Bl (NQRTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SIX.aLOCK FACES) I .- BID I~ B1-1 II III IV QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES 21 EA Crepe Myrtle Trees 45 Gallon, complete in place, per Each $ 391.<10 $ - .--- - -- ----- 81-2 12 florid~ Sabal Palms 10' Trunk EA feet, 'omplete in D1ace, per Each --.-- -- --------1--= ------ -- - .-__ 31-3 81-4 --t- 1-5 .-..-- E31-6 -----+ -7 I I I ~~-~ ~ "'~1 ["~9 I I ----+ i B -10 : I ~---~ I -----1_ _ $ 3Q'7,Qo $ 13 E.A. Sea Gr,!pe Trees 30 :;allon,_ complete in place, per Each $__~Ofo.O~ ---- ------------r-------- - F1anti!l'j Mix "or pLant & tree I installation, complete in I pLace, per Cub_lc J'aF_c! --t-- ----- --- --- - -- - - --- : Decompcsed grani e, 'J" tor I dressirg, per square feet, complet ~~ in :pJ C:lCf~, fJer ~~re j --'----~~- Foot i u__ - - - ----------t 450 Landscape fabric, per square I _ f__~~~~~e C~~~~( " Pl~ce, ""'_I $n~ '. (pC Top dre-:sinq, 4" of cypress mulch, e,er squarE feet, I $____,qo complet in pla::E'.! :Jer SqudE':: ' Foot _ - ----~} Tap & Heter, ~" w Ipermi ts and I fees, per each, complete in $_1) )~4.3o place, per Square_!:2..ot -- --._-- - -. -~- ---- --- --..- .. -- --- Battery ::ontroLJ.e-:J Valves " w/later21s, Pres, Reg., filter Fer each, ::omplete n place, Fer Each --..- -..-..-- --------....-------..--- 1 :y $ , ) :>..tf~ 450 3. (oS :F $ -- -- - -r-- ----- , 'f SF EPI. $ 2.,30S. 3S 2 LF HainlinE 1". w/benc!s and fitcingE per J Ineal feet, completE ir_ place F,er !:ine~r: Foot. $ '70.S 0 - ---_ ______L_ NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 10 OF 15 'V BID - ITEM- ~R~r:rON - (QTY X UNIT PRICE IN FlGUlU:$) <6,3SS,C}O tt ) '1'/4-. <60 $ 3, ~7g. &~ $ ::2-,L:13& . <lO $ I) ~4~,50 $ ;).10 ,CO $ ~).50 $ 4-) ~7,~O $ 0)JJ.I.~O $ / ) 4 10, DO OOND 2004 (NORTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SII BLOCK FACES) I ' II III IV v BID I$f QTY , UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM, ~SION (QTY X UNIT PRICE IN FIGURES) Bl-11 4 E;A Pressure Vacuum Breaker, I" complete in place, per Each $ 1<63.'5$ $ 3, 134. ':;0 - --"--.-- 81-12 Quick :::oupler Val ve, ~"'yJI (2) keys,:::omplete tn place, per Each '-'" .--..--t--.- --'- .---......-___.____.__.__. , r Subsurface drip w/air vents, 77 5 r::.. 10 .. flush.ral ves, fl t t ings , linear $__.. .J ' lJF lfeet,:omPlete In place, per Linear Foot .-- . -.. ..----...- ---- -'. '---" ....-----. I JI One year battery replacement & Q S 1 field testing of irrigation $ \\ ?-So.,s ~ LS system, complete in place, per -_.~-- Lump S,lm ------...-....-"..- --.=..-..--- ~~~_...__._-,._-- _.- _._~--- -...---- $ 4-Ji '/.60 4 EA $ )?-G).:b $ h 3\/. y..o 81-13 e- ..... 81-14 $ \ \ ').-5<6, S<; -- ..- . TOTAL ADDITIVE ALTERNATE Bl (NORTH BEACH AREA LANDSCAPE AND ~~RI~~~~ON SYSll1~(/g~~~OEME~~~~!'_~~._~~OC~ FACES): (Items Bl 1 through Bl-14) NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORM PAGE 11 OF 15 - BOND 2004 BID SUMMARY TOTALS: TOTAL BASE BID A: (Items A-l through A-8) ADDITIVE ALTERNATE A1: (Items Al-I through A1-I8) ADDITIVE ALTERNATE A2: (Items A2-1 through A2-6) $ $ $ TOTAL BASE BID B: Items B-1 through B-30) $ 'i{)'Vj 810.60 $__JJ11 u~l. 4D ADDITIVE ALTERNATE BI. Items Bl-l through Bl-14) The bids will be evaluated based on the following order, subject to the availability of funds: Total Base Bid A and Total Base Bid Part B or Total Base Bid A + Additive Alternat~ves Al + Additive Alternate A2 and Total Base Bid B + Additive Alternate B1 rhe Cit '{ intends to award the lowest combination of Total Base Bid A and Total Base Bid B to)ne or two contractors. Alternatives will be evaluated subject tc available fund ng. The underSIgned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notifLcation of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to i.nsure payment for all labor and materials. The bid bond attached to this proposal in the amount of 5% of the highest amount bld, 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 addi tional work caused thereby Minority/Minority Business Enterprise Participation: The apparent low bidder c::hall. withIn five days of receipt of bids, submit to the Ci ty Eng i neer . n wr 1 t i n9 t he names and addresses 0 f MBE firms participating in the=: contract and a description of the work to be performed and its do~lar value for bId evaluation purpose. PROPOSAl FORM PAGE 12 OF 15 The Contrac~or w 11 commence work within ten (10) calendar days from date they receive wr tten vwrk order and will complete same within 150 CALE'-:>AR DAYS after 'onstructlon is begun. Should Contractor default, Contractor may be Lable for Liquidated damages as set forth in the Contract Documents Cit will pay Cmtractor Ln CULrent funds for performance of the contract 1 n accordance l,vi tJ:- the Contract Documents as the work progresses. Signed 1n _-L ;)arts at Corpus Christi, Texas on the date shown above. ATTE~ City :secretary ~ CITY OF CORPUS CHRISTI \- -~ By: \~,\ Ronald F. Massey, Asst. Cit Mgr. o~ Public Works and Utilities By: Asst. ." - _ r ~~ TO LE~ FORM: /.{ Ii i ' l;JL'tLffL, .f/Lv"'f7 it ~I rfmy, I,ff e.~~ p~~ City Attorney v . Angel'. Escobar, P.E. o rector of Engineering Services CONTRACTOR ATTB~: (If CorP9kation) \ <" .~ _ 'J.-. (Seal" Below) #'\.".-\ .).... B'" Construction CqmDanv } "1 -; /~ ,-'1....../ , / /h1-./...r , . ). . /12 f:" -.( 1:) &;7r-( ." Garrett T tIe: (Not:e. If Person signing for cozp"at:ion is not: President:, atta~ copy of autborization to _gIl) P.O. BOX 1028 (Address) INGLESIDE. TX 78362 U::ity) (State) (Zip) 361/643-7575 * 361/776-3993 (Dhone) (Fax) Agreement Page of 2 )\7' . ~ l; 5 / ' 1 LUJ _ - ..l:."tUI"U'''''' If ~'l___~L~ '~FrinA~~ " (/ J PRO P 0 S A L FOR M FOR NORTB BEACH AREA IMPROVEMENTS BOND 2004 DEPARTMENT OF ENGINEERING SERVICES C1TY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM ......, PROPOSAL Place: Date: ~ C1. 1.1JD(P Proposal of 010 rtLtt ~1YU Cn ty)') ~mp{t n , a Corporation organi zed and existing under the laws of the state of _ Tey:tL \ OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all lab9r and materials, tools, and necessary equipment, and to perform the work required for: NORTH BEACH AREA IMPROVEMENTS BOND 2004 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: NORTH BEACH AREA IMPROVEMENTS BOND 2004 PROPOSAL FORM PAGE 2 OF 15 BASE BID A NORTH BEACH AREA SIDEWALK / PROMENADE AND TIMON BOULEVARD 1M OVEMENTS I II BID ITBId QTY & UNIT ? 28'/ i\-l F ~.4 - ,,-2 t "S~2 r.- 3 ISA ..-+ ,,0 1':\,-4 A~~ i i ,;'1\ 1',-6 I n__~ ~'.Ji-\ A..7 I I .._L III IV V UNIT PRICE IN FIGURES - $ t It; $ DESCRIPTION Remove concrete sidewalk, :omple+-e in [lace! per ~quar~ Foot 4" 10' wide Concrete Promenade Trall, complete ir place, per ?quare Foot $ $ 102, ~(o.leS Handicap Parking Sign Assembly, complE-te in per Ea~.!:! $ lelZ,iO F Reflec ive Pavemen Type I in pIa $~12. 170 I $. 5:0. C1~ .-t--_. ocate a~d Mairtain I _ _u pa~m, pe, ~ 1$ J ,iM30 ," t $ .--=11D- $ ---.410 LOlO $ I 2Z~30 j and install irriga1 ion sl'=8ve, Pipe, 'omplet'= in i !o~near Foot : $ l Q{f3.00 Sch 4C PVC: clace, per ._.--f---- "-- '---'--.. . .--.- I i I Allowance for unanticipated ! repairs and adjustments, per I Lump Sum $ 5,000 $ 5,000 TOTAL BASE BID A (NORTH BOULEVARD IMPROVEMENTS) BEA~~~~A SIDEWALK / PROMENADE ~l [lhTJ OT1'~ (Items A-! through A-8) AND TIMON NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 3 OF 15 BOND 2004 ADDITIVE ALTERNATE Al (NO.TH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SI WALK / PROMENADE AND TIMON BOULEVARD IMPROVEMENTS I BID ITEM l\1-1 rd-2 " 3 I -\ - I "1~~ t ,:~+ 'L- I .,~ I I u--t- - I ,,1-7 II ' ~~, I i -+ H I fL-8 ! -+ 1'\1-9 I -+ 1.\1-10 I --t- ll,l-ll I I I ...-L II III IV QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES C EA Medite1ranean Fan Palm 15 Gallon c:omplete in place, per $ \C-):::S 06 Each ~ '1 :':A I i Gulf Murly Grass, 1 Gallon i comple' e in pl3.ce, per EaQl $ __g <60 .. -.. --j-- . ---- --...-. -_. -..-- - . --... j i C.,f. vkeping Red ,)Leander, j Gallon :~omple'":e -II olace, o,,,r i g:ach --,-~====,_. -.....--.... ...._-~ ----- I I I Sea Gr~pes, 3 Gallon, com~lete l ',' 1 Y-. h ! 1,\ p.La: 8, per t:.aC,l $ ..._2!lJ;O ,'::\ Coo:'" .'-.'. ~-+._"'- ------. .-_.,- I 4.e::S F square feet, ce, per ~3.uare $ O. leG 225 F 4" Cypress feet, complE,te Square Foot $ .90 EP & m'C"ter, 1 "w 'permi ts dnd f es, ~>-,r each f ;ornplete n lace, per Each $ \ ,'lIO.aD Battery Cantrell,,::] Valves l"w/lat',rals, Pn~s" Reg" f ter per each \:omplete n place, .,ler Eael: $ L Y1 \ lQO 3<) ~) IE l-1alnl in Lttlng complet F\)ct $ _.3 liL 11/2''', v;,bends &. , per linear feet, in pJ ace, per Lir~ar NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 4 OF 15 V BID I~ EXTENSI (On x UNIT P IN FIGURES $ \ 2'2.1-10 $ -LJ 610. C1~ $ 3lc 0 .OD $ IJ 4(/1. yo $ 6\3.leO $ '1J7=) . au $ t"Cj7) as c; b O,vtJ $~ $ t11~' '2-0 $ \ ,UJ;) l. tJD BOND 2004 (NORTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SIDEWALK / PROMENADE AND TIMON BOULEVARD IMPROVEMENTS) I II III IV V BID ITEM (QTY X UNIT IN FI BID I TIM AI-13 .n.. -14 ';1-15 Al-16 =\1-17 ,.., L I Fressure Vacuum Breaker, 1 u ! t:A I .:omplE:te in place, per Each I ! I ------- -. -t --.- --- . --- - -- -- .. . 2 I Pressure Vacuum B SA I:omplete in place QTY & UNIT 1,47' LF DESCRIPTION UNIT PRICE IN FIGURES L9 SA Pop-up Spray Heads, (1) 4" & (1) 1.", complete in place, per Each $ \?}).Q5 $ 1~y.sC10 $ _Ill <61J.QO $ "Z-lolf1. ill - -+ - -- i I Quick I ~ey~, r..aCh ---+ 6 EA $~-.10 $ \~l2>"W ace drlp 'vI/air vents, cIal ves t fit t ings, inear "3 Co et, :omplete in place, per $ - Llneal Foot $~q~.16 I tine yea.r batterl ;:-eplacements c, fiel j test) ng of irrigation /) I n() 1.r:: system per zone I complet(; in $ I, t...J~ :J.J I place, per Lu.0..2. Sum ___1.... _ ____ _____ __ _ __ _ . ___._._ ___________ $ I,W<.J.% TOTAL ADDITIVE ALTERNATE Al (NORTH BEACH AREA LANDSCAPE AND IRRIGATION IMPROVEMENTS AT..~ PROMENADE AND TIMON BOULEVARD IMPROVEMENTS): $.__. (J . (Items AI-l through Al-18) - .- NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 5 OF 15 BOND 2004 ADDITIVE ALTERNATE A2 NORTH BEACH AREA PEDESTRIAN IMPROVEMENTS AT SIDEWALK / PROMENADE AND TIMON BOULEVARD I II BID ITEM QTY , UNIT A?-l ~', III IV 'V DESCRIPTION UNIT PRICE IN FIGURES Shade ;tructures, complete in Sach r1ace, per Each t4s ~'2 ?j) , i- ---------.- i I Benche with 4'x9'x5' Concrete I Fads c,'mpIete ir place, per I Each -l=-'~-'--- ._-,~----- --------- -.---- ! Histor caI Plaques with i t-Jountillg St ands and 5' 5 I C)ncrete Pads campI e I place, per Each -~---- -------. Sach I ~~~~f~C; Epl:~~n~n ._ __~~ace, . __ I Build' Picnic Ta.ble tc I mat existing at Existing I S te' comDl-?te I Dlace, per I ach C , i\2 - 2 I A~=j- I j I ';;ach ~~i,ch A2-4 ;:'.2-5 I M~_ "_.cJ n $ ~J31~.C10 $ \ IC1~.lf6 $~rl6.C10 $3GU. 15 $ \ ,110:16 $.1\3\~ $ 2'i~5.515 i New Pi,nic Tables :it New Shade i Structures '",ieh 6' x 9' x5" $ "3611.40 ~-~h J C,a,..." l' C:mcret e Pads .=omp lete l.' n riace, per Each -------.,' --_.... ---_.. -~--~._,-_.._-- -- -_._....._--~._---_._-,. 1\2-6 $ lOI~~;,.'W TOTAL ADDITIVE ALTERNATE A2 (NORTH BEACH AREA PEDESTRIAN IM~T SIDEWALK / PROMENADE AND TIMON BOULEVARD) S -- . ('1 t e ~ S A 2 ---l--th -r 0 ugh A 2 -- 6 ) NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORK PAGE 6 OF 15 BOND 2004 BASE BID B I II (NQlTH BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES) 'V --+ ---- ...~~t3 I ~~'o -trim:- oat,:::p~ete.-:~.:~ac:' GAL I per Ga ion 8-~ '.. .7~'-~on :te c,:, Gutt.e~,--- __l~--4!;~~le"_~:l:B ner ':ne:r_~_... 6 I 2 () 0/ I' ~~~~;: t ;o~~:r~l :c;~' '~e; ~~ n~:: ' ~' $_ ~ , Foot --.- - --..-. - --.- -.- --- -- ---. --- - ~- -- --- - - BID ITEM QTY , UNIT B-1 494 :'x . -...--+- I 8-2 I I ! 494 S\' III IV DESCRIPTION UNIT PRICE IN FIGURES 8" Scarify & Re-compact Sub- grade, complete in place, per .?~re Yard $ }O,30 -....-- --"- ------ ... _._----1--- 8" Cru:;hed Limestone, complete ~I i place, per Squ~~~ Yard $ -l-..--. .--------- -. .-- "'--- --------- i 2" TYP} "0" HJt Mix, complete j pia 8, per ~~~~~ Yard :l<o I 10 \ 4. tfO $ $ (g.2E '1,5.26 {g,y;' 8-7 . ,1.",0 Remove ~oncrete :-3~,de't1alk, SF complet,: in p ace, per .?.9.1~_x::..e Foot -.-----.---- ---...----.- -'-- ---.--. BID ITEM EXTENSION (QTY X UNIT PRICE IN FtGURES) $ 10,0'2, '6'. '2.0 $ 1'-) <6Q3.4-Q $ l::Lc q 39 ~o $ /,;25. 00 $ (PI C\ctc.f.2S $ ')390,00 I .?. :)0 <), 7Qo. 00 1$ $ I I -i $ .3~.YD $ 3,cA~ .DO 8-8 8 Concrete Reca~ning Wall, LF complete in pJace, per b..inear Foot -----.-..- -.-. .-..-- ... - -- ---- .------.-.- ---. 8-9 4 428 C; ". 4" 8' '" Ide COTccret t, Tied S.lllewal f:, comf..lete Ln pla;;e, per Square Foo! $ S, g s E- 0 - --'-'-' - -- ._- .-.-.--- - ._--- -~_. 417 '1" Rais"d fl' vii de Concrete S S_,dewal te, completE' n place, per Square Foot - ---1---.-.- - -. - - --- ---.-.-. B- 1 884 SF -- $ . 3,85 Remove complet Foot 'oncrete Drlveway, in place, per ~ar~ $___ 1,l15 NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 7 OF 15 $ ''1, Dt.i7.g0 $ ~Y>J sss. 45 $ ~I l413, go BOND 2004 NORTH BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES (Continued) I II III IV V BID I~ EXTENSION CQTY X ~IT PRICE IN FIGURES) B-12 I ~oncre' e Driveway, complete 10 ,~, ~ 46 I SF :rlace, per ~~ar~_Xoot I --....+ -. '-- ---- - --.-.... -_. -.-.....-..--. B-13 I L 0 I AOA Pe<testr ian EamP.' complete SF in pla,e, per ~_~!:~ Foo~ --+ ._---_. I Sidewa k Grated dr::1ins, complete in place, per Each i --t---- -- BID ITEM B-14 B- 5 -.. B-16 -- .-.- - B-17 t'.18 P-19 -~f -..-..-- B-?l -. E-22 QTY , UNIT DESCRIPTION UNIT PRICE IN FIGURES $ 5-35 $ ~30 Ell" $ I.tJS ,. '3:J 14 .~ IF i c7ainaqe Trou']h, , r ~ace, oer LInear $ ____JS'L,5o :,)mplete in Foot --.---+-- .--.--- ..-- ---.---- EP., I . , , , I rTIga t Lon ]unct 10:1 B,:)x (22 :<22") ~omp!.~te Ui pl.ace, per Each - --t-----.=.c=-- . .-.-..-.---.- --' $ I /lS~. 80 Femove & repl.1ce rate j n let, ') d u- E.Z'. ccmplet "" Hi P 3.C",', oer Ea::h $ 0<., if\ C)"S ,e: -: ~dl~C eve pa,'m'nMd:k~" -1.< _ \ 05 'I 'IF' : ~~~~~et'~ (~~, (~" ~c~.:,3L~~~ b~:~ear $ ---- ! i~ot -- --------------t- H. I FP._flecr Ive pa-,.'emen...-... MarkIng I ' '70 .1 i Type I (W) (2!") !3LD), $ 14- LF I complet e in p ,-ace, per LLlear f- I _'m'_ '-- , ~oot I --- i ::flecti ve:~em:~t Marki~;-r 26') i Type I (W) Crosswalk 10' hide, i $')..1.55 LF ! cDmplet e in p.l.::1ce, per hi'2.ear I ----- _m__.+~(~~~_______ .___. _ ___ ___ ___._+_. i ~.-:locat e St [eet~ '~'raffic )lgns I I'J, J, I ~5 1 I 1IL::lud~ng new pIpe sleeve:; In $~""I' , " lflcret e, 'amp 1 et.~ 1n pia ~e I ~ I P;"c Lunt~ _ _ __L_ _= --- --- , lo Park ing meter 1." I' ~ c c. - , I galvani zed pipe sleeves $-M~'::> L,) 11 ~;;~t~~L~dsu~~mPlet(o. in pl'lce, 1 ..______ '_'m _ ._,___~ ___===- ____~ ......_.___'._.____ __...__..,___.._____,_, NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE R OF 15 $ ~1\<6(.lO $ :2 I ;.l9o, ~O $ 1,3\5.00 $ "-L (oS~. ao $ l ) 'PS<1 ' <(So $ ;)./ ~ p~ .ll-$" $ Ill'j ).d . SO $ , ) 1<10:70 $ I.30o.'7S $ ~44 gs- $ J) oq5. "15 BOND 2004 NOR H BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES I BID ITEM B-23 I I I ..u__+ 8-24 P-25 B-26 P.-27 8-28 B-29 B-30 ..--- $ <6 \ S '7D.OS I I.'.' -- I ,. --- .-----t-- i : II III IV UNIT PRICE IN FIGURES $ ) ) SOO. 00 $ _JQ~O . <sS $ l3,lfS Continued v BID I~ EXTENSION (QTY X ~IT PRICE IN FIGURES) $ } I tJOD' 00 QTY , UNIT DESCRIPTION $ 1'3tt.loO $ \ ) ')\ 0 c SS Czone ays, complet:e per .~ DAY LS I Storm I'iater Pollut.Lon Prevention Plan (SW3P), complete in place, per LUJ~ I Sum .----- - -- ------ ---- I . I Traffll Control, complete in I place, per Lum'p_~.!l!~ s ,(pO $ ~, Sf")D 0 S ] '::' .-. .--i-- -.- --- ._--- --- ---- -- - ! I -~ 1 J' Water blast & Vacuum Clean LF Stormwater Lines per: Linear Foot --- ---- ---..----- -- ._----.__.__._~--,_._. .---,.-- I Et" i Remove ':.rees : p!~c Eac n of various SIzes, $ )..~O $ 4) HoCl.SO i _ _ _._..~ ---- ._.. -------. - ----. 4" thic K layer of ~"~ashed i Gravel and Dewitt PROS fabric I installed in pla.-:::e In tree i pL::mteJ3 (3'x3' .. \:)mplet.- HJ ---,..--II-::~:~ ';,~ ?~:~~ [i.-"'.',, SCh~~- , 10 PVC pipe sleeves 1 (>; LF .. irrigatIon line complete n __ __1~1_3ce, . per__Lin_ea~==~o_ot____n__ is _ J ~:;;~~C:n~O:~~::~~~~7~:r 4:~ F" $ 10,000 $ )/133,4-0 $ ?.~ · tfo $ 3)9Cj(p.CO $ 10,000 TOTAL BASE BID B (NORTH BEACH AREA IMPROVEMENTS AT SIX BLOCK FACES). $ ')..02,~a..~_______________ (Items B-1 through B-301 NORTH BEACH AREA IMPROVEMENTS PROPOSAL FORM PAGE 9 OF 15 BOND 2004 ADDITIVE ALTERNATE B1 (NORTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SIX BLOCK FACES) I BID ITEM 81-1 ,-^"- 81-2 31-3 81-4 81-5 I I ----+ 31-6 i ----~ B -7 I - ----t- --- 81-8 I I r- --t- b --9 i ! Bl-IO I i I i _____--L-__ ~ II III IV 'V UNIT PRICE BID ITEM - -EXTENS-rON -- IN FIGURES (QTY X UNIT PRICE IN FIGURES) 3C11.<10 $ <6,355,90 :3q'7. go $ l.f ) '1'14. <60 30lo. o~ $ 3, ~7g. (O~ QTY & UNIT DESCRIPTION , 1 ,.::., -L Crepe Hyrtle Trees 4S Gal on, complete in place, per Each ~=i\ 1$ --------+ 2 Florida Sabal Palms 10' Trunk feet, omplete in place, per Each $ F:.i\ 1 ~:.l\ I Sea Grape Trees 30:;allon i ccmple~ e in p dC"':. per Each $ i --- ---+- -- ~--- - ------- -- ----- 4 I FLantirg M1X or p~ant & ree '\' I install ation, complete in $ I ):l.tfs _ -'-_-i~i-a c~~ ~e r_CUb~~~ _~_a-r=-_ Decompc sed grani ',:e, <1" top 450 dcessirg, per ~quare feet, $ 3.(0'5 F complet e in pJ ac(~ I f)er ~uaL^e -.--- ~;~-t::::-ap:-;a:'~~ rec Sq:~~:-- - ---:F fc:'et, .)mpl.:::tE ~ I ace, per $____, (pO . ~quare foot --- ---- ---- --- -----~- $ ?,L13K. <lD $ l) ~4).50 $ ~1o.co :-T Top dressirH1' 4" mulch, per square complet-" in pldcE', Foot $ ;2). SO r cypress feet, per ~ar~ $___ /) 0 --- -- -- -1 SF Tap & i'J,::ter, V' YI/permi ts and fees, par each, complete in place, oer ~9re__F',?ot $ LJ-) ~7, ~O $ I) '):)4.30 ----- -- -- ------ ---- - -- - - -- EJ'l, Battery Controllu:J Valves 1" w;later~ls, Pres Reg., f Her !er each, cc:rnplete in place, :,er l':acb $ C))JJI.~o $_2,30~ .3S -- --------f-------- IF Mcnnlin- 1" w/bEnds and t t ting , per linear feet, ccmplet ir plaCE, per Li.!l~~E Fuot $ 1)4/0.DU I $ H ____10.'0, 0 ---~ -~-~ NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 10 OF 15 BOND 2004 lNaRTH BEACH AREA LANDSCAPE AND IRRIGATION SYSTEM IMPROVEMENTS AT SIX BLOCK FACES) I II III IV V BID QTY & UNIT PRICE BID ITEM,EXTENSION ITD:t UNIT i DESCRIPTION IN FIGURES (QTY X UNIT PRICE i IN FIGURES) - 81-11 4 Pressure Vacuum Breaker, 1" 'Y63S<; 3,134.X) EA i=omple te in place, per Each $ $ ----- ------ -----.---.,.----..--- _.-.__.~ 81-12 4 Quick :oupler Valve, ~" wi (2) 3~<1.:b \)'3l/c tfQ EA keys, :omplete jn place, per $ $ Each f---- - - ~--" --- - -- ..---...--"-.------ 1---- 81-13 Subsurface drip w/air vents, I 75 flush valves, fittings, linear I $ I) .'/0 $ It)tt'1.00 LF feet, .:omplete in place, per Llnear Foot ------- f----- -------____ _._-~- 81-14 Cne year battery replacement & \, ).S~,5S \ )').-S<6,5~ field ,:esting of irrigation $ $ LS - system, complete in place, per L '.unp Slm -- --'----- _..._..._-_._---_._---~.- - TOTAL ADDITIVE ALTERNATE Bl (NORTH BEACH AREA LANDSCAPE AND ~~RI~~~~~N SY~yE~~Ig~~~OEMENTS AT SIX BLOCK FACES): (Items Bl-l through Bl-14) NORTH BEACH AREA IMPROVEMENTS PROPOSAl FORM PAGE 11 OF 15 Number of Signed Sets of Documents: The contract and all bonds WIll be prepared in not less than four counterpart (original signed) sets, Time of Completion The undersigned agrees to complete the work withIn the following calendar days from the date designated by a Work Order .1. Bas,~ Bld A 2. Additive AlternatE Al 3. Additive AlternatE A2 - 4. Total Base Bld A hith both .-"" From Day one* 4":/ ~ calendar days 15 calendar days 15 calendar days ~ calendar days * From date as authorized in the written Notice to Proceed. From Day one* I Z-O ~ calendar days 30 calendar days I~O ~ calendar days Alter llate B The undersigned further declares that he will provide all necessary tools and apparatus. do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal in strict accordance with the contract documents and the requirements pertaining thereto. for the sum or sums above set forth. P.eceipt 0 the followina addenda is acknowledged (addenda number) J'-F ______J~_~_-L~)_ ;, C rpora t -,-on) Respectfully submitted: J 0 h d, (j tUt-.et1 By ....~~J~ Address" ~GNAO~l~r) ( p , O. BQx ) . ~)m'~ (Ci y) (State) Telephone: .~\ uLr~r151'S Name' SEAL - F BIDDER IS (street) 7k?:WZ (Zip) NOTE: Do not de:::ach bid flom other papers. Fi 1 In with ink and submit complete with a':tached papec. (Revised August 2000) PROPOSAL FORM PAGE 13 OF 15 ."... f E R F Q_R MAN C E BON D STATE OF TEXAS ~ HOND NO. 2174733 COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: ~HAT Garrett Construction Comoanv of SAN PATRICIO County, Texas, hereinafter called "Principal', and INSURANCE COMPANY OF THE WEST * , a corpora t on organi zed under the lalrJs of che State of CALIFORNIA and duly author 1 zed t:) do busi 11ess in '.:.he State of Texas / hereinafter called "Surety" are held ane'] firmly bound unto the City of Corpus ChI 1 sti f ::I muni c Ipa 1 corpor at L ()n of Nueces County, Texas, hereinafter called "C:. ty", lD the penal sum of TWO HUNDRED FIFTY THOUSAND. FIFTY-NINE AND 91/100 ($250.059.90) DOLLARS, lawful money of the United States, to be paid n Nueces County Texac;, for the payment of which sum well and truly to be made we bJnd ourselves, our heirs, executors, administrators and successors. Joint y and severally firmly by these presents: '.rilE CONDITION OF p~lncipal entered in 0 Chrlsti, iated the 29TH attached ~nd made a prirt THIS OBLIGATION IS SUCH THAT: Whereas, the a i:er t ain contract wi th the Ci ty of Corpus of AUGUST , 20~f a copy of which is hereto hereof for the construction of: NORTH BEACH AREA IMPROVEMENTS BOND 2006 - PROJECT NO. 6287 (TOTAL BASE BID 'B' + ADD.ALT.Bl: $250,059.90) MOW, THEREFORE, if the prlDcipal shall faithfully perform said work HI 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 accep ance 0 f improvements by the Ci ty / then this obligation shall be veid; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue sha 1 lie in Nueces County, Texas. And . ha t sai.j SUI etj/ f:)r 'Ja 1 ue recei ved hereby stipulates that no change, extension of 'irne, alteration or addition to the terms of the con tract, r to th( \Nor k performed thereunder, or the plans / specifications drawings, etc., accompanying the same shall in anywise affect it~ ,)bligation ,)n thLs bcmd, and it does hereby waive notice of any such change, extension (it time, a teration or addition to the terms of the contract, or to the work to be performed thereunder. * J '\iUEPENDE!\ 'F'A,,"U/\T~' ~ 'P?" PerformanCE Bond Paqe 1 0 Thi Dono Vernon's CivIl ~jt a te of Texas s ~ veL Teet Statu'es )f Texas. he requirements of Article 5160, and other applicable statutes of the The undersigned agent 1 ~3 lereby deslgnated by the Surety herein as the Agen Resident ir Nueces Cuunty l() whom any requisite notices may be dellvereci and on whon serVJce uf prucess may be had in matters arising ou t of '",Deh SUl etys :'tip, :'l S ~", 'JV idc~d b'/ Art. 7. 19 -1, Vernon I s Texas nsurancp~ode :IN WITNESS WHEREOF, this Jnstrument is executed in -L copies, each one of which shall be deemed an original this the 11TH day of :::EPTEMBEF 20 f PRINCIPAL 'l\RRETT CONSTRUCTION COMPANY By: .+1.'1 ,})~2"YJ-~ .,.f ,'J / ,'.1 ,-<"1 . c'i" " )4" I.. {. I Name & TItle F /:.. {.S, (PrInt \ k C ")\.~C- \..-.- J Secretary U':)\\~, (PrInt Name) /.) <\.A~ /) v;-- I.' v \\\~ ATTEST SURETY NSURANCE COf\lPANY OF THE WEST .NOEPENOENCE CASUALTY & SURETY CO. , '. /.~ By: _~~"!Y' c'l /?? .~t tornE~Y_~~- fact &h-?1 - '1l\RY ELLEN ~.1CiORE 'PrInt "Jame) '; .... '~~" ~~~.ia1~~e~~ o:f~:O~::trs~n Nueaes COW2t:V, 2'exas, for delivery of Agency: -;WAW \JE~ " ;, 'W)( INSURANCE ,t;C;ENCY Contact Person: .1ARY !=LLEN ~~___ Address: .jC:-: '::u8P! ,::) C:HrU; L'ILLEXAS ~?i~____,________,_ Phone Number: 36 l- u- ~NOTE: Dat I Ff'vised 9 P~rtormanc:e 'jOT1(l mU:3: : ,e ['!- j " late of )ntract) [formance Bond "'age 2 0 t - ~_~__ Y_ MEN T_ _ ._B_~N D BOND NO. 2174733 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ 'HAT Garrett Construction Comoanv of SAN PATRICIO County, 'rexas, hereinafter ca led "Principal", andTNSIJRANCE COMPANY OF THE WEST * a corporat.lon organized under the laws of the State of CALIFORNIA and duly authorlzed to do business 'en the State of Texas, hereinafter called "Surety" are held and firmly bound unto the City of Corpus C}lrlsti, ,3 municlpal corporat.lcm of Nueces County, Texas, hereinafter called" ity" and Ul to alJ pE,rsons firms and corporations supplying labor and mater als ln plosecution of the work referred to in the a tached ,:ontract i ln the penal sum of TWO HUNDRED FIFTY THOUSAND, FIFTY- NINE MiD 90/100 ($250,059.90) DOLLARS lawful money of the United States, t -, be paid n Nuec:es C:mnty Texas, fur the payment of which sum well and t Lily to he made \tJe bJ nd oursel ves I Olr heirs I executors, administrators and successor;o;, _ oint y and severally firmly by these presents: '!HE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the prlncJ.paJ entered int._o a certain contract with the City of Corpus Chrlsti, iated the 29TH day AUGUST 20~, a copy of which is hereto a tached and made a part hereof. for the construction of: NORTH BEACH AREA IMPROVEMENTS BOND 2006 - PROJECT NO. 6287 (TOTAL BASE BID 'B' + ADD.ALT.Bl: $250,059.90) 8QW, THEREFORE, J f the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provlded for in said contract and any and all duly authorized modification oE said contract that may hereinafter be made, notice of which modi fication to the surety is hereby expressly waived, then this oblLgat:ion shall be void; otherwise to remain in full force and effect .ROVIDED FURTHER, that if any legal action be filed upon this bond, venue shat] lie in Nueces County, Texas And that sald surety t01 \falue recelved hereby stipulates that no clange, extension of time, a teration or addition to the terms of the cont ract or t,) the work perfo:cmed thereunder, or the plans, specificatlons, drawi 'lgS, etc , accompanyi ng the same shall in anywise affect its obligat.ion on thls bond, 3nd t does hereby waive notice of any such change, extension of time. alteration or addition to the terms o t the contract, ur t the wor-k to be performed thereunder. * ~',UEPENDF':C Ct,SLA 0; ;jEEr') f-dymen t Rc.md -)age _~ .... Thi bOLd Vernon's eviL State of Texas "s 9 veL S tat ute s c) f The terms n ae )rda'1Ce '.tJ t () Ileet . he requi rements of Article 5160, Texas, and ther applicable statutes of the "Claimant" "Labor" and "Material", as used 1-;- ,-tr1d as clef i r1ed in said Article. herein ate The underslgned ~gent LC tlereby designated by the Surety herein as the Agent Resldent. in Nueces='t)unty to whom any requisi te notices may be delivered and on whon service f prucess may be had in matters arising ou of :c;uch SIH etyship as 010vided by Art. 7.19-1, Vernon I s Texas InsurancE :ode. IN WITNESS WHEREOF, thlS instrument is executed in -L copies, each one of which shall be deemed an original! this the 11TH day of :' EPTEMBER 2 I) PRINCIPAL .';RRETT CONSTRUCTION COMPANY By: / A A .___ -'1. ~-' d /, ',; -; ).,.v..;e/ , ,J '. , ~ii', J . hi" K 1':"'G--11 Name & Tltle j ?/Zt':::' Drlnt ATTEST ( l.- '-\,,,-- L.-- ~;ecretary \; )\ d~ rPrlnt Name1 Q0--' 'j "(ClCG SURETY NSURANCE CUMPANY OF rHE HEST DJDEPENDENCE CASUALTY & SURETY CO. B'I://~?').... ('/~~'/{ ~7/Z"-- / torney,j..{i-fact VARY ELLEN tK)nRE 'Prlnt Name) ~~~in~;.~~ O:fO::o~~:trs~n NIl.a.. COWley, Texa., fo~;de~vez:y of Agency: _ S'V!AN l'NER & (J}tJ.)l.N INSUl<ANCF {\i;ENCY Contact Person: _ MARl ELLEN t'UI)f.j Address : _~ ROY B'iJ...____ Pbone Number: cr'RFJS C.HRl ST:. I "'EXAS S40.:> 3 b l-~ 83 - ~ --:i 1 j (NOTE: Date of Payment Bond must n,,' iJE [riar t';. date of contract) (Revised 9/112\ l..:iymen t Bond rage ;2 0 f 2 CSR BS DATE (MMlDD/YVYYI GARRE-3 . Of; 11 06 THIS CERTIFICATE IS ISSUED AS A MAITER 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. ACJJRDN CERT~FICATE OF LIABILITY INSURANCE PRODUCER Swan tner , Go rdor F 0 Box 87C Corpus Chr~st Phone 361-883 1711 ins k.gcy' rx 84U~ 087 Fax 361-844-0101 INSURERS AFFORDING COVERAGE INSURED iNSURER A Clarendon America Inaurance Co Garrett Construction,Company Live Oak Materials, nc: Garrett Marine. Inc P. O. Box 1028' Ingleside TX 78362-1\'28 The Tra""'~~r8 Lloyda Ina. Co. ___ Texas ~tual Insurance Coapany ~~~1. Indemnity Company COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CON I RACT OR 01 rlER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. TtIE INSURANCE AFFORDED BY THE POliCIES DESCRIBED HEREIN IS SUBJEC1 TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGfIlEGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR EACH OCCURRENCE TYPE OF INSURAN POLICY NUMBER ~GEN1 BlllAL LIABILITY \; f }{.! COf;4MERC!AL GENERAl LIABiliTY DCTOO 0 0082 4 6 W CLAIMS MADE X ;YC UR A 07/26/06 07/26/07 PREMISES (Ea occurence MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAl AGGREGATE PRODUCTS - COMPfOP AGG Em Ben. v -+- i GEN'LAGGREGATE LIMIT APPLIES PER 'i r . -, PRO. ;- ... l I i POliCY X i JECT 4-i~~~ l ~!,~BILE LIABILITY \ Xi ANY ,AUT 07/25/07 COMBINED SINGLE LIMIT (Ea accident) A 07/25/06 DCT000008254 ALL OWNED,A' n DS SCHEDUl f D J'U 'OS HIRED At' ! CJ S BODILY INJURY (Per person) BODILY INJURY (Per accident) NON-OWNED ,,"UTOS PROPERTY DAMAGE (Per accident) __'__"..w__~.,. ..,_..~._..____...__._. AUTO ONLY - EA ACCIDENT ANY AUT, OTHER THAN AUTO ONLY: . -----l-- c --t--..--..--.- ... , EXCEltluMBRELLA lIABILITY \- [xl OCCUR CIAIMSMAOE I NHN035949 07/26/07 EACH OCCURRENCE AGGREGATE 07/26/06 I DEDUCTISI E v r-n- X RETENTION 510000 --f- -----.- i i TSFOOOI080533 07/26/))7 /1' X TORY LIMITS EL EACH ACCIDENT $ 500000 EL DISEASE-EAEMPLOYEE $ 500000 EL DISEASE. POLICY LIMIT $ 500000 B WORKERS ClMPENSA TION AND EMPLOYERS"LIABLITY ANY PROPRllTORIPARTNERlEXECUT/VE QFFICERlM_ER EXCLUDED? " II yes, descrillt under SPECIAL PRCJIVISIONS below OTHER .~. --+-. 07/26/06 v D 07/26/06 07/26/07 QT6600768C347 $2500 Ded / CERTIFICATE R NAIC# 41262 LIMITS $ 1,000,000 $ 100,000 $ 5000 $ ,000,000 2,000,000 $ 2,000,000 1 000,000 1000000 $ EA ACC $ $ $ 1,000,000 $ 1,000,000 $ $ $250 000 City of Corpus Christl Eqgineering Services Contract Administrator V P. O. Box 9277 Corpus Christ~ TX 78469-9277 CANCELlATION C I CC - CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO 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 ACORD 25 (2011108) @ACORD CORPORATION 1988 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(sl 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 (2 108) COMMERCIAL GENERAL LIABILITY THI" ENDORSEMEN I CHA NGES THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies in~urance provided under the following V COMMERCIAl. GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organizati,m: City of Corpus Christi Department of Engineering Services .j Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-9277 (If no entry appears above, information reqUired to complete this endorsement will be shown in the Declaration as applicable to this endorseme01 ) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Named Insured- _ Garret_t Construction Company v Policy Number DCTOOoo08246 \ Effective Date of This Endorsement: 07/26/06 .; Authorized Representative: ~v Name (Printed): R. M. Lee lltle (Printed): _ Managing Partner GL 20 10 I I 85 ATTACHMENT 2 lOF2 COMMERCIAL GENERAL LIABILITY THIS ENDI lRSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY fEXAS CHANGES - AMENDMENT OF v (ANCELLATlON PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the tollowing: " COMMERCIAL GENERAL L lABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, we agree to mail prior written notIce of cancellation or material change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator \i P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30) v Named Insured Garrett Construction Company v Policy Number DCTOOOO08246 " Effective Date of This Endorsement: 07/26/06 Authorized Represenrati ve: ~v Name (Printed) R. M. Lee Title (Printed): Managing Partner CG0205 (11/85) A TT ACHMENT 3 lOF3 TE 99 01B ADDITIONAL INSURED 'Ibis endorsement modifies in>urance provided under the followmg. [B USINESS AUTO COVERAGE FORM v GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM Tltis endorsement changes the policy effective on the ince Endorsement Effective y I 07/26/06_____~____ I DCT000008254 Named Insured -r- Gerrett~onstru~t~oncompa,,-=,- .~_. . __ Jountmig:."d v The provisIOns and exclusions that appl) to LIABILITY COVERAGE also apply to this endorsement. A4ditional Insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 is an insured, but onl) with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is affbrded under this policy. TIle additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable. declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of an) cancellation of this policy. Ifthe cancellation is by us, we will give ten days notice to the additional insured. TIle additional insured will retain any right of recovery as a claimant under thiS policy. FGRM TE 99 OIB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19,1992 ATTACHMENT 2 20F2 '""""'" TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies iIFurance provided under the following: [BUSINESS AUT.O COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM " This endorsement changes the policy effective on the ince tion date of the olic I Endorsement Effective Policy Number 1 I :::;n'"Ced- - -- ~- ----- - - - n __ DCTOOOO08254 I i Gerrett Construction Company ../ Countersigned by unless another date is indicated below: ../ (Authorized Representative) v llIIRTY (30) days before this policy is canceled or materIally changed to reduce or restrict coverage we will mail notice of the cancellation or change {() City of Corpus Christi Dept. Of Engineering Services . Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 Authorized Representative (~ " Name (Printed): Title (Printed): R. M. Lee Managing Partner F'C>RM TE 02 02A- CANCELLA nON PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 20F3 WORKEtt~ COMPF"ISA TION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) . EXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies oniy to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page In the nellt of cancellation or \Jther material change of the policy. we will mail advance notice to the person or organization named In the Schedule The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly ('T mdirectly tt' benefit anyone not named in the Schedule. Schedule I. Number of days advanle notice: 30 v 2. Notice will be mailed tll City of Corpus Christi Department of Engineering Services Attn: Contract Administrator POBox 9277 Corpus Christi, TX 78469-9277 v This endorsement changes the policy to which It is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07/26/06 Policy No. TSFOOOlO80533 \,/ Endorsement No. Insurance (ompany Texas Mutual Insurance Co Countersigned By: I~ R. M. Lee Insured Garrett Construction Company WC 42 06 I) i Name (Printed): (Ed. 7-84) Title (Printed): Managing Partner ATTACHMENT 3 30F3 GENERAL EMDORSEMENT ......