Loading...
HomeMy WebLinkAboutC2006-454 - 9/12/2006 - Approved1 S P E C I A L P R O V I S 2006-454 09/12/06 M2006 -303 Garrett Construction Company S P E C I F I C A T I O N S A N D O F C O N T R A C T S A N D B O N D S F O R MANSHM AREA DRAINAGE IMPROVEMENTS PHASE 2A - 6A B 20°4-REIGHBORHOOD STREET RECONSTRUCTION CLUSTER FOUR- MANSHEIM /SUNNYBROOR AREA LNV ENGINEERING Engineers & Consultants 801 Navigation, Suite 300 Corpus Christi, Texas 78408 Phone: 361- 883 -1984 Fax: 361- 883 -1986 FOR ''ITY OF CORPUS CHRISTI, TEXAS Phone: 361 -826 -3500 Fax: 361 -826 -3501 PROJECT NO: 2228 DRAWING NO: STO 511 •ti MN tFftM O*EfR .N••yM•M•..N H...•M..N• SUMO• e ,4"'`f cP". 7 AO REVISED AND ISSUED FOR RE -BID Revised 6/27/99- MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A - 6A REVISED AND ISSUED FOR RE -BID BOND 2004 - NEIGHBORHOOD RECONSTRUCTION- CLUSTER FOUR- MANSHEIM /SUNNYBROOK AREA Table of Contents NOTICE TO BIDDERS (P vised 10/21/98) NOTICE TO CONTRACTORS - A Insurarce Requ rement NOTICE TO CONTRACTORS - B Worker's Compe :sation Coverage For Building or Construction Projects For Government Entities PART A -- SPECIAL PROVISIONS Time and Place of Receiving Proposals /Pre -Bid Meeting Definitions and Abbreviations T, 3 Description of Project --4 Method of Awari /Explanati-on of Bid Items Items to : >e Sur -mitted with Proposal 7 r Time of Complee- ion /Liquidated Damages _.- Workers Compensation fnsuran_ce Coverage 1. ?- Faxed Proposal Acknowledgment of Addend 0 wage Rate - 1 Cooperation wi h Public Agencies F. -2 Maintenance of Services f-: -11.3 Area Access and Traffic Control -14 Construction E„uipmen+_. Spillage and Tracking A -15 Excavation and Removals f• -16 Dsposal /1aiva ;e of Mater .3ls i`. -7 Feld Office • -18 Schedule end Sequence of Construction 1 9 Construction S7akinq 1 0 Testing and Ce-tifica-.ioc. 1 21 Project Signs 7 -r2 M1nority /Minor ty Business Enterprise Participation Policy (Revised 10/98) 1) 23 Inspection ReT,ired A -24 Surety Bonds A 25 Sales Tax-- Exem -tion NOT USED (6/11/98) A -16 Supplemental Insurance Requirements r� r� Respens-4i1 ty fee Damage Claims NOT USED A -28 Considerations for Contract Award and Execution A --29 Contractor's Field Administration Staff P -?0 Amended "Consiceration of Contract" Requirements A. 1 Amended Policy on Extra Work and Change Orders A 12 Amended "Execution of Contract" Requirements A-33 Conditions of Work A -24 Precedence of Contract Documents A -35-- - t-y otcr Fael 1iti -es- Special Requirements NOT USED • Other Submittals A -37 Amended "Arrangement nd Charge for Water Furnished by the City" A. 38 Worker's Compersatlon Coverage for Building or Construction Projects for ,overnment Ent tier Table of Contents Page 1 of 5 PART W - DRAWINGS ('ontinued 3 +! 38 '9 4) 44. 4 46 . 4 48. 50. 51: 52. 50 54. 55 56. 57, 58, 59 - -70 71. 72. 73, 74. 75. 16, 77 - -78. 79. B0 -81. 82- 83. 04. 85 - - -S8. Easter /Fra kiin Street Plan & Profile (Proposed Pc Sta +2 to Pt Sta 2 +20 Easter Street Plan & Profile (Proposed Street Pc Sty 2 +2, to Pc Sta 6 +66 Franklin Street Plan & Profile Pt Sta 7 +3 -1 to Sta 11+80.5 Franklin /Ester Street Plan Sta 1L +80.', to Sta 11 +80.5 Easter Street Plan & Profile (Proposed Street PT Std 7 +34 to 11- -80.5 Dodd Street Plan & Profile (Proposed Sta 0 +70 tc Sta 4 + -00 Dodd Street Plan & Profile (Proposed Sta 4 +00 tc Sta 6-+66 Cheryl Street Plan & Profile (Proposed Street Sta 0 +59 to Sta 4 +00 Cheryl Street Plan & Profile (Proposed Street Sta 4 +00 to PC Sta 6 +66 Cheryl Street Plan & Profile (Proposed Street Pt Sta 7 +34 to Sta 11 +65 Cheryl Street Plan & Profile (Proposed Street Sta 11+65 to Sta 13 +29 Blundell Street Plan & Profile (Proposed Stree Sta 0 +70 to Sta 4 +00 Blundell Street Plan & Profile Sta 4+00 to Pc Sta 6 +66 Blundell Street Plan & Profile (Proposed Street Pt Sta 7 +34 to Sta 11 +20 Blundell Street Plan & Profile (Proposed Street Sta 11 +20 to Sta 13 +29 Archer Drive Plan & Profile (Proposed Street & PT Sta 0 +34 to Sta 4 +65 Archer Drive Plan & Profile (Proposed Street & Sta 4 +65 to Sta 6 +29 Storm Water Laterals Storm Water Laterals Storm Water 'Laterals Mansheim Boulevard Proposed striping layout Basemaps -- Exist Waterlines Basemaps - Exist Wastewater lines Basemaps - Exist Storm water Basemaps - Exist Gaslines Perimeter signs and barricades traffic control plan Traffic Control Plan General Notes Mansheim Blvd typical lane closures Mansheim Blvd typical lane closures Pavement markings (3)- OOA Barricade anc construction standards (1)thru (9C) -98 Traffic Control Plan (3 -1) -98 Traffic Control Plan: (3 -3) -98 Traffic Control Plan - -10 Traffic Control Plan - -13 Traffic Control Plan- -17 Traffic Control Plan- -18 Miscellaneous Details Curb, gutter, sidewalk & expansion joint details Residential driveway details Commercial driveway details Sidewalk ramp details Standard Water- details Street & Storm Water) & Storm Water) (Proposed Street & Profile (Proposed & Storm Water) Street & Storm Water) & Storm Water) Street & Storm Water) Street & Storm Water) & Storm Water) & Storm Water) & Storm Water) & Storm Water) t & Storm Water) (Proposed Street & Storm Water) & Storm Water) & Storm Water) Storm Water) Storm Water) Table of Contents Page 4 of 5 PART T TECHNICAL SPECIFICATIONS 5ecticn 001000 Pipe Bursting /Crushing Sanitary Sewers Section 001200 Removing abandoned Structures Seeticn 002100 Flexible Base Section 002200 Ho? Mix Asphaltic Concrete Pavement Section 002300 Concrete Farb Ramps Section 002700 Sodding Section 005000 Disinfection of Domestic Water Lines Section 010000 Portland Cement Treated Materials (Road Mixed) Secticr. 022020 Excavation & Backfill for Utilities & Sewers Section. 025612 Concrete Sidewalks & Driveways Section 028300 Re ocatio l of Fences PART W - DRAWINGS 6A. 2+> - 2P. Cover Sheet Project Location Map General Notes & Testing Schedule Exist Typical Sections Proposed Typical Sections Proposed Add Alt Typical Sections Proposed Typical Sections and Details Proposed Adds Alt Typical Sections Legend - Estimated Quantities Proposed Overall Utilities Control Layout and Benchmark Information Removal Summary Mansheim Boulevard Plan & Profile (Proposed Water & Wastewater) Sta 0 +56 to Sta 5 +50 Mansheim Boulevard Plan & Profile (Proposed Water & Wastewater) Sta 5 +50 to Sta 10 -00 Mansheim Boulevard Plan & Profile (Proposed Water & Wastewater) Sta 10 +00 to Sta 14 +50 Mansheim Boulevard Plan & Profile (Proposed Water & Wastewater) Sta 14+50 to Sta 17+78 Waterline /Wastewater le Laterals & Details Water Tie --In Details Water Tie-Tri Detai,_s Gabriel Street Plan & Profile (Proposed Street & Storm Water) Sta 0 +51 to Sta 3 +60 Gabriel Street Plan & Profile (Proposed Street & Storm Water) Sta 3 +60 to PC Sta 6 +66 Mansheim Boulevard Plan & Profile (Proposed Street & Storm Water) Sta 0 +56 to Sta Mansheim Boulevard Plan & Profile (Proposed Street & Storm Water) Sta 5 +50 to Sta 10 +00 Mansheim Boulevard Plan & Profile (Proposed Street & Storm Water) Ste 10 +00 tc Sta 14 +50 Mansheim Boulevard Plan & Profile (Proposed Street & Storm Water) Sta 14,50 Sta l '+93 Gabriel Street Plan & Profile (Proposed Street & Storm Water) Pt Sta 7+34 to Sta 11 +20 Gabriel Street Plan & Profile (Proposed Street & Storm Water) Sta 11,20 ta Sta 13+46 Dodd Street Plan & Profile (Proposed Street & Storm Water) Pt Sta 7 +34 to Sta 11 +30 Dodd Street Plan & Profile (Proposed Street & Storm Water) Sta 11+30 t( Sta 1 3 +5j Franklln Street Plan & Profile (Proposed Street & Storm Water) Pt Sta 2 +20 to Pc Sta h-66 Table of Contents Page 3 of 5 PART W - DRAWINGS •ontinued) -93 Standard WcstewaLer ietails 94-95. Standard storm wat er details 96. Precast siLgle bo ;. culverts 5' -O' span 96A. Cast in place sincle box culverts 5' -O' Span Sign detail �"�?• Sediment b water Falluti.on control measures APPENDIX - Geotechni _.al Investi_gation P - Storm Water Pollution Prevention Plan NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 5 of 5 NOTICE TO BIDDERS NOTICE TO BIDDERS 'ealed proposals, addressed ro the City of Corpus Christi, Texas for: MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A - 6A REVISED AND ISSUED FOR RE -BID BOND 2004- NEIGHBORHOOD RECONSTRUCTION - CLUSTER FOUR- MANSHEIM /SUNNYBROOK AREA eons sty: of street reconstru-tion, drainage improvements, water improvements and ,an. t ary sewer improvements for the following major items of work including 33,340 square ;'aids of eehat eeent treated existing material, one course surface reutment, and 2 ' -2 ' HMACP (5,200 square feet of sidewalk, 20,000 linear feet f : :..rb a ed gr ` r;:-, 752 linear feet of 1'x 5' concrete box culvert, 4,200 linear `ee° of 1"-6(,)" RCP, I DA regeirements, 2,250 linear feet of 6 " -8" PVC waterline ,nd fittings, 1,800 linear feet .f pipe bursting 8" wastewater line, 465 linear fee of 6" -- l0" PVC wastewater line and fittings, and manholes in accordance with he plans, specie . cati .)n and eori Tact documents. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, August 23, 2006 and then publicly opened and read. Any bid received after closing time wilt be returned unopened. A pre -bid meeting is sshedui€»d tor Tuesday, August 8, 2005, beginning at 10:00 A.M. The pre -bid meeting wit: be conducted by the City, and will convene at the Engineering Services Main Conference Room, which is located at City Hall, 3rd .lour at 1201 Leopard street, Corpus Christi, Texas. No additional or separate visitations will be conductec; by the City. R. bid bond in the amou.:_t or of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which wi_1 no be censLdered. Failure to provide required performance and payment bonds for :ontract:.s over 525,000.00 will result in forfeiture of the 5'> b_d bond to the City as Liquidated damages. Bidder's plan deposit is subject tc mandatory forfeiture to the City if bidding documents are not returned to the City w thin two weeks of receipt of bids. .ans, proposal forms, specifications and contract documents may be procured from the City Engineer_ upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return - ir:good condition within two weeks of bid date. 5c >cument._, can be obtained by mail upon receipt of an additional ($10.00) which e nor: refundable postage /handling charge. Tree bidder is hereby notified that the owner has ascertained the wage rates which prevail rn the locality in which this work is to be done and that such wage scale is set out :n the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type 5f "laborer," "workman," or "mechanic" employed on this project. The 2ity reserves the right tr reject any or all bids, to waive irregularities and Le accept the bid which, :n the City's opinion, seems most advantageous to the ,ty and in the best i.ntefest of the public. (:LTY OF CORPUS CHRISTI, TEXAS ,s /'Angel R. Escobar, P.E. Director. of Engineering Services is/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation iability coverage. The name of the Project must be listed under "description of operations" on each _certificate of insurance. For each insurance c:_verage, the Contractor shall obtain an endorsement to the applicable insurance pciicy, signed by the insurer, providing the City with thirty 30 days prior written notrce of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or eoverages which are specified in section B -6 -11 or Special =-roJisions section of t.ne contract, A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS -- A INSURANCE REQUIREMENTS C:. rti < irate of -nsur, rice s required: Revised May, 2006 .icat:ing proof of coverage in the following amounts TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE C<;mmet_ :ia General _,iabi itv it clndi -ng: Commerci�_ ? -drm 2 Premises -- (pera t ons Explosion and Collapse t.,azdu ri Underground Nazar? Products/ Ccmpiet =d Operdt L s Hazard rd Contractual ractual i,i abi- Lity Broad Form Property Damage Independent Contractors Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE ',IABII i `'V--- OWED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKER``' COMPENSATT+ N ^ E-LOYE,RS ` IAB I LI'I WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 : X'ESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION L ABII,IT _'/ ENVIRONMENTAL IMPAIRMENT COVERA_. ;E No?. limited to sudden & ,ccidencal di_;ch, rge; to include Ior.g -ter-n environmental impact for the dL;spo a! of (:00taminantS $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED BUILDERS' _s J SK See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED i NSTA:,LATI N FLOE $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 i itle 2S. INSUR NCE Part H. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES 3 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this ruie, shall have the following meanings, unless the context ciesrly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined_ i) Certinc ate of coverage (certificate ; —A copy of a ceruicate of insurance, a certificate of authority to seif-insure issued by the commission, cr a workers' compensation coverage agreement (TWCC -8I, TWCC -82, TWCC -83, or TWCC -S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (inciucing those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction —Has the meaning dented in the Texas Labor Code, § 406.096(e)(1)_ (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage— Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 40 1.01 1(44). (5) Coverage agreement —A written agreement on form TWCC -81. form TWCC -S2, form TWCC -83. or form TWCC -34, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parries for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project_ (6) Duration of the project — Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the gover=ental entity. (7) Persons providing services on the project ( "subcontractor" ii. § 406.096 of the Act)_VTth the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the projea. regardless or-whether that person contracted directly with the contractor and regardless of whether that person has employees This inciudes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity fiirnishing persons to perform services on the project. "cervices" includes but is not 'muted httD ! www scs.state_tx.usitacJ23/II/ i 10/Bill 0 110 htrni NOTICE TO CONTRACTORS - Revised 1/13/98) Page 2 of 7 8/7/98 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S CC:'; ^:vSATION COVERAGE FOR BUILDING CR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES -Texas law requires that -.ost contractors, subcontractors, and others providing work cr services for a City building cr construction prc- ect rust be covered by worker's compensation insurance, authorized sei`_-- _assurance, or an approved worker's compensation coverage agreement Even if Texas law does not require a contractor, subcontractor or ethers performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Projec7 at any time, including during the maintenance guaranty period. _otor carriers which are required to register with the Texas Depar : -ent of Transportation under Texas Civil Statutes Article E675c, and which provide accidental insurance coverage under Texaco Civil .statutes Article 6675c, Section 4(j) need not trovide 1 ot the 3 forms cf worker's compensation coverage. The Contractor agrees r_c comply with all applicable provisions cf Texas Administrative rode Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain anguage dust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractor required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor .:eauired to post the required notice at the job slte. By gn ing this Contract, the Contractor certifies that it will timely como '.i th these Nc'ti ce o Contractors "B" requirements. NOTICE :O CONTRACTORS - (Revised 1/13/98) Page 1 of 7 e/7 / ?g "A(_: 1 10.1 10 Page 3 of 6 f) A contractor snail. 1) provide coverage for its empievee5 providing services on a project, f r the duration of the project _ ased on proper reporting of classi�ca::on codes and payroll amounts and r±ng of any coverage areernents; 2) provide a certificate of coverage snowing workers' compensation coverage to the governmental entity prior to beginning work on :he project; 3) provide the governmental entity, prior to the end of the coverage period. a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current .erti&cate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on project; and B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other cornnission rules. This notice must be printed with a title in at least 30 point bold type and text in at Ieast 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the =mission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This 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 status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." tp. / /www.sos_state_tx.usltacJ28TLL sos_state.tx.us/taci28/EU110/B/110.110.htrni NOTICV TO CONTRACTORS - B Revised 1/13/981 Page 4 of 7 8/7/98 Pane ? on-6 -.Nang, act ae ''•.'erinu eeuion ent or :::: pis_ or crov ding labor, tra_nnscer-at :on. or other :c crojec :_ 'Services' does not i nn....e acts\ t e_ or elated to the proient. _nch as OG' :7 enaors, c foe suopiy de?iveries, Lon ceiivery of cor-tzble toilets. 8) Preie ;— I:ciudes the : rc-.zsior, of ail services re :a:ed to a building or construction ccon act for a govern :a: enure ;b) Prcv;air_2 or causing t be provided a certific-ate of coverage pursuant to this rule is a representatioo by the insured that all employees of :he insured who are providing services on the projec a_-e co•'ered by workers' compensation coverage, that the coverage is based on proper eportinc of classification codes and payroll amounts, and that ail coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commissions Division of Self - Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative cenalties, criminal penalties, civil penalties, or other civil actions. (c) A govern- -ental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language recuired by paras raph (7) of this subsection: (2) as part of the contract using the language required by paras?raph (7) of this subsection, require the contracts: to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project_ prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate o_fcoverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration oft he project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled them by law; Inc'. (7) use the la: :_uage contained in the following Figure i for bid specifications and contracts. without any additional words or changes, except those required to accornmociate the specific document in which trapv are contained cr to impose stricter standards of documentation: T28S 1 10 1 10(c)(7) tb! http : //w ww sos.state.tx_usita,22s,ZU1 10/B/110 1 10.htrd NOTICE TO CONTRACTORS - 9 Revised 1/I3/9B1 -- -Page 3 of 7 8/7/98 LIU rage o; o for he. ooration of .c project, that the coverage will be based on proper reporting of classification cones and aayroll amounts, and that all coverage agreements �ssion�'s Division of Self- Insurance insurance carter or, : the case of a self--insured, with the Re¢t_ anion. Providing false or misleading information may subject the contractor to administrative penalties. criminal penalties, civil penalties. or other civil aeons." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the projet ; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project -; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person services of es change; a project and send the nonce within ten days after the person knew or shoul d have known (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 agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate cate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http :f /wvvw sos.state.nvus/tac/28/11/110/B/110 110.html NOTICg TO CONTRACTORS - 8 Revised 1/13/98) Page 6 of 7 8/7/98 tage4orb 1 1'D ( 8) rec •ie eOen ee�son wain wirer:.. contrac:3 p-ovzde services e:: a project to: 8) contractually ( :A orcvide coverage based on proper reponing of classification codes and payroii amounts and filing tiny coverage agreerners for of Its e:rpicyees providing ser%-ices cn the project. for the duration -film project; CB) provide a certificate e: coverage to the contractor prior to that person beginning woric on the project (e)(3) (C) induce in all contract: :. to provide services cr. the project the language in subsection e 3 of this section. (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year therether , (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (TI) contractually require each other person with whom it contra=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 services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate or-coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contras or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this cr ntract who will provide services on the project will be covered by workers' compensation coverage imp://v,--ww.sos.state.tx.usitad23/11/110/B/110.110.html NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 5 cf 7 8/7/98 Page 6 of 6 duration of :he contract: (F) retain ail required ce:: oa:es of coverage on die for the duration of the project and for one year thereafter { U notify the governme n:ai entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (1-1) contractually require each Gerson with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for ;whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance 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 for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 40). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive fhcers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index httpJlwww sos.state- tx.usitaci2S/IIT, 10B/110.110 html NOTICE TO CONTRACTORS - Revised 1/13/981 Page 7 of 7 8/7/98 PART A - SPECIAL PROVISIONS A -4 Method of Award The bids will be evaluated based on the following, subject to availability of funds: 1. Total Base Bid, or 2. Total Base Bid with Alternative No. 1, and /or Alternative No. 2, and /or Alternative No. 3, and /or Alternative No.4 It is the intent of the City to award the lowest combination of Total Base Bid and /or Alternatives, within the available project funding: The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference MANSEEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A 2004- NEIGHBORHOOD STREET RECONSTRUCTION- MANSHEIM /SONNYBROOK AREA as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 470 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated drateed damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated Section A - SP (Revised 12/15/04) Page 2 of 25 MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A REVISED AND ISSUED FOR RE -BID BOND 2004- NEIGHBORHOOD STREET RECONSTRUCTION- CLUSTER 4 MANSHEIM/SUNNYBROOK AREA SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Seam -u proposals will be received in conformity with the official advertisement inviting bids tor the project. Proposals will be received in r -he )1fice of the 2ity Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, August 23, 2006. Proposals -nailed should he addressed in the following manner: City of Corpus Christi City Secretary's Of }ice 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A / BOND 2004 NEIGHBORHOOD STREET RECONSTRUCTION - CLUSTER FOUR MANSHEIM /SUNNYBROOK AREA; PROJECT NO.2228 A pr,-. -bid meeting wAl be held on Tuesday, August 8, 2006, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hal], 1201 Leopard Street, Corpus Christi, TX. and will include discussion of the project elements. . IL r�giostc44, - visii ' -itl f,m1 Inw No additional pr separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A - 6A REVISED AND ISSUED FOR RE- BID -BOND 2004 - NEIGHBORHOOD STREET RECONSTRUCTION - MANSHEIM /SUNNYBROOK AREA consists of street reconstruction, drainage improvements, water improvements and sanitary sewer improvements for the following major items of work including 33,340 square yards of rehab - -- cement treated existing material, one curse surface treatment, and 2 " -2 HMACP, 65,200 square feet of =idewa i k, 20,000 li year feet of curb and gutter, 700 linear feet of 5'x 5' -oncrete box elver'., 4,210 linear feet of 18 " - -60" RCP, ADA requirements, 2.50 linear f cet of 6"-8' PVC waterline and fittings, 1,800 linear feet of pipe bursting 8" w- stewatEr line, 465 linear feet of 6" 10" PVC wastewater line and fittings, lnd manholes in accordance with the plans, specification contract_ documents. Section A - SP (Revised 12/15/04) Page 1 of 25 1- 800 -669- 8344, and the Southwestern Bell Locate Group at 1- 800 - 828 -5127. Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer Dan S. Leyendecker, P.E LNV Engineering Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C /AT &T City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceQ n (Fiber optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 826 3500 883 -1984 826 -3540 882 -1911 826 -1880 826 -1818 885 -6900 826 -1881 826 -3461 857 -1970 299 -4833 (693 -9444 after hours) 881 -2511 (1- 800 - 824- 4424,after hours) (880 -3140 after hours) (880 -3140 after hours) (885 -6900 after hours) (880 -3140 after hours) 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972- 753 -4355 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 -204 -1679) (Pager 850 -2981) (Mobile) For the The Contractor shal' take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground drawings, the Contractor shall make the utilities back in service to construct the the Contract price. All such repairs must company or agency that owns the utilities. utilities, whether shown in the necessary repairs to place the work as intended at no increase in conform to the requirements of the Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets cr ground surface and Contractor must pay for all fines and remediation that may result if sewage or other Liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Section A - SP (Revised 12/15/04) Page 4 of 25 damages will accumulate without notice from the City Engineer to the Contractor and will be :assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unies the required documentation of such coverage has been provided to the Con- ractor arid the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -> of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of appropriate space provided in the proposal interpreted as non - receipt. Since addenda can proposal, failure to acknowledge receipt, and ion- receipt, could have an adverse effect responsible bidder. A -10 Wage Rates (Re rised 7/Y00) all addenda received in the . Failure to do so will be have significant impact on the a subsequent interpretation of when determining the lowest Labor preference anc< wage rates for heavy construction and heavy /highway. In ease of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Counci; has determined the general prevailing minimum hourly wage rates for Nueces County, Texas 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 Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed loyed by them in connection with the Project and showing the actual wages paid to each worker The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals . ) One and one -half (13) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section P - -1 -1, Definition: of Terris, and Section B-7 -6, Working Hours.) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate wi within the limits of the Projec notice to any applicable agency facility by using the Pig Tess th all public and private agencies with facilities operating t. The Contractor shall provide a forty -eight (48) hour when ',pork is anticipated to proceed in the vicinity of any at 1 800 -344 8377, the Lone Star Notification Company at Section A - SP (Revised 12/15/04) Page 3 of 25 the proposal and as shown in the construction drawings on sheet 11 - Removal Summary. A -16 Disposal /Salvage of Materials Excess excavated material, broken other unwanted material becomes the removed from the site by the Con considered subsidiary; therefore, Contractor. A -17 Field Office asphalt, concrete, broken culverts and property of the Contractor and must be tractor. The cost of all hauling is no direct payment will be made to The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 20 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shalt submit to the City Engineer a work plan based only on cALRWDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4 Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due to the Contractor the amount of liquidated damages due to the City from the monthly pay estimate. Section A - SP (Revised 12/15/04) Page 6 of 25 A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum o-- inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The contractor must maintain a stockpile on the project site to meet the demands of inclement weather. The contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A ll e -ts- for - traffie --e - payment will- be grade to Cont -F etor. A traffic control plan is included in the drawings. A traffic control bid item has been included for street and utility improvements as shown in the proposal. This bid item shall include all labor, materials, equipment, and other incidentals required to provide temporary traffic controls during construction activities. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job related materials. Such work must be completed without any increase in the Contract pr _ce . Streets and curb line must be cleaned at the end of the work day or more ft_quently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material tlat detracts from its appearance or hampers the growth of grass All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted Al necessary removals including but not limited to pipe, driveways, s ciewalks, et.c . , are to be cons4. - . _ _ _ to the bid item for "Street E, rvat Win" t h e o, no- direct payment -r411 be made to Contractor paid by tote linear foot of baseline for each street from R.O.W. to R.O.W. as shown in Section A - SP (Revised 12/15/04) Page 5 of 25 City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. [f, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Surveyor (R.P.L.S.) Licensed in the state of Texas retained and paid by the Contractor. The Third Party or in house R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party or in house Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Section A - SP (Revised 12/15/04) Page 8 of 25 Days Allocation for Rain The contractor shali antic pate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as an/ day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected dumber- of rain days. has beer, exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the Tonst-uction schedule. aanuary 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes- Engineering Services to coordinate As -Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, As- Builts, O &M manuals (in electronic format as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the filial estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project ( +) If - CDBG project, all federal forms completed and submitted (8) Final Acceptance Memorandum prepared by Administrative Assistant %9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst. submits to director of Engineering Services'Operating Department. Head for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned from Asst. City Manager (12) Authorization for payment (AFP) prepared and submitted to Account ing Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administ -ative Asst. sends letter to Contractor informing him or her when one year warranty date begins (Acceptance Memorandum). Section A - SP (Revised 12/15/04) Page 7 of 25 considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (:3) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. 04 For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d Minority: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. i Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minorit -; joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Section A - SP (Revised 12/15/04) Page 10 of 25 Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). This item shall be paid for as a lump sum as shown in the proposal. A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install two (2) Project signs as indicated in the following drawing (Attachment I). The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer, A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10 /98) Policy it is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christ: in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, association, or joint venture as work, labor, services, supplies combination of the foregoing under on a City contract . firm, partnership, corporation, herein identified as providing , equipment, materials or any contract with a prime contractor c Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Tndians, Alaskan Natives, and Asians or Pacific islanders. Foy Me purposes of this section, women are also Section A - SP (Revised 12/15/04) Page 9 of 25 the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED) Section B 6 22, Tax Exemption Provision, is deleted in its entirety and the in lieu thereof. Contracts for improvements to real property awarded by the City of Corpus Christi do not qualify for exemptions of sales, Excise, and Use Taxes unless- to Section 3.291 of Chapter 3, Tax Administration of Title 34, Public Finance of 1-he Texas Administrative Code, or such other rules or regulations as may be re u gated by the Comptroller of Public Accounts of Texas. If thc Contractor c._ 1. Obtain t-hc cssary �ale.� tax permits from thc State Comptroller. A --Identify in the Other Charges" in the proposal incorporated in- te-the Project. form the cost of materials physi ally 3 Provide resale ecrtifi ates to .uppliers. Provide the City with copies of material invoices to substantiate the of mate-- riala. IA the Contractor does not elect to operate under a separated contract, he must pay for al-1- Sales, Excise, and Use Taxes applicable to this Project. Subcontractors arc eligible for sales tax exemptions if the subcontractor also eonplies-- with the above requirements. The Contractor must issue a he -sa1- certificate to - --t-he subcontractor and thc subcontractor, in turn, i -s cert i-ti-eac«c, his supplier. A -26 Supplemental Insurance Requirements Por each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: Section A - SP (Revised 12/15/04) Page 12 of 25 Goals The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4 Compliance a Upon completion of the Project, a final breakdown of MBE participation, :substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure Building Inspection Division permit is required and tc eoleted and r ady for oc the appropriate building inspections by the at the various intervals of work for which a assure a final inspection after the building is . i when applicable Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the city's Building Inspection Department, and all other City fees, including water /wastewater meter fee .< and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General. Provisions is changed to read as follows: "No surety wit be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigat.on against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas_ If performance and payment bonds are in an amount in excess of ten percent (1O°%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the ty Attorney 7hat the Surety Company has reinsured the portion of Section A - SP (Revised 12/15/04) Page 11 of 25 A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may requir <> a bidder to provide documentation concerning: Whether any 1:ens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the city Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such 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 term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. Section A - SP (Revised 12/15/04) Page 14 of 25 In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O.. Box 9277 Corpus Christi, Texas 78469 -9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents_ Within thirty (30) calendar that the Contractor sign the the City Engineer with a Contractor provides worker days after the date the City Engineer requests Contract documents, the Contractor shall provide certificate of insurance certifying that the 's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance ,:overage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and !hem harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death a- any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or it connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED Paragraph - -+a - General -- Liability of Scction B 6 11 of the General Provisions is amended to i-nclutlea- Contractor -must - grovi<ie Builder's coverage for the- to -m --or the Contract up to and including the date the City finally aecepto the Project or F-1oa- te--- coverage must be an "All Rick" form. Contractor must pay all cosmos -- ecncary - -to - ocu-re -such- Builder's Risk or Installation Floater insurance coverage,- including any deductible. The City must be named additional insured-e+- y policic- Section A - SP (Revised 12/15/04) Page 13 of 25 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City. nor is the City obligated to perform under the Contract, until the date the Cite Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that carder. A -35 City Water Facilities: Special Requirements NOT USED Vicitor /Contractor Orientation Prior to performing- work at any City slater facility, the Contractor, his subcontractors, have n- -their person a valid card certifying their prior attendance Section A - SP (Revised 12/15/04) Page 16 of 25 A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section IS -3 -i Consideration of Contract add the following text: Within five working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) ,oust submit to the ;'ity Engineer the following information: A list of the major components of the work; P. list of the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm, and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements hut that meeting such requirements is not reasonably possible. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, them the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor 4ill result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; A preliminary progress schedule indicating relationships between the major components of the work_ The final progress schedule must be submitted to the City Engineer at the pre- construction conference; Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's P eld Administration Staff. Documentation us required by Special Provision A -35 -K, if applicable_ Section A - SP (Revised 12/15/04) Page 15 of 25 T. Contractor -Friu-s-t not u.,e any City facility rcstrooms. Contractor must providie-omma-- d. All Contractor vch designated by C-ity Water Department staff. All Contractor vehiclea must bc el arly labeled with -compan-y vehicles are allowed at O. N. Stevens Water Treatment Plant. All personnel —111U-St be 4n company vehicle. During- working hours, contractor employees must not leave area- nor wander through any buildings other than for required work or as directed by City Water Department personnel during emergency evacuation. - - - K. Contractor Qualifications SCADA (SUPERVICORY CONTROL AND DATA ACQUISITION) Any work to the be-performed only by work includes-,-but is changes, pregrammil , erlae-r-aion all hardware these specifieations. not limited to, furnishing, R914.0 1 thru 9 modifications installing, below. This , additions, connccting, Thc Contractor or hi and/or software specified or wek-must be able to demonstrate thc following: 4. He is regular and control municipal He has 3-- required by and—complexity as required in three prior projects. Hc has been actively engagcd in thc typc of work specified herein for at 1 a.A. 5 years. this Contract on at least He employs a Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to oupervioc or pe He coploys-pernonnel completed a manufacturcrvs training and implementing the specific computcra, RTUS's, and C -t He maintains a service facili maintain, —rep specified herein. He shall furn manufacturer t permanent, fully staffed and equipped = - - not prae-t4eaI, all equipment of a given type will product of onc manufacturer. Prior performance at the 0. N. Stevena Water Treatment bc the lalant will -be- used in evaluating which Contractor or subcontractor The Contractor shall produce all filled eut programming bleoks—*equired to *equired, be add these SADA—system. Attached is preq*amming-blocks which thc City requires te be filled in aftd given to the City an example of thc required --= - Section A - SP (Revised 12/15/04) Page 18 of 25 the programming-phase. The attached sheet is an example and i.; not intcn d to - show -all of thc required sheets. The Contractor w,i1.1 provide all programming blocks used. • Trenching Requirements A44 trenching for this project at thc 0. N. Stevens Wa-ter Treatment P-1-ant shall be- l - number of- existing under= shall be allowed on the pro j-ee -t . A -36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertLnent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents • Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project_ g Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental tc, successful performance of the completed work. Space Requirements Contractor must provide adequate space for Contractor. and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous : :ubmit-tal. Distribution: ' ontractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct Section A - SP (Revised 12/15/04) Page 19 of 25 subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2- Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection 3 Test and Repair Report When specified in the submit three t3) copi all on -site test data approval. Otherwise, on the project. Technical Specifications Section, Contractor must es of all shop test data, and repair report, and within the specified time to the City Engineer for the related equipment will not be approved for use A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 6 15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting_ The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance NOT USED The i:uanec of —a - aeecptance of the -9: A -40 Amendment to Section B -8 -6: Partial Estimates NOT USED General Provisions and Requirements for - Municipal Conat -ructi-on Contracts Ccetion B 8 & — Partial Estimates is amended to provide that approximate e,timatc3 from which partial payments will be calculated will not include the net invoice value of acceptable, non perishable materials delivered to the Project - - - -Contractor providca the City Engineer with dements; s-a ofactory to the City Engineer, that show that the material `d for the ^pe; ,ig A -41 Ozone Advisory Priming and hot - -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price per day as indicated in the proposal. Section A - SP (Revised 12/15/04) Page 20 of 25 A -42 OSHA Rules & Regulations ft is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "Generav Provisions and Requirements for Municipal Construction Contracts" B -6 -21 indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, - :r their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or ma eria1 man A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order_ A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. {2; Changes in equipment and dimensions due to substitutions. "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Section A - SP (Revised 12/15/04) Page 21 of 25 A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may e,rceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TNRCC, EPA, etc. It will be the Contractor's responsibility tc> comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. ._' ontractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline_ For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.0 Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate statior thereof, distance to the pavement centerline and elevations of the too of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for as shown on the proposal. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations_ A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 22 of 25 A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B 8-11 Maintenance Guaranty, add the following: The Contractor's guarantee is a separate, additional remedy available o benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or elinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity_" A -50 Electronic Submittal of Bids The following paragraph modifies Paragraph B -2 -7 - Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer - generated print -out, in lieu of, the Proposal (SHEETS: 3 THRU 15 OF 18), INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 15 OF 18). If the Contractor chooses to submit a print -out, the print -out shall be accompanied by properly completed proposal pages 1, 2, 16 17, and 18. A "sample" print out is shown in Attachment II. in addition, the print out will contain the following statement and signature, after the last hid item: (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other Information from this print -out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total hid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print -out by the respective estimated quantities shown in the Proposal 'Column II) and thee totaling the extended amounts. (Signature) (Title) (Date)" A -51 Value Engineering The Contractor's attention is directed to paragraph B -4 -5 Value Engineering Incentive Procedures, of the General Provisions, which states: "After award f the contract, the Contractor may develop and submit, to the City Engineer, ' value Engineering Change Proposals (VECP'S) identify potential reductions in The contract cost by effective changes to the contract plans and :>pecif cations. Tnerefote, the Contractor shall fully examine the plans, :sp ecifications and contract documents, as well as, the project location, onstruction phase schedule in Appendix C, traffic control plans, method of Award, contract calendar days and liquidated damages, and all other major tem- involved in the scope of the project to judge for itself the ircumstances and difficulties affecting the work to be performed and obtain information requited tI) make an intelligent proposal. The Contractor's Section A - SP (Revised 12/15/04) Page 23 of 25 attention is further directed to paragraph B -2 -3 Examination of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it's proposal to the best of it's ability, as current y provided. A -52 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A -53 Dewatering and Disposal This item shall be considered subsidiary to appropriate bid item where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior tc entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream (Corpus Christi Bay). Testing of groundwater quality is to be performed by City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857 -1817 to obtain a "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Section A - SP (Revised 12/15/04) Page 24 of 25 SUBMITTAL TRANSMITTAL FORM PROJECT: ; PROJECT No. OWNER: CITY OF CORPUS CHRISTI ENGINEER: CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL SUBMITTAL NUMBER: Section A - SP (Revised 12/15/04) Page 25 of 25 SAMPLE COMPUTER PRINT — OUT PROJECT TITLE DATE (YOUR COMPANY'S NAME HERE) Bi I II III IV V d Item A l Qty. Units Item Description Unit Price in Figures 00.00 Bid Item Ext. Qty X Unit Price 00.00 1 34,475 SY Street Excavation A2 5,033 SY _ 6" Cement STBI, Salvage Base 00.00 00.00 Etc. Etc. Etc. D21 33 EA 00.00 00.00 Sub -Total Base Bid "D" Items (Items Dl -D21) Sub -Total Base Bid "A" Items $ Sub -Total Base Bid `B" Items $ Sub -Total Base Bid "C" Items $ Sub -Total Base Bid "D" Items $ Total Base Bid Items $ Attachment II Page 1 of 1 PART C - FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Dec Sion No TX020039 State "ERAS Construction Type HEAVY County (ies) NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06/13/2003 COUNTY(ies NUECES SAN PATRICIO SUTX2052A 12/01/1987 CARPENTERS (Excluding Farm Setting) CONCRETE F'NISHER ELECTRICIAN LABORERS: Common Utility POWER EQUIPMENT OPERATORS: Backhoe Motor. Grader Rates $ 9.05 7.56 13.37 5.64 7.68 9.21 8 . '72 Fringes 2.58 W :LDERS Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5 5 (a) (1) (ii)) Ir the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination Page 2 of 2 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of survey:;, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of. Labor 200 Constitution Avenue, N. W Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsiderat.on from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3 ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D C. 20210 4 ) 411 decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 General Decision Number: TX030122 02/25/2005 TX122 State: Texas Construction Types: Heavy and Highway :'ounries, Nueces San Patricia and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/2.8/2005 1 02/18/2005 2 02/25/2005 SUTX2005 007 11/09/2004 Rates Fringes Asphalt Distributor Operator$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker $ 9.36 0.00 Bulldozer operator.. ...... $ 10.90 0.00 Carpenter $ 10.71 0.00 Concrete Finisher, Paving.. $ 12.18 0.00 Concrete Finisher, Structures$ 11.16 0.00 Concrete Rubber $ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ....... .... ...... $ 12.55 0.00 Flagger .$ 7.17 0.00 Form Builder /Setter, Structures$ 11.47 0.00 Farm Setter, Paving & Curb. ..$ 9.65 0.00 Foundation Drill Operator, ruck Mounted .. .... ...$ 15.32 0.00 Front End Loader. Operator...$ 10.05 0.00 Laborer; common .... ..$ 8.35 0.00 Laborer, Utility.... $ 9.09 0.00 Mechanic_...... .$ 13.17 0.00 Motor Grader Operator, Fine Grade. .$ 13.78 0.00 Motor Grader Operator, Rough...$ 15.00 0.00 Pipelayer ...... ..$ 9.00 0.00 Roller Operator, Pneumatic, Self- Propelled. $ 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.. ... . $ 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement $ 9.49 0.00 Scraper Operator.. .. $ 9.67 0.00 Service/ ....... ... $ 10.75 0.00 Structural Steel Worker....... $ 14.00 0.00 Truck driver, lowboy- Float.... $ 14.15 0.00 Truck driver, Single Axle, Heavy Truck driver, Single Axle, $ 11.39 1 . -_ arv1'' 1 1 0.00 Page 1 of 3 Light 9.00 0.00 Truck Driver, Tandem Axle, Semi- Trailer.. 9.39 0.00 Welder ... 18.00 0.00 Work Zone Barricade ervicer _.S 8.97 0.00 WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)i. In the listing above, the "SU" designation means that rates Listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U S. Department of Labor 200 Constitution Avenue, N.W Washington, DC 20210 1_) If the answer to the question in 1.) is yes, then an 1...... . 1 _11_ 1'1 1 1 {Tl7 1'l'1 1 1 Page 2 of 3 nterested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 1:0210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Peview Board U S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION /'F17 1'1'1 .1..L. Page 3 of 3 0/1 /'1!1/1L A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 12TH day of SEPTEMBER, 2006, by and between the CITY OF CORPUS CHRISTI of the County of Nueces State of Texas. acting through its duly authorized City Manager. termed in the Contract Documents as "City," and Garrett Construction Company termed in the Contract Documents as "Contractor upon these terms performable in Nueces County, Texas ri consideration of the payment of $5,293,469.79 by City and other Dbl igat Lons c ,t = :it�� as =yet out herein, Contractor will construct and compete certaln improvements described as follows: MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A BOND 2004 - NEIGHBORHOOD STREET RECONSTRUCTION - CLUSTER FOUR - MANSHEIM/ SUNNYBROOK AREA PROJECT NO. 2228 (TOTAL BASE BID: $5,293,469.79) according to the attached clans and Specifications in a good and wcrkmanike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, i.neclud ng overseeing the entire job, The Contract Documents include this Agreement, the bid proposal and instructions Glans and speeifications, including all maps, plats, blueprints. and other drawings, the Performance and Payment bonds, addenda and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 11 of 2 MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A BOND 2004 - NEIGHBORHOOD STREET RECONSTRUCTION CLUSTER FOUR - MANSHEIM /SUNNYBROOK AREA PROJECT NO.: 2228 GARRETT CONSTRUCTION COMPANY STREET WORK I II III IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price Al 9,750 LF Removal of curb and gutter, sidewalk, concrete pipe and driveway as shown in the removal summary sheet, complete in place per linear foot. 34.23 $333,742.50 A2 4,500 SY 10" exist. base salvage & reuse during proposed utility improvements, complete in place per square yard. 10.39 $46,755.00 A3 2,500 SY 6" exist. base salvage & reuse during proposed utility improvements, complete in place per square yard. 6.24 $15,600.00 A4 9,450 SY Rehab Cement Treat exist material (3% cement) (10 ") Mansheim Blvd. complete in place per square yard. 7.42 $70,119.00 A5 23,890 SY Rehab Cement Treat exist material (3% cement) (6 ") - side streets (Archer,Blundell, Cheryl, Dodd, Easter, Franklin and Gabriel Streets), D15 complete in place per s ware yard. 4.97 $118,733.30 A6 2,000 SY TN Sunbgrade Compaction as directed by the engineer, complete in place per square yard,. unanticipated limestone, complete in place per ton. 7.64 32.39 $15,280.00 $6,801.90 A7 210 A8 33,340 SY One course surface treatment. complete in place per square yard. 2.70 $90,018.00 A9 23,890 SY 2" HMACP (TY D) Side Streets, complete in place per square yard. 11.79 $281,663.10 A 1 0 9,450 SY 2-1/2" HMACP (TY D) Mansheim Blvd, complete in place per square yard. 14.90 $140,805.00 A11 1,100 LF Cold Mix Side Street Repair, complete in place per linear foot. 13.41 $189,081.00 Al2 3 EA Sign Assembly , complete in place per each. 329.20 33,447.15 $987.60 $33,447.15 A13 1 LS Traffic control (Street), complete in place per lump sum. A14 1 LS Thirc Party Certification and Verification, complete in place per lump sum. 21,069.08 $21,069.08 Al 5 2 DAY Ozone Day, complete in place per day. 873.82 $1,747.64 SUB -TOTAL STREET WORK (ITEMS Al THRU A15) $1,365,850.27 STORM WATER IMPROVEMENTS I II III IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price B1 3,430 EA Prefab Pvmt Mark (yellow) 4" Solid, complete in place per linear foot. 2.63 $9020.90 B2 175 LF Prefab Pvmt Mark (white) 12" Solid, complete in place per linear foot. 9.22 $1,613.50 B3 200 LF Prefab Pvmt Mark (white) 24" Solid, complete in place per linear foot. 18.44 $3,688.00 B4 172 EA Reflective Pvmt Mrk (Ty II -A -A) , complete in place per each. 7.90 $1,358.80 B5 6 EA Reflective Pvmt Mrk (Ty II -B -B) , complete in place per each. 15.80 $94.80 B6 450 LF Concrete Header Curb, complete in place per linear 19.90 $8,955.00 foot. B7 3,340 SF Conc Curb Ramp W[Truncated Domes, complete in place per square foot. 17.47 $58,349.80 B8 65,200 SF Concrete Sidewalk. complete in place per square foot. 6.34 $413,368.00 B9 48,100 SF Concrete Driveway, complete in place per square foot. 7 92 $380,952.00 B10 16,200 LF TON 6" Curb And Gutter complete in place per linear foot. 18.44 104.69 $298,728.00 $21,984.90 B11 210 Unanticipated Cold Mix, complete in place per ton. B12 600 LF Unanticipated Header Curb, complete in place per linear foot 19.90 $11,940.00 B13 5,000 LF Remove And Relocate Fence, complete in place per linear foot. 15.80 $79,000.00 B14 700 LF 5' X 5' Conc Box Culvert, complete in place per linear foot 388.00 $271,600.00 B15 100 LF 5' X 4' Conc Box Culvert, complete in place per linear 334.00 $33,400.00 foot. B16 900 LF 60" RCP, complete in place per linear foot. 303.10 $272,790.00 B17 660 LF 54" RCP, complete in place per linear foot. 285.18 $188,218.80 B18 950 LF 42" RCP, complete in place per linear foot. 280.95 $266,902.50 B19 310 LF 36" RCP, complete in place per linear foot. 232.05 $71,935.50 B20 475 LF 24" RCP, complete in place per linear foot. 154.84 $73,549.00 B21 900 LF 18" RCP, complete in place per linear foot. 136.29 $122,661.00 B22 80 LF Remove 36" RCP, complete in place per linear foot. 90.53 $7,242.40 B23 12 EA Type B Storm Water Manhole , complete in place per each. 8,186.46 $98,237.52 B24 1 EA 5' Special Curb Inlet , complete in place per each. 4,122.01 $4,122.01 B25 35 EA 5' Curb Inlet , complete in place per each. 2,500.35 $87,512.25 B26 16 EA 5' Curb Inlet Extention , complete in place per each. Trench Safety For Drainage, complete in place per linear foot. 3,094.88 3.95 $49,518.08 $19,730.25 827 4,995 LF B28 1 LS Traffic Control (Storm Water), complete in place per lump sum. 7,900.90 $7,900.90 B29 20 LF Exploratory Excavation Trench, complete in place per linear foot. 21.85 $437.00 B30 5 EA Exploratory Excavaton Spot, complete in place per each. 1,223.35 $6,116.75 B31 4,995 LF Televised Inspection Of Strom Water Lines, complete in place per linear foot. 2.63 $13,136.85 -TOTAL STORMWATER IMPROVEMENTS (ITEMS 61 THRU B31) $2,884,064.51 I II III IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price 01 2,000 LF 6" Curb And Gutter, complete in place per linear foot. 18.48 $36,960.00 C2 1,800 LF 8" PVC Waterline C900, complete in place per linear 55.31 $99, 558.00 foot. C3 450 LF 6" PVC Waterline C900, complete in place per linear foot. 52.67 $23,701.50 C4 30 EA 6" Any Angle Bends, complete in place per each. 592.57 $17,777.10 C5 15 EA 8" Any Angle Bends, complete in place per each. 724.25 $10,863.75 C6 5 EA 8" Gate Valve W /Box, complete in place per each. 1,646.02 $8,230.10 C7 15 EA 6" Gate Valve W /Box, complete in place per each. 1,316.82 $19,752.30 C8 15 EA 8 "X6" Cross, complete in place per each. 855.93 $12,838.95 C9 8 EA 6 "X4" Reducer, complete in place per each. 658.41 $5,267.28 010 2 EA 8" Plu., com.Iete in .lace •er each. 263.36 $526.72 C11 15 EA 6" PIu•, complete in •lace .er each. 230.44 $3,456.60 C 12 4 EA 6" Blind Flg 2" Ser. Tap 2" Corp Stop, complete in place •er each. 4,213.82 $16,855.28 C13 6 EA Fire Hydrant Assem W /8 "X6" Tee, complete in place per each. 3,950.45 $23,702.70 C14 10 EA EA 1" Waterline Service, com.Iete in •lace •er each. Waterline Connection, complete in place per each. 1,264.14 $12,641.40 C15 15 1,975.23 $29,628.45 C16 30 CY Grout Fill Abandoned Waterlines, complete in place per cubicrd. 230.44 $6,913.20 C17 2250 LF Trench Safety For Waterline, complete in place per linear foot. 3.95 $8,887.50 C18 1,400 LF Silt Fence, complete in place per linear foot. 3.19 $4,466.00 C1 g 100 LF Exploratory Excavation Trench, complete in place per linear foot. 19.75 $1,975.00 C20 10 1 EA LS Exploratory Excavation Spot, complete in place per each Traffic Control (Waterlines), complete in place per lump 1,316.82 2,600.00 $13,168.20 $2,600.00 C21 sum. C22 1 LS Water Utility Allowance As Directed $20,000.00, complete in place per lump sum. 20,000.00 $20,000.00 TOTALWATERLINE IMPROVEMENTS (ITEMS C1 THRU C22) $379,770.03 WAST I II I11 —.•. . - , v IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price D1 1,800 LF 6" Curb & Gutter, complete in place per linear foot. 22.24 $40,032.00 D2 80 LF Remove And Replace 10" Pvc Waste (11' -13' Cut), complete in place per linear foot. 105.35 $8,428.00 D3 245 LF Remove And Replace 6" To 8" Pvc Waste (6' -8' Cut), complete in place per linear foot. 98.76 $24,196.20 D4 100 LF Remove And Replace 6" To 8" Pvc Waste (8' -10' Cut), complete in place per linear foot. 105.35 $10,535.00 D5 40 1,800 LF LF Remove And Replace 6" To 8" Pvc Waste (10' -12' Cut), complete in place per linear foot. Pipe Bursting 8" Wastewater Line To 8 ", complete in place per linear foot. 105.35 98.76 $4,214.00 $177,768.00 D6 D i 9 EA Remove Existing Wastewater Manhole, complete in place per each. 2,370.27 $21,332.43 D8 22 EA VF EA Prop 4' Diameter Wastewater Manhole ( <6' Cut), complete in place per each. Extra Depth For 4' Diameter Wastewater Manholes, complete in place per vertical foot. Point Repair 6 ", 8 ", And 10" Line, complete in place per each 6,584.09 526.73 6,254.88 $144,849.98 $30,023.61 $31,274.40 D9 57 D10 5 D11 10 EA 4" Wastewater Service, complete in place per each. 1,185.14 $11,851.40 D12 14 EA Wastewater Connection, complete in place per each. $23,044.28 1,646.02 D13 2,500 SF Unanticipated Sidewalk, complete in place per square 4.85 $12,125.00 foot. D14 1,800 SF Unanticipated Driveway, complete in place per square 7.86 $14,148.00 foot. D15 10 EA Unanticipated Sidewalk Drain, complete in place per each. 436.91 $4,369.10 D16 500 SF Unanticipated Sidewalk Removal, complete in place per square foot. 1.93 $965.00 D17 1,000 SF Unanticipated Driveway Removal, complete in place per square foot. 2.90 $2,900.00 D18 200 LF Unanticipated Curb Removal, complete in place per linear foot. 4.77 $954.00 019 420 LF Trench Safety For Wastewater Lines, complete in place per linear foot. 3.95 $1,659.00 D20 20 LF linear Exploratory Excavation Trench, complete in place per foot. 65.84 $1,316.80 D21 5 EA Exploratory Excavation Spot, complete in place per each. 1,316.82 $6,584.10 D22 2,265 LF Televised Inspection Of Wastewate Line, complete in place per linear foot. 2.63 $5,956.95 D23 1 LS Traffic Control (Wastewater), complete in place per lump sum. 2,633.63 $2,633.63 D24 2 EA Prop 15" Casing Thru Storm, complete in place per each. 3,292.05 $6,584.10 D25 12,000 SY Sodding, complete in place per square yard. 4.67 $56,040.00 D26 1 LS Wastewater Utility Allowance $20,000.00, complete in place per lump sum. 20,000.00 $20,000.00 SUB -TOTAL WASTEWATER IMPROVEMENTS (ITEMS D1 THRU D26) $663,784.98 ALTERNATE NO. 1 ALT 1 1 1 LS Shut Down Of Mansheim Boulevard, complete in place per sum. AI r1 1-1I, 1 A rr • 1/1 ■ 3,600.00 $3,600 $3, 0.00 ALTERNATE NO 2 ALT 2-1 790 LF Remove And Replace 8" Waste With 8" Pvc (8' -10'), complete in place per linear foot. 94.2 $74,457.50 ALT 2-2 1,010 LF Remove And Replace 8" Waste With 8" Pvc (10' -12'), complete in place per linear foot. 1 .90 $112,009.00 ALT 2 -3 1,800 LF Trench Safety, complete in place per linear foo 5.55 $9,990.00 ALT 2 4 1,800 LF Deduct Item D6 Pipe Bursting, complete in pla e e linear foott. AI Tr AAIATr •ice 1 (98.76) - $177,768.00 $18,688.50 ALTE ALT 3 1 9,450 SY Mansheim Boulevard - Street E .. .tior, complete in place per square yard. 7.45 $70,402.50 ALT 3-2 10,600 SY Mansheim Boulevard - 8" L. .t. • ized Subgrade (4.5% Lime), complete ' . e • square yard. 5.95 $63,070.00 ALT 3 3 9,450 SY SY Mansheim Boulevard '" Cr - d Limestone Base, •1 com.Iete in • lac _ - r • . tJ , ard. 14.30 $135,135.00 ALT 3 4 9,450 Mansheim Boul- �' ac Type D, complete in place per square : , . 12.65 $119,542.50 ALT 3 5 9,450 SY Deduct Item A4 C: • -nt Treat Mansheim, complete in place er square :rd. (7.42) (70119.00) ALT 3 6 9,450 SY Ded Item A 2 -1I2" HMACP Typ D, complete in la re ard. p per s AI I1., A (14.90) (140805.00 ) $177,226.00 ALT 4 1 23,890 ide Street Street Excavaton, complete in place per square yard. 5.65 $134,978.50 ALT 4 2 27,350 - Side Streets 6" Lime Subgrade 4.5% Lime, complete in place per square yard. 5.25 $143,587.50 ALT 4 3 23,:. SY Side Streets 6" Crushed Limestone Base, complete in place per square yard. 11.15 $266,373.50 ALT 4 4 3,890 SY Side Street 1.5" Hmac Type D, complete in place per square yard. 10.20 $243,678.00 ALT 4- 23,890 SY Deduct Bid Itme A5 Cement Treat Exist Material, complete in place per square yard. (4.97) (118733.30) 4 6 23,890 SY Deduct Bid Item A9 2" Hmacp Type D, complete in place per square yard. A 1 ..1- I rL1 A Tr u.. (11.79) (281663.10) $388,221.10 BASE BID SUMMARY SUB -TOTAL STREET WORK (ITEMS Al THRU A15) SUB -TOTAL STORM WATER IMPROVEMENTS (ITEMS B1 THRU B31) SUB -TOTAL WATERLINE IMPROVEMENTS (ITEMS C1 THRU C22) SUB -TOTAL WASTEWATER IMPROVEMENTS (ITEMS D1 THRU D26) TOTAL BASE BID: ALTERNATE BID SUMMARY ALTERNATE NO. 1: ALTERNATE • 2. ALTERNA it . ; $1,365,850.27 $2,884,064.51 $379,770.03 $663,784.98 $5,293,469.79 $18,688.50 $177,226.00 $388,221.10 Garrett Construction Company herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other information from this print -out. Garrett Construction Company acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (column IV) shown in this print -out by the respective estimated qauantities shown in the Proposal (Column II) and then totaling the extended amounts. Jon arr t Presid t 8/22/06 1 days same The Contractor will ommence work within ten (10) calendar from date they receive written work order and will complete thin 470 CALENDAR DAYS after construction is begun. Should Contractor defauL„ as set forth in the City wall i pa v Contractor may be liable for liquidated damages Contract Documents. Contractor in current funds for performance of the contract in a:cordance with the Contract Documents as the work progresses Signed iu 4 parts 37 Corpus Christi, Texas on the date shown above APPROVED AS TO LEGAL F By. Asst. City Attorney ATT $T: (If Corporatio (Seal Below) (Not!: If Person signing for corporation is not President, att.ch Copy of authorization to sign) CITY OF CORPUS CHRISTI By: Ronald F Massey, Asst. Ci Public Works and Utilitie' gr. ,vf)L! —OPPX 9/0‘ scobar, P.E. of Engineering Services CONTRACTOR Garrett Construction Company Title. !�Slfi�1 P.O. BOX 1028 (Address) INGLESIDE, TX 78362 (City) (State) (Zip) 361/643 -7575 * 361/776 -3993 (Phone) (Fax) L AUT$ORLZ b BY Mink ob SE('Rf ARC Agreement Page of 2 P R O P O S A L , F O R M F O R MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A - 6A BOND 2004 - NEIGHBORHOOD STREET RECONSTRUCTION - CLUSTER FOUR- MANSHEIM /SUNNYBROOK AREA DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED AND ISSUED FOR RE -BID Proposal Page 1 of 18 P R O P O S A L Place: Date: AUGUST 23, 2006 Proposal of GARRETT CONSTRUCTION COMPANY OR a Corporation organized and existing under the laws of the State of TEXAS a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, ,ind necessary equipment, and to perform the work required for: MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A - 6A BOND 2004- NEIGHBORHOOD STREET RECONSTRUCTION - CLUSTER FOUR- MANSHEIM /SDNNYBROOK AREA at the locations et out by the plans and specifications and in strict accordance with the contract documents for the following prices, i(1)-Wit.: Proposal Page 2 of 18 MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A BOND 20044- NEIGHBORHOOD STREET RECONSTRUCTION CLUSTER FOUR - MANSHEIM /SUNNYBROOK AREA PROJECT NO 2228 GARRETT CONSTRUCTION COMPANY STREET WORK I II III IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price Al 9.750 LF Removal of curb and gutter, sidewalk, concrete pipe and driveway as shown in the removal summary sheet, complete in place per linear foot. 34.23 $333,742.50 A2 4.500 SY 10" exist. base salvage & reuse during proposed utility improvements, complete in place per square yard. 10.39 $46,755.00 A3 2 500 SY 6" exist. base salvage & reuse during proposed utility improvements, complete in place per square Yard. 6.24 $15,600.00 A4 9,450 SY Rehab Cement Treat exist material (3% cement) (10 ") Mansheim Blvd. complete in place per square yard. 7.42 $70,119.00 A5 23,890 SY Rehab Cement Treat exist material (3% cement) (6 ") - side streets (Archer,Blundell, Cheryl, Dodd, Easter, Franklin and Gabriel Streets), D15 complete in place per square yard. 4.97 $118,733.30 A6 2,000 SY Sunbgrade Compaction as directed by the engineer, complete in place per square yard. 7.64 $15,280.00 A7 210 TN unanticipated limestone, complete in place per ton. 32.39 $6,801.90 A8 33,340 SY One course surface treatment, complete in place per square hard. 2.70 $90,018.00 A9 23,890 SY 2" HMACP (TY D) Side Streets, complete in place per square yard. 11.79 $281,663.10 Ali) 9.450 SY 2 -1/2" HMACP (TY D) Mansheim Blvd, complete in place per square yard. 14.90 $140,805.00 Al 1 14,100 LF Cold Mix Side Street Repair, complete in place per linear foot. 13.41 $189,081.00 Al2 3 EA Sign Assembly., complete in place per each. 329.20 33,447.15 $987.60 $33,447.15 A13 1 LS Traffic control (Street), complete in place per lump sum. A14 1 LS Third Party Certification and Verification, complete in place per lump sum. 21,069.08 $21,069.08 Al 5 2 DAY Ozone Day, complete in place per day. 873.82 $1,747.64 SUB -TOTAL STREET WORK (ITEMS Al THRU A15) $1,365,850.27 STORM WATER IMPROVEMENTS I 11 III IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price B1 3,430 EA Prefab Pvmt Mark (yellow) 4" Solid, complete in place per linear foot. 2.63 $9,020.90 B2 175 LF Prefab Pvmt Mark (white) 12" Solid, complete in place per linear foot. 9.22 $1,613.50 B 3 200 LF Prefab Pvmt Mark (white) 24" Solid, complete in place per linear foot. 18.44 $3,688.00 B4 172 EA Reflective Pvmt Mrk (Ty II -A -A) , complete in place per each. 7.90 $1,358.80 B5 6 EA Reflective Pvmt Mrk (Ty II -B -B) , complete in place per each. 15.80 $94.80 B6 450 LF Concrete Header Curb, complete in place per linear 19.90 $8,955.00 foot. B7 3,340 SF Conc Curb Ramp W/Truncated Domes, complete in place per square foot. 17.47 $58,349.80 B8 65.200 SF Concrete Sidewalk, complete in place per square foot. 6.34 $413,368.00 B9 48,100 SF Concrete Driveway, complete in place per square foot. 7 92 $380,952.00 B10 16,200 LF 6" Curb And Gutter complete in place per linear foot. 18.44 $298,728.00 B11 210 TON Unanticipated Cold Mix, complete in place per ton. 104.69 $21,984.90 B12 600 LF Unanticipated Header Curb, complete in place per linear foot. 19.90 $11,940.00 B13 5.000 LF Remove And Relocate Fence, complete in place per linear foot. 15.80 $79,000.00 B14 700 LF 5' X F' Conc Box Culvert, complete in place per linear foot. 388.00 $271,600.00 B� 5 100 LF 5' X 4' Conc Box Culvert, complete in place per linear 334.00 $33,400.00 foot. B16 900 LF 60" RCP, complete in place per linear foot. 303.10 $272,790.00 B17 660 LF 54" RCP, complete in place per linear foot. 285.18 $188,218.80 B18 950 LF 42" RCP, complete in place per linear foot. 280.95 $266,902.50 B19 310 LF 36" RCP, complete in place per linear foot. 232.05 $71,935.50 620 475 LF 24" RCP, complete in place per linear foot. 154.84 $73,549.00 B21 900 LF 18" RCP, complete in place per linear foot. 136.29 $122,661.00 B22 80 LF Remove 36" RCP, complete in place per linear foot. 90.53 $7,242.40 B23 12 EA Type B Storm Water Manhole , complete in place per each. 8,186.46 $98,237.52 B24 1 EA 5' Special Curb Inlet , complete in place per each. 4,122.01 $4,122.01 B25 35 EA 5' Curb Inlet , complete in place per each. 2,500.35 $87,512.25 B26 16 EA 5' Curb Inlet Extention , complete in place per each. 3,094.88 $49,518.08 B27 4.995 LF Trench Safety For Drainage, complete in place per linear foot. 3.95 $19,730.25 B28 1 LS Traffic Control (Storm Water), complete in place per lump sum. 7,900.90 $7,900.90 B29 20 LF Exploratory Excavation Trench, complete in place per linear foot. 21.85 $437.00 B30 5 EA Exploratory Excavaton Spot, complete in place per each. 1,223.35 $6,116.75 B31 4,995 LF Televised Inspection Of Strom Water Lines, complete in place per linear foot. 2.63 $13,136.85 31) $2,884,064.51 WATERL I II III - - -- - - - - - - - IV V Bid Item Qty. Units Item Description Unit Price in Figures Bid Item Ext. Qty X Unit Price 01 2,000 LF 6" Curb And Gutter, complete in place per linear foot. 18.48 $36,960.00 C2 1.800 LF 8" PVC Waterline C900, complete in place per linear 55.31 $99,558.00 foot. C3 450 LF 6" PVC Waterline C900, complete in place per linear foot. 52.67 $23,701.50 C4 30 EA 6" Any Angle Bends, complete in place per each. 592.57 $17,777.10 C5 15 EA 8" Any Angle Bends, complete in place per each. 724.25 $10,863.75 C6 5 EA 8" Gate Valve W /Box, complete in place per each. 1,646.02 $8,230.10 C7 15 EA 6" Gate Valve W /Box, complete in place per each. 1,316.82 $19,752.30 C8 15 EA 8 "X6" Cross, complete in place per each. 6 "X4" Reducer, complete in place per each. 855.93 658.41 $12,838.95 $5,267.28 C9 8 EA C10 2 EA 8" Plug, complete in place per each. 263.36 $526.72 011 15 EA 6" Plug, complete in place per each. 230.44 $3,456.60 C12 4 EA 6" Blind Flg 2" Ser. Tap 2" Corp Stop, complete in place per each. 4,213.82 $16,855.28 C' 3 6 EA Fire Hydrant Assem W /8 "X6" Tee, complete in place per each. 3,950.45 $23,702.70 C14 10 EA 1" Waterline Service, complete in place per each. 1,264.14 $12,641.40 C15 15 EA Waterline Connection, complete in place per each. 1,975.23 $29,628.45 C16 30 CY Grout Fill Abandoned Waterlines, complete in place per cubic yard. Trench Safety For Waterline, complete in place per linear foot. 230.44 3.95 $6,913.20 $8,887.50 C'!? 2.250 LF C18 1.400 LF Silt Fence, complete in place per linear foot. 3.19 $4,466.00 C9 100 LF Exploratory Excavation Trench, complete in place per linear foot. 19.75 $1,975.00 C20 10 EA Exploratory Excavation Spot, complete in place per each. 1,316.82 $13,168.20 C2 ? 1 LS Traffic Control (Waterlines), complete in place per lump 2,600.00 $2,600.00 sum. C22 1 LS Water Utility Allowance As Directed $20,000.00, complete in place per lump sum. 20,000.00 $20,000.00 SUB- TOTALWATERLINE IMPROVEMENTS (ITEMS 01 THRU C22) $379,770.03 Bid Item 01 WASTEWATER IMPROVEMENTS 11 III Qty. 1,800 Units Item Description IV Unit Price in Figures LF 6" Curb & Gutter, complete in place per linear foot. 22.24 V Bid Item Ext. Qty X Unit Price D2 80 LF Remove And Replace 10" Pvc Waste (11' -13' Cut), complete in place per linear foot. 105.35 $40,032.00 $8,428.00 D3 245 LF Remove And Replace 6" To 8" Pvc Waste (6' -8' Cut), complete in place per linear foot. 98.76 $24,196.20 D4 100 LF Remove And Replace 6" To 8" Pvc Waste (8' -10' Cut), complete in place per linear foot. 105.35 $10,535.00 D5 40 LF Remove And Replace 6" To 8" Pvc Waste (10' -12' Cut), complete in place per linear foot. 105.35 $4,214.00 D6 1,800 LF Pipe Bursting 8" Wastewater Line To 8 ", complete in $177,768.00 D7 9 EA 1 _. ___._,_ .____ Remove Existing Wastewater Manhole, complete in place per each. .1.1.1 ,1 2,370.27 $21,332.43 D8 22 EA Prop 4' Diameter Wastewater Manhole ( <6' Cut), complete in place per each. 6,584.09 $144,849.98 09 57 VF Extra Depth For 4' Diameter Wastewater Manholes, complete in place per vertical foot. 526.73 $30,023.61 010 5 EA Point Repair 6 ", 8 ", And 10" Line, complete in place per each. 6,254.88 $31,274.40 011 D12 10 14 EA EA 4" Wastewater Service, complete in place per each. 1,185.14 1,646.02 $11,851.40 $23,044.28 Wastewater Connection, complete in place per each. 013 2,500 SF Unanticipated Sidewalk, complete in place per square 4.85 $12,125.00 foot. D14 1,800 SF Unanticipated Driveway, complete in place per square 7.86 $14,148.00 foot. 015 10 EA Unanticipated Sidewalk Drain, complete in place per each. 436.91 $4,369.10 D16 500 SF Unanticipated Sidewalk Removal, complete in place per s • uar: foot. 1.93 $965.00 017 j 000 SF Unanticipated Driveway Removal, complete in place per square foot. 2.90 $2,900.00 D18 200 LF Unanticipated Curb Removal, complete in place per linear foot. 4.77 $954.00 D19 420 LF Trench Safety For Wastewater Lines, complete in place per linear foot. 3.95 $1,659.00 D20 20 LF linear Exploratory Excavation Trench, complete in place per foot. 65.84 $1,316.80 D21 5 EA Exploratory Excavation Spot, complete in place per each. 1,316.82 $6,584.10 D22 2,265 LF • Televised Inspection Of Wastewate Line, complete in lace per linear foot. 2.63 $5,956.95 D23 1 LS Traffic Iump Control (Wastewater), complete in place per slur. 2,633.63 $2,633.63 D24 2 EA Prop each. 15" Casing Thru Storm, complete in place per 3,292.05 $6,584.10 D25 12,000 SY Sodding, complete in place per square yard. 4.67 $56,040.00 $20,000.00 D26 1 LS Wastewater Utility Allowance $20,000.00, complete in place per lum• sum. 20 000.00 SUB -TOTAL WASTEWATER IMPROVEMENTS (ITEMS D1 THRU D26) $663,784.98 ALTERNATE NO. 1: ALT 1 -1 1 LS Shut Down Of Mansheim Boulevard, complete in place perlsum: Al Tr ••• • 3,600.00 $3,600,�b �, �: ALTERNATE NO. 2: 0.00 ALT 2 -1 790 LF Remove And Replace 8" Waste With 8" Pvc (8' -10'), complete in place per linear foot. 942 $74,457.50 ALT 2 -2 1 ,010 LF Remove And Replace 8" Waste With 8" Pvc (10' -12'), complete in place per linear foot. 1 .90 $112,009.00 ALT 2 -3 , 1,800 LF Trench Safety, complete in place per linear foot. 5.55 $9,990.00 ALT 2 4 1,800 LF Deduct Item D6 Pipe Bursting, complete in pia er linear foot. (98.76) - $177,768.00 $18,688.50 ALTERNATE NO. 3: ALT 3 -1 9,450 SY Mansheim Boulevard - Street c- -� complete in place per square yard. 7.45 $70,402.50 ALT 3 -2 10,600 SY Mansheim Boulevard - 8" im ized Subgrade (4.5% Lime), complete in • • c • - square yard. 5.95 $63,070.00 ALT 3 -3 9,450 SY Mansheim Boulevard 9 • :. - • Limestone Base, complete in place - • -A ard. 14.30 $135,135.00 ALT 3 -4 9,450 SY Mansheim Boulev " '7 ac Type D, complete in place per s • uare i rd. 12.65 $119,542.50 ALT 3 5 9,450 SY Deduct Item A4 Ce nt Treat Mansheim, complete in place pe quare -rd. (7.42) (70119.00) ALT 3 6 9,450 SY Deduc em Al ► -1/2" HMACP Typ D, complete in place r s • -re ard. (14.90) (140805.00) $177,226.00 ATE NO. 4: ALT 4 -1 23,890 SY e Street Street Excavaton, complete in place per squareyard. 5.65 $134,978.50 ALT 4 -2 27,350 Side Streets 6" Lime Subgrade 4.5% Lime, complete in place per square yard. 5.25 $143,587.50 ALT 4 -3 23,8 SY Side Streets 6" Crushed Limestone Base, complete in place per square yard. 11.15 $266,373.50 ALT 4 4 ,890 SY Side Street 1.5" Hmac Type D, complete in place per square acrd. 10.20 $243,678.00 ALT 4- 23,890 SY Deduct Bid Itme A5 Cement Treat Exist Material, complete in place per square yard. 4.97 ( ) (118733.30) A 4 -6 23,890 SY Deduct Bid Item A9 2" Hmacp Type D, complete in place per square yard. AI Tr fl.I *T� w.� (11.79) (281663.10) $388,221.10 BASE BID SUMMARY SUB -TOTAL STREET WORK (ITEMS Al THRU A15) SUB -TOTAL STORM WATER IMPROVEMENTS (ITEMS B1 THRU B31) SUB -TOTAL WATERLINE IMPROVEMENTS (ITEMS C1 THRU C22) SUB -TOTAL WASTEWATER IMPROVEMENTS (ITEMS D1 THRU D26) TOTAL BASE BID: ALTERNATE BID SUMMARY ALTERNATE NO. 1 ALTERNAT O. / 1 " 18,688.50 ALTER ' /1O 0, $177,226.00 $388,221.10 $1,365 850.27 2,884,064.51 $379,770.03 $663,784.98 $5,293,469.79 Garrett Construction Company herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other information from this print -out. Garrett Construction Company acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (column IV) shown in this print -out by the respective estimated qauantities shown in the Proposal (Column II) and then totaling the extended amounts. Jon Presi t 8/22/06 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work ^overed by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bic evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 470 calendar days from the date designated by a work order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and d� 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. Receipt of the following addenda is acknowledged (addenda number): #1,2,3 (SEAL - If Bidder is a Corporation NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers Respectfully submitted: Name: JON J. GARRETT By: ( GNATURE) Address: '.0. BOX 1028 (P.O. Box) (Street) INGLESIDE, TEXAS 78362 (City) (State) (Zip) (361) 643 -7575 Telephone: Proposal Page 16 of 18 (Revised August 2000) STATE OF TEXAS COUNTY OF NUECES P E R F O R M A N E B O N D POND NO. 2174735 KNOW ALL BY THESE PRESENTS: THAT Garrett Construction Company of SAN PATRICIO County, Texas, hereinafter called "Principal ", and INSURANCE COMPANY OF THE wES,T* a corporation organized under the laws of the State of CALIFORNIA , and da'y authorised to a +o business in the State of Texas, hereinafter callec "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of FIVE MILLION, TWO HUNDRED NINETY -THREE THOUSAND, FOUR HUNDRED SIXTY -NINE AND 79/100($5,293,469.79) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bina ourselves, our heirs, executors, administrators and success ors, jointly and severally, firmly by these _resents THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus hristl , dated the 12TH cf SEPTEMBER , 20 06 , a copy of which is hereto attached and made a part hereof, for the construction of: MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A BOND 2004- NEIGHBORHOOD STREET RECONSTRUCTION - CLUSTER FOUR - MANSHEIM/ SUNNYBROOK AREA PROJECT NO. 2228 (TOTAL BASE BID: $5,293,469.79) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance wit the plans, specifications and contract documents, inciadinx any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then thia obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, teat if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of an such change, extension of time, alteration or addition: to the terms of the contract, or to the work to be performed thereunder. *NDEPENDENDENCE CASUALTY & SURETY CO. Performance Bond Page 1 )f 2 xivel meet -.he requirements of Article 5160, `Je nor ` C L Ti . 3t:tulTes of Texas, and other applicable statutes of the St a 's:e of Tema: . -he undersigned agent is hereby designated by the Surety herein as the Ager..t Res -dent in Nueces County to whom any requisite n(,t tees may be de: ivere _i and on whom service of process may be had it matters arising out of such suretyship, as provided by Art. Vernon's Texas Insurance ('ode. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 1ST day ar OCTOBER , ( . PRINCIPAL GARRETT CONSTRUCTION COMPANY By: / L.Y 4 6'-af (Prin Name & Title) ATTEST Secretary (Pr.in' Name? SURETY ��I.tiCJL INSURANCE COMPANY OF THE WEST INDEPLNDENCE CASUALTY & SURETY CO. Attorney-an-fact MARY ELLEN MOORE (Print Name) This Most t Agent of the Surety in ifuetces County, f4n- delivehry of notice amid service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361- 883 -1711 (NOTE. Date 3f Perfor,,,an;-e Bond mus be prier to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D BOND NO. 2174735 KNOW ALL BY THESE PRESENTS: THAT Garrett Construction Company of SAN PATRICIO County, Texas, hereinafter called "Principal ", and INSURANCE COMPANY OF THE WES7* a corporation organized under the laws of the State of CALIFORNIA and duly authorized so do business in the State of Texas, hereinafter =lied "Surety", are held and firmly bound unto the 77 Corpus Ch isti, a municipal corporation of Nueces County, Texas, hereinafter called 'City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of FIVE MILLION, TWO HUNDRED NINETY -THREE THOUSAND, FOUR HUNDRED SIXTY -NINE AND 79/100($5,293,469.79) DOLLARS, lawful money of the United States, to he paid in Nueces County, Texas, for the payment of which s_im well ane truly be made we bind ourselves, our heirs, executors, administrate) s end successors, jointly and severally, i:mly . y the`_ pr set'=s. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the it ncipal entered :nto a certain contract with the City of Corpus 'hr istc, dated the 12TH day SEPTEMBER , 20 06 , a copy of which Ls hereto attached and made a part hereof, for the construction of: MANSHEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A BOND 2004- NEIGHBORHOOD STREET RECONSTRUCTION - CLUSTER FOUR - MANSHEIM/ SUNNYBROOK AREA PROJECT NO. 2228 (TOTAL BASE BID: $5,293,469.79) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the rarosecatich of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation sha be void; :.)the:'wise to -emain in full force and effect. PROVIDED FURTHER, that jf any legal action be filed upon this bond, venue shall 1 e in Nueces County, Texas. And that said ,surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of anL such change, extension of time, alteration or r INDEPENDENCE: CA:= 'JALn & SURETY . ymen- Bond Page 1 f t ThLs LDr,c giver t meet Lhe requirements of Article 5160, Vernor'.3 3tHtutes of Texas, and other applicable statutes of the State of 7exa. 'Pe terms "Claimant", "Labor" and "Material", a use herein hre :ici:.ordance with and as defined in said t The undersiTled agent is hereby designated by the Surety herein as the Agent Resdent in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising cut cf such suretyship, as provided by Art. 7.1')-1, Vernon's TH,xas Insurance Cede. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of wh ch shall be deemed an original, this the 1ST day of OCTOBER , 20 06 PRINCIPAL GARRETT CONSTRUCTION COMPANY By: , 6X.32../2 6 7;7 marne & Tit:e SURETY INSURANCE COMPANY OF THE WEST INDE-ENDENCE CASUALTY & SURETY CO. Attorney-in-fac MARY ELLEN MOORE (Print NartE, mit 4 mop ,o; t� Surety in 44gros. County, Testaii for II iietTce d ser'tri c of praesss is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address: P.O. BOX 870 Phone Number: CORPUS CHRISTI, TEXAS 78403 361-893-1711 (NOTE: Date cf l'a,..Trt.Rn E d must Not prier 'Iate af cont_ract) (Revised 9/02) .ayment: Rage 1' No. 0004671 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNO\k ALa \TEN Ei' THESE PRESENTS That Insurance Company of the West. a Corporation duh organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California. and Independence Casualty and Surety Company, a Corporation duly organized under the laws of thr State of Tes as. (collectively referred to as the "Companies '), do hereby appoint DIANN EISENHAI'ER, R.M. LEE. MARY ELLEN MOORE , LEROY' RYZA, KRISTI ROBERTS 5U R4 their true and iawfuI Attomey(s) -in -Fact with authority to date, execute, sign, seal. and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship. and an, related documents. 10 witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. �4t. JIIPOIUTr;;,,4 sEititiono ‘,05X1 Olrj,) n a SEAL 3 R opro• ,. Jeffrey D. Sweeney Assistan } State of California SS County of San Diego ecretary INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY V John I_ Hannum, Executive Vice President On 'November 1, 2005, before me, Francis Fafaul, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. RESOLUTIONS Francis Fafaul, Notary Public This Power of Attomey is granted and is signed. sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary. are hereby authorized to execute Powers of Attomey appointing the person(s) named as Attorney(s) -in -Fact to date, execute, sign, seal. and deliver on behalf of the Company. fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: that the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment. may be facsimile representations of those signatures: and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying " CERTIFICATE I, the undersigned, Assistant Secretar of Insurance Company of the West, Explorer Insurance Company. and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies and are now in full force. IN WITNESS WHEREOF, [have set my hand this 1ST day of OCTOBEP_ 2006 . Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 1 1455 El Camino Real, San Diego, CA 92130 -2045 or call (858)350-2400. This power is in full force and effect until revoked bagCity of C'cxpus _... Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME, GARRh'1'1' CONSTRUCTION COMPANY STREET: FM 2725 & GARRhXT RD. CITY: INGLESIDE ZIP: 78362 FIRM is t.Corporation t ?.Partnership C 3.Sole Owner ❑ 4 Association [ S.Other U DISCLOSURE QUESTIONS If additional space is necessary please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm "_ Name Job Title and City Department (if known) N/A State the names of each "official- of the City of Corpus Christi having an "ownership interest:" constituting 3% or more or the ownership in the above named "firm". Name Title N/A State the names of eac,; 'hoard member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name N/A Hoard, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Marne Consultant N1 A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will he promptly submitted to the City of Corpus Christi, Texas as changes occur. Cart fying Person JON J. GARRI11' (Type or Print) Signature ret Certifying Person: Title: PRESIDENT Proposal Page 17 of 18 Date: 8 -23 -06 DEFINITIONS "Board Member ". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c "Firm ". Any entity operated tor economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self- employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non - profir organizations d "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the ;City of Corpus Christi, Texas . e. "Ownership Interest" Legai or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi or th «t purpose of professional consultation and recommendation_ Proposal Page 18 of 18 ACOR_D,. l:tk 11I -I(;A I t OF LIABILITY INSURANCE CSR Bs I VN 1 IeTaIUVITT TI) GARRE -3 4 09/27/06 PRODUCER Swantner & Gordon Ins. Agcy -CC P. O. Box 870 Corpus Christi TX 78403 -0870 Phone:361- 883 -1711 Fax:361- 844 -0101 INSURED Garrett Construction Company; Live Oak Materials, Inc; Garrett Marine, Inc. P. 0. Box 1028 Ingleside TX 78362 -1028 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A: Clarendon America Insurance Co INSURER B: Texas Mutual Insurance Company INSURER C RSUI Indemnity Company INSURER D: The Travelers Lloyds Ins. Co. 41262 INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN '.SSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADP L LTR INTRO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (AMIIDDIYY) POLICY PNtATION DATE ( WDDIYY) LIMITS A GENERAL LIABILITY V/ DCT000008246 .0 07/26/06 07/26/07 EACH OCCURRENCE $1,000,000 X; COMMERCIAL GENERAL LIABILITY PUMA K e) $100,000 +-- CLAIMS MADE ! X � OCCUR MED EXP (Any one person) $ 5000 PERSONAL & ADV INJURY $ 1 , 0 00 , 0 0 0 GENERAL AGGREGATE $2,000,000 GE N'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG 32,000,000 -. PRO- POLICY X JECT LOC Emp Ben. 1,000,000 A L__.. AUTOMOBILE LIABILITY / y X ANY AUTO I - -.- ALL OWNED AUTOS -' SCHEDULED AUTOS DCT000008254 I,/ 07/25/06 07/25/07 ✓ COMBINED SINGLE LIMIT (Ea accident) ' 1000000 BODILY INJURY (Per person) X HIRED AUTOS BODILY INJURY (Per accident) ' X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) — t GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG S EXCESS/UMBRELLA LIABILITY Y C ■ X OCCUR �1 CLAIMS MADE — DEDUCTIBLE jX RETENTION $10000 NHN035949 V 07/26/06 07/26/07 / V EACH OCCURRENCE V(1,000,000 AGGREGATE $ 1,000,000 S $ $ WORKERS COMPENSATION AND / WORKERS EMPLOYERS'LIABKITY ✓ B i ANY PROPRIETOR /PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? 1 If yes, describe under SPECIAL PROVISIONS below TSF0001080533 / �/ 07/26/06 07/26/07 WCSIATU- ON- X (TORY LIMITS ER E.L. EACH ACCIDENT S 500000 E.L. DISEASE - EA EMPLOYEE $ 500000 E.L. E DISEASE - POLICY LIMIT $500000 I OTHER D iEquip Floater 'Lease /Rentl,al Equip QT6600768C347 07/26/06 07/26/07 $2500 Ded $250,000 DESCRIPTION OF OPERA1i NS / LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS PROJECT: MAN$)'IEIM AREA DRAINAGE IMPROVEMENTS PHASE 2A -6A, BOND 2004-NEIGHBORHOOD STREET RECONSTRUCTION CLUSTER FOUR MANSHEIM /SUNNYBROOK AREA - PROJECT NO. 2228 V The City of Corpus Christi is named as Additional Insured on all General Liability and all Automobile Liability policies. CANCELLATION City of Corpus Christi Engineering Services Contract Administrator P. 0. Box 9277 Corpus Christi TX 78469 C ICC -CC -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORR'THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 ✓ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATNES. AU ORQED RE'' / /�ET�IE ACORD 25 (2001/08) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY /ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: ✓ COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization 1 City of Corpus Christi Department of Engineering Services 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 endorsement.) 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: Garrett Construction Company Policy Number: DCT000008246 Effective Date of This Endorsement: Authorized Representative: Name (Printed): R. M. Lee 07/26/06 Title (Printed): Managing Partner ATTACHMENT 2 GL 2010 11 85 1 OF 2 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: 1 BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM TE 99 01B This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 07/26/06 ✓ DCT000008254 Named Insured / CL4 , Garrett Construction Company Countersigned by (Authorized Representative) fhe provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: J City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF `/CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART / LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, we agree to mail prior written notice of cancellation or material change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice: THIRTY (30) Named Insured: Garrett Construction Company Policy Number: DCT000008246 Effective Date of This Endorsement: Authorized Representative: Name (Printed): R. M. Lee 07/26/06 Title (Printed): Managing Partner CG0205 (11/85) ATTACHMENT 3 1 OF 3 TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 07/26/06 1 Policy Number DCT000008254 Named Insured Garrett Construction Company / 0,- ' Countersigned by i -0,,, v (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: ,/ 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 FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 2 OF 3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7 -85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule I . Number of days advance notice: 30 Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 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. TSF0001080533 / Endorsement No. Insured Garrett Construction Company Insurance Company Texas Mutual Insurance Co Countersigned By: WC 42 06 01 Name (Printed): (Ed. 7 -84) Title (Printed): GENERAL ENDORSEMENT R. M. Lee Managing Partner ATTACHMENT 3 3 OF 3