Loading...
HomeMy WebLinkAboutC2007-078 - 3/27/2007 - ApprovedF 0 R M S S P E C I A L P R 0 V I S 1 0 N S S P E C I F I C A T 1 0 N S 1 wr A N D 0 F C 0 N T R A C T S A N D B 0 N D S F 0 R PAR T 6b.A 7M 5 37W L L 1 wr 7M 5 B"vi —'e 15 ADA COMPLIANCE -- CURB RAMP IMPROVMENTS SPOHN MWORIAL HOSPITAL AREA, & MARY GRETT CUNNINGHAM/CHULA VISTA SCHOOL AREAS Table of Contents NOTICE TO BIDDZRS �--­ , -1", 5 )"-' NOTICE TO CONTRACTORS - A K ed : ept. Z000) i TIS �('_ Pe�"1_11 temt nts NOTICE TO CONTRACTORS - B T,ev - red '/ 0) 1 Worker ' ; Compensation (77,)ve.,�ige For Building or Construction Pcojec-IF.-s For vriT-i- -i es PART A - SPECIAL PROVISIONS A- 1 F, im ati I Place f"ece V-_r._j ''P") I e;! Pre-Bid Meeting A-- 'Def-_nit cans and ;ibbi at Des( Des( rip' on C 1 A—I MeLl,od Award A- `t ems t be SiA.").m tea )it-', i . '.'o" A. Time of ,omplpt mi/l i :id a , ed s A- workers il'ompen -, i' _r;r sm,-ii)- A- 3 F'Ixed lf`, ­)Posa] 'i A- Ackrlow;_e;:qmerit Aud, idrj A- 10 Wa q (-- R, i s (P c,.,,/ i ,t 00 A- I on w . , '­uAbl A- 12 Mcii,,tenai-�ce of ;,�iv_(:' A- 3 A,-e- A, �t>ss md ',aff ..- A -14 (7nn-- tr,_> ' ion Eq,i Spillay ,� ir(i '�racKlrlq A- 5 Excavati %n and A -16 D-sposal, SalvctqE, :�f V­ ey --l's A- �4 No* ',fsed. A-- 18 Schedule and S,,q_jence f ()j: A-19 Con; trt.cr_ion A-,-'O Testinc; rrtd on A- Z' I P r o i ec I- gn A -22 Minoru y,MinofLt RIIIS ie_,, En, .-rpitse Participation Policy (Revised 10/98) A- 23 Not 1 sed. A- " 4 Surety :' :ads A -25 S.il,•s '"a, Exi�inpi i:�r) NO LONGER APPLICABLE 617 L/98) A 76 Suppleme-ital FT_1.';1:aji(-, Req,.iL'�!ner,t- A-�----R,e­s­pe��-i7_' r4­i,efts ','ot Use(l. A. 18 r:mIsid, � r , t, oi i i ray" A 4 -a rd ,ii(l Fxc-,( liti__,n A -'9 C,)iif ra. ' -r's Fi� 1 -1 Adif r, - s t- r io:-i -i 1 t A 30 Ame,Ldec- `Cons-­Jei­,t,�)� -)I :,­i ac Requirements A- Ameitcleo olicy -,- Ext-1 Work ind (tange 0_-ders A -32 AnenCted "Execw, Lo[; J _'on-, rac' pe'111 i rem—ell' s A -33 Conditi.c;is of W,_)rk A -34 Precede-n_:e of r-ic-, A 3 S Water- Fae_i_tLities Speei&4­4e , ­Femefilc!, Not Used. A -36 Other Submittals Revise:: A- -3q e -flished by �,he Not Used. ­r- Vti� A­ 18 Wo-.rker's Compe.n.,;a'.ticr or Construction Projects for _'vernme rLt Ent j S PART T - TECHNICAL SPECIFICATIONS r f. n ? 65 Jen prevention Plan LIST OF DRAWINGS NOTICE AGREEMNNT PROPOSAL /DISCLOSURE STATEMENT PERFOR14NCR BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS 'eai >_d l;r :,posal:. addr -=ssed t - the :'it;✓ of Corpus Christi, Texas for: ADA COMPLIANCE CURB RAMP IMPROVEMENTS —PART 'A' Spohn Memorial Hospital Area; PROJECT No. 62 :,hal lr_7r:)lve the cons, ruct.ior of new curb ramps along Morgan Avenue and Buford Street and 4 new curb i amps end app )ximately 2 867' SF of new sidewalk along the north side , Hospital Boule a-d ti 19th Stjeet to the front entrance of Spohn Memorial Hospit� ncl�rding limiter idt-ralP qsi ci ement reconstruction, fence relocations, and installii : cap nt.i ininq f con _ anc Corm r,ate�: pollution control measures. AND ADA CaWLLW= CURB RAMP ART 'B' Mary Grett exmunghmq/a=la Vista School , bii 'bond :n the amount of 5% of the highest amount bid hai; involve the construcr_ic,n of 14 new curb Areas; PRWB= N0. 6 ramps along Shaw and Stafford Constructing 2 ne,; c,rri ramps t he i. :Zteraect. ion of Prescott and Yale, 2 new Street Prescott Sherman ,.d c.e., and c i; ramps at Prescott and Hudson curb including limited ramps sidewa pavement recons-_r.,eti r_, ontrol fen e relocations, and installing and maintaining traff 1"d stor water po ut.._ r -rtroI measures. wi-ich tt.is rc_);ItraCt i0cuments 4�Dl� Is r.) be done and that such wage scale is set out in tY )b,a.nab_e Al :cork shall meet the curren re(fuirements /standards of the American with Disabilities A ADA) an, the Texts ?;epartment f Llcensina and Regulation (TDLR) and shall be in accordan with the glans, SXecif:L aticns :And ..1c)ntract documents; PJill be received at the otfic, of the City, Secretary until 2:00 7,2007, and then uY;ii 1 P -m. on Wednesday, Marc 1= ' y opened and react. Any bid received after closing time will k returned unopened A pre -bii meeting is scheduled for Tuesday February 28,2007 beginning at 10.00 AM and wil be conducted by the Cit , and gill include a discussion covering a preview of the work ar address technical questions The location of the meeting will be the Department c Engineering Services Main Conference Room, Third Floor Cit Hall 1201 Texas. Y I Leopard Street This project is funded FY through the Community Development Act of 1974 with funds approved 1 2002 and FY 2006. Approximately 100% of the total estimated project cost will be funds through this source. , bii 'bond :n the amount of 5% of the highest amount bid uccompan,, each proposal. proposal which i l mu: Fail e 1 picv,_de the bid bond will constitute a non- responsi-, wi not bonds for .'ontracts o•ret be cDnzidei t -d. Fa sure to provide required performance and paymer $25,01 GIs liquidar:ed damages e. -I- result in forfeiture of the 5 96 bid bond to the Cit 3idder' iadi,tq documen -s ola ;, leposit is subject to mandatory forfeiture to the Cit <<r'` not e ,rrned *- -c the, City within two weeks of receipt of bids. f ans . proposal forms, Engineer upon a deposit :- peciti(_,tions and contract documents may be procured from the Cit --tears t, good 'onditior_ with-i.- )f Fifty and no /100 Do ($50.00) as a guarantee of their retui x ceic t z" an addi?. o ? two weeks of bid date. Documents can be obtained by mail upc ($10.00 wt;i.ch is a nor.- refundable postage /handling charge. he bidder is heret ),. ro- the locali-y in :.fie<; t1,�t 711E owner has ascertained the wage rates which prevail i wi-ich tt.is rc_);ItraCt i0cuments 4�Dl� Is r.) be done and that such wage scale is set out in tY )b,a.nab_e a,, tnE- office of the City Engineer and the Contractor shaI pay nct , ess than fhe wale r a -e; sc :,;,.own f- r each craft or type of "laborer," "workman," mechanic " emplo} ,-,, -r t c ' is et the City reserve; the right --> >r,e any or all bids, to waive irregularities and to accer the bid which, it the C'ty n•�_r:. seems most advantageous to the City and in the bes interest ,,.f the put i is C','TY OF CORPUS CHRISTI, TEXAS Angel R. Escobar, P.E. Direc -cr of Engineering Services Armando Chapa 5 %00 'ity : 3ecretary Revised ? NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS 1— vi.s�c May, 1006 r ic of r, .; a .: r,._ ca in,,, (goof coverage in the following amounts TYPE OF INSURANCE MINIML)M INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE ( >mm c irera7 1i it i it ,u;?ing: $2,)00,000 COMBINED SINGLE LIMIT tal F ,rrt _em° 4 (Jndel , t )unc vrr. 1-11 odt! c � tFr ) �a'd] Bi Dac.. F'jrm F'? �,E. E�Lty !am &C(' 8 ;:dept,f dent C.,r rack r5 9. Pc= r$cri t Injur, AJTOMOBIL� 1'?,BILI'IY $1,600,000 COMBINED SINGLE LIMIT 0n: RENTEC' W�1RK" j' 'OMF'ENSATI--t. E[1 A iILITY EX-E, 1kBI1_ i i'y PEOFi ;S 1-01,dAL "_!LLUTI ;N ENVIRONMENTA MPA[RMFNT <'O'1�RAGE No' sudden, n i%-cidental dischar.(e, t nclud -. i ,nF)- �rrn er- ii 1-nme.:ta , mpac' f "n, di:-;pcs 31 _ c<ntamina:= is B(: i LDERi RI K WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF T'HF` EXHIBIT $iOC,OGO $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED Sae Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED $10( -,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements R'r:QU I RE D X NOT REQUIRED Page 1 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORK: -: ' S CO: E _ INSATION COVERAGE FOR BUILDING CR CONSTRUCTION PROJECTS FOR GCVE: ?1MENT ENTITIES ' exas .law requires ---ha- : %ost contractors, subcc- r— ractors, and ct rrs providing work cr -3er,✓eces for a City building or construction prc -- ec zust be covered by worker's compensation insurance, authorized x se 'If - __.surance, or �r. aoprcved worker's compensazfcn coverage agreeme^ . Even if Texas law does not require a contractor, subcontractor or ethers performing project services (including deliveries to the job site) D provide 1 of the 3 forms of worker's compensation coverage, the : v will require such coverage for all individuals providing work or ser,..ces on this Project at any time, including during the mal_ _e :ance guaranty :period _'otor carriers which are required to regz�� r with the Texas Depar:-.ent of Transportation under Texas Civil ta-ta °s Article 9-675c, and which provide accidental insurance cverace under Texas Civii S—.atutes Article 6675c, Section 4(j) need -c- -vide 1 )f the _ `-orms worker's compensation coverage. -- e Contracto aare�_-s comply with all applicable provisions of Texas Administrative .ode Title 28, Section llo.ilo, a copy of which. attached and deemea = :corporated into the project contract. PI ease -.ote that under sect, _ n 110.110 certain language -.ust be included in the Contractor's Contract with ­.he C -ty and the Contractor's contracts with subccntractors and others providing services for the PrcJect; the Ccn7raccoi required to submit '!�o the City certificates cf coverage for its employee=_ and for all subcontractors and ethers providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the 'ontractz)i i�: required to post the required notice at the job ��ite gy _icn,_ng this Contract the Contractor certifies that 't will timely c:-)mel "ith these Notice .,o rcntractors 'B" requirements. NOTICE .0 CONTRACTORS - B (Revisea 1113/98) Page 1 of 7 6/7/1,0 Pace ? nne e :_ :slp,: e ^t cr -_._-:ais, or labor, :r=scc a::cn or out 2- - 2z a '`cle Se: vices does not L._.•,�1e actt.a :es se elated to the proles ---ch as r ae -- • e ^ecr . :. , e suopiy ;Ieavtnes, a:-.- °:ivery et :o zbfe toueu. - `tic :udeS ti ^e err- ,ision or A se:Vlc °s -2:a= to a bu;i:.ing or construction cc --_-act for a :- or caustne to ce provided a certinca:e cf coverage pursuant to this rule is represen,a,.cn by the insures that all ernpioyees ei u` e insured woo are pro%iding services on the project a -e petered by workers' compensation coveraze, that the coverage is based on proper reportinc o classification codes and payroll amounts, and that ail coverage agreements have been hied with the appropriate uuurance carrier or, in the case of a self - insured, with the cornrnission's Division o Se1- L,s"ra.;ce Reguiatior. Providing false or trlisieading ce ti.;cates of coverage, or failing to provide : . :aintain requires coverage, or failing to report anv cnanee that materially a;iects the provision o: coverage may s,ui�ect the contractor or other person providing services on the project to admi:.istl.:t: ve penalties, cruninal penalties, civil penalties, or other civil actions. c) A gc,,-e:-- -ental eauty ti. at enters Leto a buildLn.- or construction contract on a project s all : (i include r t le bid specific tiolLS, aL the provisions of paragraph (7) of this subsection. using the language re: sired by paragrzph (7) of this subsec;ioa: (2) as pan O' t.'te contract, using the language required by paragraph (7) of this subsection, require the conL- -acts: 13 perform as roe;: red in subsection (d) of this section; (3) obtain. Zt the cortraec. a certificate of coverage for each person providing services on the project, --er to that person beginning work on the project; (4) obtain: h-cnt the contractor a new certificate of coverage showing extension of coverage: (A) before tr.e end of the ct=-nt coverage period, iF t,'le contractor's current certificate o* coverate shows that te=e coverage period ends during the duration of the project; and (B) no inter :;= seven days al-'ter the expiration of the coverage for each other person providing services on t`:e project whose current certificate shows that the coverage period ends during the duration oft.le project;: (5) retails ce:tiucates of coverage on Ede for the duration of the project and for three years thereafter; (6) Provide,:. copy of the cer7i :cafes of-coverage to the commission upon request and to anv person °ntitie.i :c -him by law and 71 use the z : ,sage container, in the fcilowing Figure i for bid soecincations and eontrac-.s. Without any additional words or changes, except those reauired to accommodate the specific document in which -_he•, � v container.. or :c impose stricter standards of documentation: :-28S 114. i c(c)(7) tbl http state.t.< us,tac, ,U %t 1 0/13 /1 I 0 1 10 htrrl .,a... : ..,. _1- .... ,,.... .,,.W ,.....,anw.., ... ,,A,. NOTICE To CONTRACTC". Revised 1/13/981 Page 3 of 7 g /7 /C8 :C rage 4 Or 6 `ji �...-ac t;rlly roc e ° _a cerscr. ,with .L ;er :t contras -s : o�iae se ��ces e a �rojeet to: (A) orovice coverage hasec on Groper reDOrtir,2 of classification codes and payroii 2.:_ottnts or any c - veraze agreI?mer;_s for cf a e reievees pro��di:.2 se^. -]cgs on the proie� . or the duration Eot`the proiect; - (1) provide a coil fire to o. ;.Overa2e to the contractor prior to that person beainni. voric on the proje ,C) induce in all con:rac:s :c' provide se.- cgs cr: the project t` e language in subsea en (e)(3) of this secticiL D} provide the contractor, prior to the end or -c coverage period, a new certinca.e or coverage showing e:ctension of coverage, if the coverage period shown on the current certiftc a.e of coverage ends during the duration of the project; -El obtain from each Other person with whom it contracts, and provide to the cor..rac.or: '! s a ce.^tincate of coverage, prior to the other person beQinting work On the proje= ;anal prior to the end of the coverage period, a new certificate of coverage showing emersion of the coverage period, if the coverage period shown on the current cc -tincate of coverage ends during the duration of the project; (F) re.airi all required cer.incates of coverage en file for the duration of the project, a ^d for one year thereafter- (G) notify the governmental entity in writing by certified mail or personal delivery, v. ithin ten days after the person knew or should have known, Of any change that materially affects the provision of coverage of any persar providing services on the project; and (H) contMcrUa((y require erch other person with whom it contracts, to perform as required by S�ubpan-Mphs (A) -(H) of this paragraph, with the certificate of coverage to be prodded to the person for whoao they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide cove for its employees providing services on a project, for the duration of the project based e proper reporting of classincatien codes and payroll amounts and filing of any coverage agree^:enES; (2) provide a certificate xa coverage as required prior TO by its contract to provide services on the project, hc>Truung work on the project, (3) have tip following Izn- age in its contract to provide services on the project; " By signing this contrza or prong 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 :ontrac; who will provide services On the project will be covered by workers' compensation coverage httpj /,x --vw sos state.tx.us/tac128 1/1 IOB / 10 ' 10 html xoricR ro ed 1/ 3 /981 - a Revised 1/13 /9gr Page 5 c f 7 8/7!98 _= A,_ t.J_I, jurat)cr. cf : to ccrtrar, Page 6 of 6 F j retain ail required :es or coverage on iiic for the duration e: ::.e project and for one year :nerear*e ; G -) notify the gover=er. -ai en u# m writing by cerrtified mail or persoazi delivery, within ten days after the persoa knew or snould have known, of any change that materially affects the provision of coverage of any person proviaioe services on the proiect; and ex) contractually require each person with whom it contracts, to perforat as required by this - subparagraph and subparagraphs (A.) -(G) of this paragraph, with the ce:zificate 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 ruie is applicable for 'ouiiding or construction contracts adve -ised for bid by a governmental entity on or after September i , 1994 I fKis rule is also applicable for those building or construction contracts entered into on or aver September 1, 1994, which are not required by law to be advertised for bid (h) The coverage requirement is 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, § 46). (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 officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for dedvery or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index NOTICE To CONTRACTORS - S Revised 1/13/98) http : / /www.sos.state tx.usitac/28,/IU1 i0/B /110 110 html Page 7 of 7 8/%I98 I = ; = SPECIAL PROVISIONS ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `A' -SPOHN MEMORIAL HOSPITAL AREA AND ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART 'B' -MARY GRBTT CUNNINGHAM /CHULA VISTA SCHOOL AREA REVISED AND ISSUED FOR RE -BID FEBRUARY 2007 L SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the Cit-, Secretary: located on the first floor of City Hall, 1201 Leopard Street, until 2:00 .m., Wednesday, March 7, 2007. Proposals mailed should be addressed in the ollowing manner: city of Corpus Christ_:. City Secretary's Office 1201 Leopard Street Corpus Christ, Texas 78401 ATTN: BID PROPOSAL - ADA COMPLIANCE - CURB RAMP IMPROVE 4ENTS PART `A' -SPORN MEMORIAL HOSPITAL AREA; PROJECT NO. 6294 AND ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `B' -MARY GRETf CCMINGHAM /CHULA VISTA SCHOOL AREAS; PROJECT NO. 6293 A prey -bid meeting will be held on Tuesday, February 28, 2007, beginning at 10:00 AM. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX, and will include i discussion of the project elements. If requested, a site visit will fellow No additional or separate visitations-will-be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of tie General Przvisions will govern. A -3 Desgription of Project AM 00kffWhj= CURB RAMP ART 'A' Spobn Memorial Hospital Area; PROJECT NO. 6294 shall involve the construction of 7 new curb ramps along Morgan Avenue and Buford Street, and 4 new curb ramps and approximately 2,867 SF of new sidewalk along the north side of Hospital Boulevard from 19th Street to the front entrance of Spohn Memorial Hospital including limited sidewalk and pavement reconstruction, fence relocations, and installing and maintaining traffic _,ontrol and storm water pollution control measures. ANL ADA CINWLIAM CURB RAMQ ART 'B' Mary Gmtt Cumnixc0bam/f9V1la Vista School Areas; PRojIft No. 6293 shall involve the construction of 14 new curb ramps along Shaw and Stafford Streets, constructing 2 new curb ramps at the intersection of Prescott and Yaie, 2 new curb ramps at Prescott and Sherman, and 2 new curb ramps at Prescott: and Hudson including limited sidewalk and pavement reconstruction, fence relocations, and installing and maintaining traffic control and storm water pollution control measures. Ali work shall meet the current. requirements /standards of the American with Disabilities Act (ADA) and the Texas Department of Licensing and Regulation iTDLR) and shall be in accordance with the plans, specifications and contract wc?< ument s. Section A - SP (Revised 12/15/04) Page 1 of 24 n accordance with other recTairements of this Contract, the Contractor shall no`_ permit subcontractors o, others to work on the Project unless all such individuals working on the Project are covered by workers' compensation irsurance and --nless the required documentation of such coverage has been a.r,)vi.iel to the Contractor and the City Engineer. A-8 Fa3ced Proposals Proposals faxed directly t_: the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in ac.ordance with Section B -2 ;f the General Provisions. A -9 Ac}epowledgment of Addenda The C-ontractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt, Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have a:,, adverse effect when determining the lowest responsible bidder A -10 Wage Rates ( Revised %/s io) Labor preference and wage rates for heavy construction. in ease of .enfl=et, Genti-ater shal use higher wage rate, MJn um Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any 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 ail laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make b�- 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 (1 %; 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 B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours A -11: Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the --imits of the Project The Contractor shall provide a forty - eigkt (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 - 669 -8344, and the Southwestern Bell Locate Group at 1- 800- 828 - 512". For the Contractor's convenience, the following telephone numbers are J. i steel, City Engineer Project Engineer Consultant: Ricardo Martinez, PE MARTINEZ, Guy & MAYBIK, INC. 6000 S. Staples, Suite 207 Corpus Christi Texas 78415 880 -3500 888 -8100 814 -3070 814 -5508 (fax) Section A - SP (Revised 12/15/04) Page 3 of 24 All Tr costs for traffif control are considered subsidiary to the bid item for affic- Control as per the bid proposal form. , A -14 construction E i ent S ilia a and Trackin The Cont.ractoi shall keep spilled materials ie adjoining streets free of tracked and /or mechani,al equipment to 07 from the construction area. Hand labor and /or quipment gust be used where necessary to keep these roadways c2 ear of job - related materials. Such work must be completed without any increase in the Contract price .Streets and curb frequtnt_l line must b- cleaned at the end of the work da Y, if necessary, to prevent mate l Y or more sewer system. No visible material that could be w sheds i to storm the sewer storm is into allowed t:D remain on the Project: S to or adjoining streets. A -15 bccav ;tion 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 ca f providing a good growth of g gable fertilizer. The dirt must be grass when applied with seed /sod and an}- other materic that detractrefr m debris, caliche, asphalt, concrete and Bras:, appearance or hampers the growth of Ail existing concrete and asphalt within the limits of the Project must be removed linless otherwise noted. All necessary removals sidewalks, including but not limited to pipe, driveways, etc., are t be considered subsidiary to the various bid items Identified in the proposal form for A -16 Disposal /Salvage of 1aterials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site b considered subsidiary; the Contractor. The cost of all hauling is Contra ctor iary; therefore, no direct payment will be made to A- Fuld Office {NOT UsED) StEl eff- l The -- met- be -- f-:.--- • R L a —; - T�e�} o€€} e e V -- answe i mus � -be �n� L —Se-ffi__€er.._'. he A -18 Sc dule and Se ence of Construction The Contractor shal< submit tc the tilt calendar da.:-s. This plan must detail thein cheduleo of Plan work based and must be only on submitted tO the City Engineer a,: least three (3) working days prior to the pre - construction mee�ing. The plan must indicate the schedule of the following work items: Section A - SP (Revised 12/15/04) Page 5 of 24 Wastewater- elevat-iens • A11 interseeting lines nhel _ Gas nq - I4ev?trons (top ef pipe and flow line) _(TXDOT and RR permits) . wat-e-y-= • A 11 ep +3-€ -va tve3- -- ; • Valves riot • �- ' leer t3 is i t< r �f- r ipc and , ot, • All interseeting lines mss • GBSing_ °min -(- t�- fie a 4 A -20 Tooting 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 wil i 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 I)v the Contractor and deducted from the payment to the Contractor. The Contractor mi..st prcvide all applicable certifications to the City Engineer- A -21 Project Signs The Contractor must furr:ish and install 1 Project sign per location as indicated on the following drawings: Attachment I of Section A - Special Provisions. 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) L. 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 Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 19850, 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 Z. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City -ontract. b. Subcontractor: Any named person, firm, partnership, corporation, association, of joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. Section A - SP (Revised 12/15/04) Page 7 of 24 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b_ These goals are applicable to all the construction work (regardless of federal pa:- tici.pation) 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 t:rom project. to project for the sole purpose of meeting the �'or.tractor's percentage is prohibited. 4. Compliance a. Upon completic,:i of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The 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 Alona with the request for final payment on the Project, tie. Contractor will indicate, in writing, the overall participation .,n these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit 1)i- weekir payrolls in a timely fashion or to submit overall participation -nformation as required. A, -23 Ztspection Required (NOT USED) (Revised 7/5/00) he._„__..r_eter _.._,, -- assure -- the — agpwepriat-e,[ tilding inspeetiene- by the 1 9Qi dl- inspection D y wi w F the various intervals of we'rk fer �. L'1/'bieh a- e Lt is - final isepeetiea- -alter the ef- Oceepasey, applieable. B led in that the Cent raeter mat paw all fees and ebergee levied by the 4 l-mst -at meter fees an tap fees 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 wall be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the 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 (1016 of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that -,.he Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do Section A - SP (Revised 17/15/04) Page 9 of 24 Name: City of Corpus Christi Engineering Services Department Attn; Contract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Number :rf days advance notice: 30 The Contractor shall pro,aide to the City Engineer the signed endorsements, or copies thereof certifie by the insurer, within thirty (30) calendar days after the date ;he Ci *r Engineer requests that the Contractor sign the Contract document3. Within thirty 00 ) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer witi_ a certificate of insurance certifying that the Contractor provides worker`s compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract, For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating 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 liabil.t -y insurance coverage obtained in accordance with Section B 6 -11 (a) o~ the Contract. the Contractor shall obtain an endorsement to ti.is coverage stating Contractor agrees o indemnify, save harmless and defend the City, its agents servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fee:.: for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out. of or in connection with the work covered by this Contract The f:-)regoing indemnity shall apply except if such injury, death or aamage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any persona indemnified hereunder. A -27 Responsibility for Damage claims (NOT USED) B 6 11 of the Genera, Previsiens eevera-ge— f- «�-t�erm e€ the Gentraet up to and ineludin da#_e r+; .. finally -...epts -the Prej eet or werk Builder-Is Ri ek—eir r t*!la ? m rsvacir r -i •. 'eests x��^�su`'yann'ree,, -tai ., e-juii g—an deduetible The ••:ty must he named addit - Section A - SP (Revised 12/15/04) Page 11 of 24 'ity 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. A -30 Asonded "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction 'ontracts" Section B-3-1 Consideration of Contract add the following text: Within five (5! working days following the public opening and reading of the proposals the three (3) apparent lowest bidders (based on the Base Bid only) must .submit to the -ity Engineer the following information: A list cf the major components of the work; A 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; 4. 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 r_hat MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. A list of subcontract - >rs ghat 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 Cit} 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. n the event that a subcontractor previously listed and approved is sought .o be substituted for or replaced during the term of the Contract, then the 'ity Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in Che Project Such approval will not be given if the replacement of the subcontractor .gill result in an increase in the Contract price. Failure )f the Contractor to ompiy with this provision constitutes a basis upon ;which to annul the Contract pursuant to Section B -7 -13; 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; G. Documentation require3 pursuant to the Special Provisions A -28 and A -29 :oncerninq Considerations for Contract Award and Execution and the 'ontract <�r's Field Administration Staff. Section A - SP (Revised 12/15/04) Page 13 of 24 Prier- -t-e- be effered by alatheri7z��� FE)" te Attashmeat 1. The Gestraeter sh�ij set start, o- All materials aEd ee used in the repaiE, reassemb! Standard thread eempouado-,- most ast be used unleae theY eeufG*m with MMEMSIF Standard 61 personnel i�ediately prior tO.-useT tnust faeility site. Blowing trash wiII not be allowed. The Gentraeter sha I I -- keep -we­-�- areas- elean at all -an-rd remeve all trash everalis ether than rm must provide eampany same and individual e Sectionu'SP (uevi°*u zz/zs/o«) r"o= zs of o^ ks - -mot -- ; mend a skew all e€ the r-equired sheets. The ,'ant -r set: er wi 1 - r 'L L., ,_ ] A3:-I- -� --€ 3 t-411-a--p�ejeet at the 0. Pd Stevens wateL, Treatment Plant s haml be number of ing _ nde -gr a b truetiens ?de trenching- maehines shall be _,,. a the-p—r— t.. A -36 Other Submittals 1. Shop _ Drawing Submittal_ The . ontractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Foam attached at the end of this Section; and . - luenti -illy number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or suppl.i.er pert:_nent Drawing sheet and detail number(s), and specification 5: -cti,n number, as appropriate, on each submittal fo5-m . d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, ver'- fication o` Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance w.tr the requirements of the Project and Contract document.. -. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the Skibmission of related items. E. Marking: contractor must mark each copy to identify applicable products models, options, and other data. Supplement manufacturers' .- r- andard data to provide information unique to this Prclect. 1. Variations: 'ont actor must. identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. r. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmitt.als: Gontractor must revise and resubmit submittals as required by Cit .,, Engineer and clearly identify all changes made since previous submittal. Distribution: ,-) must distribute copies of reviewed submittals tc sub_-ontractors and suppliers and instruct Section A - SP (Revised 12/15/04) Page 17 of 24 A -43 Amended Indemnification & Hold Harmless (3ier "General 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 %:old 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 iability whatsoever from an act or omission of the contractor, or any subcontractor supplier, materialman, or their officials, employees, agents Dr c_,nsultan -s, <,r any work done under the contract or in -onnectiDn therewith -;y the contractor, or any subcontractor, supplier, rnaterial.man, their .officials, employees, agents, or consultants. -he contractor shall hold t-he 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 Ifficial-S employees, attorneys, and agents that directly or indirectly 'au, es injury to an employee of the contractor, or any subcontractor, supplier or materialman_ A -#r4 Cb#nge Orders Should a change order(s) be required by the engineer, Contractor shall farnash 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 ,1 materials and equipment, wage rates, etc.). This breakdown information shal, be submitted by contractor as a basis for the price >f the change order. A - +5 As -Built Dimensions and Drawings (`2/5/00) 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 -n _-.nimuai the fenal drawings shall include the following: Hcrizonta -. and vertical dimensions due to substitutions /field changes. !2i Changes in equipment and dimensions due to substitutions. 3` "Nameplate" data on all installed equipment. !4 Deletions additions, and changes to scope of work. (5" Any other changes made. Section A - SP (Revised 12/15/04) Page 19 of 24 A -49 Amended 'Maintenance Guaranty* !8/24/00) Under "General Provisions and Requirements for Municipal Construction �.f:tracts -� -ii Maintenance Guaranty, add the following: "The Contractor s guarantee is .a separate, additional remedy available to benefit the 7 tv of Corpus Christi. Neither the guarantee nor expiration .f the guarantee perwod will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims )r cause:: of action against the Contractor or any other individual or entity - A -50 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report t: the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or emissions are so discovered and reported before the work to which they pertain, is .onst.ru,ted, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such inc.ease in cost as provided elsewhere. The Contractor shall beai the expense of correcting any errors and omissions oi, the drawings ar specifications, which are not discovered or reported by the Contractor d- scovered b,: reasonable diligence on the part of Contractor. It is the intent 3f this Contract that a!: work must: be done and all material must be furnished in a- cordance witn -4enerali y accepted practice. Further, it is the intent of t-ie Contrac_ Documents that -he Contractor shall perform all work to complete tre pro-iect :-ead,. for �. intended .ise. A -51 Contaminated Soil If, during the construction, an area is suspected of a high level of contamination, then the c'ity will have the area tested. If the area proves tc have a high level of contamination, then the Contractor shall comply with the regulations .,f the PCEQ who has jurisdiction concerning policies as to the reuse to this material the Contractor shall follow the following p_Dcedures: 1 Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations up to ?4° from the surface of the finished grade. It will be the Contractors responsibility to incorporate as much as possible of the contaminated m :.)teria_ into the backfill. Clean material with no indication >f contamination stall be used with the top 24" of the trench. Al_ materials used for the backfill of excavations shall also conform ro the trench embedment section shown on the construction drawi.nsc 2 On-Site Sto!- kpiles Excess material from excavation, whether non- contaminatleri or contaminated with any detectable concentration of contaminants shall be handled in such a way as to prevent run -on, runoff and inf.ltratl_on of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean soil berm !overe�l with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wine or storms. Maintenance and cleanup of any stockpile a*eas sha. 1 be the responsibility of the Contractor_ Section A - SP (Revised 12/15/04) Page 21 of 24 Section 025809 Thermoplastic Striping All labor, s:atera,l, inc equipment required for placing thermoplastic striping wil_ k;e c_ensiderel subsidiary to the work item "Crosswalk Pavement Markings" and shall be meas�.ired for pay by the horizontal square foot. Section 028020 Erosion Control by Seeding All Labor, ma7erla and equipment required for erosion control by seeding shall not be neasured for Pay but will be considered subsidiary to the work items as required tc� re:-tore grass growth at damage areas caused by c.-)nstraction -a-)d arras requ ring backfill. Section 028300 Relocation of Fences This work is limited to rel:-_cating fences to allow the required clearance for curb ramp construction, C;,ntractor shall remove and haul away the existing fence as shown- in the plans ind install a new fence instead of reusing existing fence mater .-al Al Labor, material and equipment required for removing and installing chain Ink fences shall be considered subsidiary to the work items "Remove Existing Chain Link Fence" ar.d " Tnst all New Chain Link Fence-, and measured and paid for per horizontal Linear too',. per each bid item. Construction of a new chair, ink fend- shall be as per Section 028320 - Chain Link Fence A -53 Geotechnical Investigation Report A Geotechnica- investigat -cr was not preformed. Not Used. A -3# Stoxmwater Pollution Prevention Plan This Project falls under the category of Small Construction Activities" and will therefore; riot be required to have a Notice of Intent submitted as per Part II.D.2 of the TPDES General. Permit TXR150000. Contractor will be required to complete a Construction Site Notice and provide original copies to -he 7ity at least two days prior to commencement of any construction activities. Contractor shall post a signed copy of the Construction Site Notice at the conSt.ruction site in a location where it. is readily available for viewing by the general public iota_, state, and federal authorities, prior to com*encing construct_ ,,on activities, and maintain the Notice in that location until cottpletion of the construction activity. Contractor shall adhere to the requirements of the S °_orm Water Pollution Prevent Plans as per the drawings and specifi = ;-ations -ontained in the Construction Documents. Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: ADA COMPLIANCE CURB RAMP IMPROVENxNTS—pART A, Hospital Area; PROJECT No. 6294 SPOhn Memorial ISSD MW ISSUED FOR R$ -BI ADA COMPLIANCE CURB RAMP IMPROVEMENTS —PART 'BI Mary Grett CuuniUgham/Chula Vista School Areas; PROJECT NO. 6293 R�,SRD AND ISSUED FOR RE-BI OWNINK: CITY OFCORPus-CHRIS71 ENG3WEER: MARTINEZ, GWY & MAYBIK, INC, CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLZCABLX SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 24 of 24 Disposal of Excess Non- Contaminated Soil: The balance of any non- contaminated soil not used in backfill, shall become the property of the Contractor and shall he hauled off and disposed of by the Contractor at the designated disposal si °e. 4 Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning uF the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated sail will be transported by the Contractor to the J C. Elliott 1,andfili following the City guidelines on special waste candling OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A -51 Revisions to the Standard Specifications The following standard specifications have been modified to fit circumstances of this project the Section 021020 Site, Clearing, and Stripping All labor, material, and equipment required for site, clearing, and stripping shall not be measured for pay but will be considered subsidiary to other work items Section 021040 Site, Grading Site grading shall be requited in establishing the required slopes for the curb ramps and landings. Any over excavation of sidewalk areas shall require backfilling with seler�t material and compaction. Labor, material, ana equipment required for site grading shall not be measured for pay but will be considered subsidiary to other work items. Section 022420 Silt Fence All labor, material, and equipment required for placing silt fencing shall not be measured for pay but will be considered subsidiary to the work item "Storm Water Pollution Prevention Control ". Section 025412 Prime Coat Prime coat shall be required in completing the work for reconstructing asphalt pavement surface, if excavation below the top of the base course becomes necessar -,r Ail labor, material, and equipment required for placing prime coat shall not be measured for pay but will he considered subsidiary to the work item "RecMstruct Asphalt Pavement Surface ". Section 025424 Hot Mix Asphalt Concrete Pavement (Class A) All labor, material, and equipment required for placing hot mix asphalt concrete pavement shall not be measured for pay but will be considered subsidiary to the work item "Reconstruct Asphalt Pavement Surface ". Section A - sP (Revised 12/15/04) Page 22 of 24 W 14. A -46 Disposal of Highly Chlorinated water (7/5/00) (NOT USED) be -- t; fig j;ft an ii+ -the -- ;later, wet-lands 61�. -e -�� .. �FCCCa --ci C ;L•� limits, fnr fj t.. ef dispesa! -hall be '- t i- d}spesal: wa er- A -47 Pre - Construction Exploratory Excavations (7/5/00) (NOT USED) ate-- esEpese eiA8tiFk9__PJ-peI!Fies f the pE that h � s to f t3 20 €eel —e€ o GentraeteL- ha€ €—tee ve3,� —the exae whieh — Pcr.•••xallel and - �r�,rarui 13e ��eeatE �v� av,�u ..ii3�_ uo tAaak -i F, n s V}p e j i_}� rr•�*atz- -- -33t3$ft -- zrs� Y 'c---- Esc °°r. — 8�--- -�►ei' € 6 �8k $9 — � -- — -i-ha- eer _ash reeeives Engineer the ream! a thpreef the .�,. -.. farms..,.., t, a _ti3i- _.. -- }. RYl his ewn .— zap -..-1� ..FC___ ' A-48 Overhead Electrical Wires !7/5/00) 7 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 rout?. Contractor shall use all due diligence, precautions, et(. 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 wits regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. Tt shall be the Contractors 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 20 of 24 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 manufactur•?rs' standard colors, textures, and patterns for City Engineer 'P elect io;, 3 Test and Repair- Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on site _est data within the specified time to the City Engineer for approval. Citherwise-, the related equipment will not be approved for use on the proj e• �t . - A-37 Amended "Arra^sement and Charge for Water Furnished by the City" (NOT USED) ed by the y add the ell-e rte` fie- - Genser.,ate- -and Dreught Gentingene ineludes y —PYatt as a d<d —TthP 'Plan's) T s 1eeAe11t Gentraetzai—at eeadtana: he - tiey - E=e� .. he_. eepy e €- the P - the-- Prejeet- site- �hetr� eenst-i-aetisn A- 38 Workers Compensation Coverage for Building or Construction Projects for G*vernOent Batities The requirements of "Noti e tv Contractors _B'° are incorporated by reference in this Spec, -al Pr ;vision A -39 Certificate of Occupancy and Final Acceptance (NOT USED) A;40 Aftndment to Section B -8 -6° Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -6 -6'. Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory t_ the City Engineer, that show that the material supplier has been raid for the materials delivered to the Project worksite. A -41 Ospne Advisory (NOT USED) r'17ti mi ..... �ry ,z- issued, exeep�t- for repairs. The C-4tyE qineer will t -dad— will -may �� be e a ted -as-a- -wed dim =and the Fentraeter will be eMpensated a�' "- tZ2C'__- .} -�t -Y •.ziQ -S C^ZZ^LCC3-- A-42 Ofe Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and of jobs. Section A - SP (Revised 12/15/04) Page 18 of 24 _, aav cam. —� •�{• 7C •••u�c ,t%i �viQC f36�Tii- .1i7ni�- F oly l '�-' J i.. n -labeled i with ee ­ehielee a � - , the designa#ed eras -- , . e tz r p s€ a €ems Ail}` based fig — and r{sen r� teehnieal as aptREfftified-by- wGrArc a:ae}udes; ' .t''t4 'B-teRl3- g- 1-i3q- Al �Er He has been aetaiv herein € 1,eaB€ 4:- - �e- -a- egeee� P�e€eBSe�ta� grg }ee a Eere� sy paired rs — die etN�6g- this P-3.9jeet - - se and 3�etne�l� g the f3eft -.:tee esec €ems € ems , y- serv_ee- €ae i; t within 490 tires- e f the Prejeet sitete r a —He shall furnish 'A,3i3i3 f a e r= _ f L. ent. Where this is preduet S ; _ _ _ -- -� €•sue--- �;P� €���ta�3ee a-� t- h r�--n Stevens Water Treatment wi- u -. I.- -f-er this Prejeet . i leel - z shew Attaehed bleeks whieh the '_= - =y es te-be filled in Section A - SP (Revised 12/15/04) Page 16 of 24 Pocumentaton as required by Special Provision A -35 -K, if applicable. 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 names) and Titles) 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 Chance Orders_ the present text is deleted and -- __. — -___. eplaced with the following: Contractor icknowledges 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 $2S,000.00 must a1s~ he 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 :,f the city Manager, City Secretary, and City Attorney, or their authorized :designees. Contractor has no cause of action of any kind, including fcr breach of contract, against the City, nor is the City obligated to perform t,nder the Contract, until the date the City 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 thr- Project. Failure to do so will not excuse a bidder of his obligation to carry out �_he provisions of this Contract. Contractor is reminded to attend the Pre -Hid 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 tc the Special Provisions, third precedence will be given to the construction plans fourth precedence will be given to the Standard Specifications and the 3eneral 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., t-he precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced spec• ificat:ions, Standard Specifications, and General Provisions, -n that order. A -35 City Water Facilities: Special Requirements (NOT USED) ion Section A - SP (Revised 12/15/04) Page 14 of 24 A -Z8 coggiderations 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 require a bidder t,-- provide documentation concerning: Whether any liens have been filed against bidder for either failure to Pay to, services or materials supplied against any of its projects begun within the preceding two (< 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 <- Whether there are an;- 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. & 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 ether authorized party, specifying all current assets and liabilities. A -21 ContWactor's Field Administration Staff The Contractor shall employ f�)r 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 'itv Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shal.i be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documeentation concerning these requirements will be reviewed by the City Engiraer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writilig 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 riot 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 Section A - SP (Revised 12/15/04) Page 12 of 24 business i -i the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (lot) 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. ''or contracts in excess of $100,000 the bond must be exec_i,ted b,, 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 Federa Register as holding certificates of authority on the date the bend was issued.,, A -25 Sales Tax 8x tion (NOT USED) Gthlcie'ti de , and Use Taxes anless beet #era 3-291 ef Chapter 3, T-,v *a,�� -e€ 'title 34 Publie Pinanee of = -e# Ali p Aeeeunte e€ TeffaS. I G�-the neee sa y sales tam its from the state l r trvzcr . -2- -he "Statement ef Materials and Gther _ ` s Wfa S-_ Preyide Fesaie eertifieates it the Geetr-aeter -deef- - tst5le� a 9epa�ated- eentratet, he &ub�e traPters €er' sales- s }€ the subeentraetet * �= - estttplies w }th t=he 'the - Pentraeter west issue -a resale eerti €ieate to the etibeenti=aet.— and the subeentraeter, in -turn, A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants tf, mail prior written notice of cancellation or material change to, Section A - SP (Revised 12/15/04) Page 20 of 24 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 ?rigir„ Amer_can Indians, Alaskan Natives, and Asians or Pacific Islanders For the purposes of this section, women are also - onsidered a= minorities. Minority person(s) must collectively (­wn, )perate and' _)r actively manage, and share in payments from such =n enterprise in the manner hereinafter set forth: Owned (a Mor e sole proprietorship to be deemed a minority - usiness enterprise, it must be owned by a minority )erson. (bi Por an enterprise doing business as a partnership, at _east 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c;F For an enterprise doing business as a corporation, at - -east 51.0% of the assets or interest in the corporate :,hares must be owned by one or more minority hers(. rn (s) . Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). t 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. f. 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 i.s to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Section A - SP (Revised 12/15/04) Page 8 of 24 ''4 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2 Items to Include: Show complete sequence of construction by activity, identifying Work :)f separate stages and other logically grouped activities. Idertify the first work :gay --f each week. 3. Submittal Dates: Lidicat_e submittal dates required for all submittals. 4 Re- Submission: Rev se and resubmit as required by the City Engineer. 5- Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -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. Xajor controls and two ( ) 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. If, for whatever _-eason, it is necessary to deviate from proposed line and grade to properly execut,� 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 ' onsultant 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 8ngineer to revise the dr- swings T'i'le Contractor shall tie in or reference all valves and manholes, both existing and proposed, f,r 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 3f 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 independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Part} R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party surveyor and certify compliance C,) any egulatrry permits Following i.s the minimum :chedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - beth -sides e€ street en a 200 interval; gtreet-- _r-(wn3 interval and at all ieteEseetiens- Section A - SP (Revised 12/15/04) Page 6 of 24 I Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreat-ion Department Streets & Soli,i Waste ervices A E P S B C City Street D­. for Traffic Signal /Fiber )ptir Lo-ate Cablevision ACSI (Fiber OpriC; KNC (Fiber Opt-Lc) ChoiceCom (Fiber Optic CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 23aintenance of Services 880 -3540 882 -1911 857 -1880 (880 -3140 after hours) 857 -1818 (880 -3140 after hours) 865 -6900 885- 6900after hours) 657 -1881 (880 -3140 after hours) 880-3461 (Pager 850 -2981) 857 1970 (Mobile) 299 -4833 (693 -9444 after hours) 881 -2511 (1- 800 - 824- 4424,after hours) 857 -1946 857 -1960 857 -5000 (857 -5060 after hours) 887 -9200 (Pager 800 -724 -3624) 813 -1124 (Pager 888 - 204 -1679) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972- 753 -4355 The Contractor shall 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 a;: much field work as normally deemed necessary for the construction cf this type of project with regard to the location and nature of underground uti' -ties, etc_ However, the accuracy and completeness A such information is riot 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 -he Contractor encounters utility services along the line of this work, it is As responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall. make the necessary repairs to place the utilities back in service i:o construct the work as intended at no increase in the Contract price. All "ach repairs must conform to the requirements of the 7ompany or agency that owns the utilities. )there existing sewers are encountered and are interfered with (i.e. broken, ^ut, 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 mu.at not be pumped, bailed or flumed over the streets -)r 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 "ontracl price. Materials for repairs, adjustments or e-el,)cations of sewer service lines must. be provided by the Contractor. A -13 Area Access and Traffic Control :'efficient traffic control measures must be used to assure a safe condition and t <.) provide a minimum of inconvenience to motorists and the public. ^he 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 .nclude, but is riot limited to, working driveways in half widths, .onstruction _,f temporary camps. etc. The Contractor shall comply with the City of Corpus Christi's uniform Harri ading Standards and Practices as adopted by the City. Copies of this document are available thr:�ugh the City's Traffic Engineering Department. The "ontraetor shall secure the necessary permit from the City's Traffic ..ngineering Department Section A - SP (Revised 12/15/04) Page 4 of 24 A -4 Method of Award The bids will to evaluated lased an the following order of priority subject to availabilit.v of funds: Total Base Bid Part 'A' AND /OR ' Total Base Bid Part "B' The Cit.,, intends to award the lowest combination of Total Base Bid Base Bid Part 'A AND /OR Total Base Bid Part `B' t.o one or two contractors, within the I imits )f the al.railab.e funding. The Ci_y reserves the right to reject any or all bids, to waive _riegularities and tc accept the bid which, in the City's opinion, is most advantageous to the C-,ty and in the best interest of the public. A -5 Itepa to be Submitted with Proposal They fc L;owing items are recruired to be submitted with the proposal: i. 5% Bid Bond (Must reference: ADA — COMPLIANCE - CURB RAMP IMPROVEMENTS PART `A' -SPOHN MEMORIAL HOSPITAL AREA; PROJECT NO. 6294* OR ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `B'- MAR"ff GRUT CUt i /CHULh VISTA SCHOOL AREAS; PROJECT NO. 6293* 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.) * NOTE: Contractors shall be required to submit a SEPARATE 5% Bid Bond for PART A AND a SEPARATE 5% Bid Bond for PART B. Disclosure-of—Interests Statement A -6 Time of Completion /Liquidated Damages will Engineering Services :)r designee , "City Engineer ") to proceed. For each calendar day tha` 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, $100 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 Sngineering Services (Cit:y 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 gust not perform any work on the Project. Furthermore, for each calendar say 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, liggti1dated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will. be assessed and maid even if the permitted time to complete the Project has not expired. Section A - SP (Revised 12/15/04) Page 2 of 24 rage � of o - .iU c t a ration of L. e oroie�_t, t at the cc , era2e will be cased on proper reporting of ciassincation codes a:-:a payroll a-7.ounts, and that ail ccv rrage agreements •,viii be filed with the appropriate irsurz^ce =er or, un the case of a self - insured, with the corirrission's Division of Self- Insurance Requistion. Providing false or misleading in— ormation may subject the contractor to administrative Penalties. cmnirnal penalties, civil penalties_ or other civil ac:ions." ?- :E csovide the person for wilom it is providing services on the project, prior to the end of the <; overage period shown on its current cer :-ate of coverage, a new certificate showing extension of :average, f the coverage period shown oz to certificate of coverage ends during the duration of the {5) obtain dom each Gerson providing services on a project under contact 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 certificaze 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 proie (6) retain ail requires certificates of coverage on file for the duration of the project and for one year thereafter; (7) notirj the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person 'Lmew or should have known of the change; and (8) contractually require each other person with whom it contracts to. (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage 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 cover3e period, if the coverage period shown on the current certificate of coverage ends durilne the duration cf 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 cainticate 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 htt li'-xte.- us/tae28IIL`1!9/B /110 1l0.html NOTICE To CONTRACTORS - e 8/7/98 p' A wsos .sta . Revised 1/13/98) Page 6 of 7 w y IC l C Page3 of 6 A contractor sna::: provide overage for its empic-.'ees providing services on a project, 4'-:- t::e duration of the project aced on proper reporting of class mace on codes and pawoii amounts and =zz of anv coverage �eernents_ ,) provide a certificate of coverage wowing workers' compensation coverage to the governmental only prior to beginnnng work on -.e croject; } provide the governmental ent;r, prior to the end of the coverage period. a new certificate of 'overage showing extension of ccverage, if the coverage period shown on he contractor's current °rtificate of :,overage ends durinz t ^e duration of the project; �} obtain from each aerson providing services on a project, and provide to the governmental entity: } a certificate of coverage, prior tc that person beginning work on the eroiect, so the governmental °.airy will have on file certificates of coverage showing coverage for all persons providing services on C project; and B) no later than seven days arier receipt by the contractor, a new certificate of coverage showing extension of coverage, if the c =overage 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 ai 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 cuveraae of any person providing services on the project; (7) post a notice on each project s" ;;c informing all persons providing services on the project that they a: e r equired 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 commission rules. This notice must be printed with a title in at least 30 point bold type and text in at Ie= 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 commission on the sample notice, without any additional words or changes: Ri✓QUMED WORKERS' CONTENSAMN COVERAGE "T-he law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. i ds includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other se -vice related to the project, regardless of the identity of their employer or Status as an employee." "Fall Elie Texas Workers' Comoersation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, er to report an emplover's failure to provide coverage." NOTZC°_ To CONTRACTORS - B `rtp; w-.vw sos state.tx us/tac/23,U!I 10/B /110,'_ 10_htrnl R*vi3ed41 /13/98) 8/7/98 Of 7 page ) t 1 ltle ?S. IN`LR :k_NCI Part H.. TE1y -k�- %V0PKFF._.S' !.: ONIPENSA.TION C0ti1MISSI0 C_:hapier 110. REQUITRED NNOTICES OF (-'OVERAGE Subchaprer B. EMPLOYER ",01-ICES S 110.110 Reporting Recuirements for Building or Construction Projects for Governmental Eatit,Cs a) The following words and terms. „.-hen used in this mie, shall have the following meanings, unless the context ciesrly indicates otherWise. T., -rrs not defined in this ruie shall have the meaning defined in the Texas Labor Code, if so define- ') C-- tificate of cove: -agc (c ° ^uic::e: - - =_ ccoy of a cc :- i sate cf : surance, a certificate of authority to scif- insure :slued by the ocrumssien, c: a workers' compensation coverage ar�eement (TWCC -81, T'VCC -32, TtVGC S3, or FWCC-_)4), snowing statutory workers' compensation insurance coverage er the person's or entity s empicy"s (inciading those subject to a coverage agreement) providing ;e.:vices on a oroiect, for he duration o the project_ t2) Building or cerls nlcr.c)n— ins r,e meW M2 defined in the Texas Labor Code, § 406.096(e)(I). 0) Corit -actcr-- A t)erson )iddinq i e; awarded a building or construction project by a governmental entity (4) Coverage— Workers' compensation ms- Lxance meeting the statutory requirements of the Texas :"_ abor Code, 401.01 1(4x' ) ;c) Ccverage agreement —? wrttte, at✓eer_:ent on farm TWCC -SI. form TWCC -32, form itiVCC -S3. or form I*WCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties 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. ,6y Duration of the project-- L,cludes the une from the begi= ng of work on the project until cite work c;n the project ?;as been comricter ,=,J accepted by the governmental entity. 7) Pe sons t-ov)cing se^ ices on Inc project CsubconrractoC u. g 406.096 of the Act)_ "rith the ._xreprion of perscns excluded under subsections (h) and (i) of this section, includes all persons or entities t?erforrune all or -an of th_ services the contractor has undertaken to perform on the Drojec�� regardless o: whether :hat person :ntrac ed directly with the contractor and regardless of whether ,hat person has emiovePt, This in,,Audes out is not limited to independent contractors, subcontractors. ieasinz companies, motor carriers, , wner- operators, employees of any such entity, or employees of v e;ati-1v fLn- s'r,inQ pert, ns ,n reicmn services on the project. "services" includes but is not Entited -JOTICE TO CONTRACTCRS - - Revi3ed 1/13/98) 8/7198 htti ll'�c;tv;u sc9, s t_ ;rY >.'aG” ./11 :� 11� Ftnll Page 2 of 7 'M 3 Fhwl City of Corpus Christi miist t,c named as an additional insured on all coverages x-e�t :ro,ker's cc:npen: ation ;;ab.ility coverage. name of the Project mus? be listed under "description of operations" on each er* f rte of is -j ran�e. F'-.,- each insurance )v(-.rage the Contra-tor shall obtain an endorsement to the appl :cablc> insuia --e -licy, signed by the insurer, providing the City with thirty dr, / prier .4ritr_en not _;:e )r cancc llation of or material change on any :,)✓e_ag: The c,ntra for sh li :;rovide to the City the other endorsements to nsu ante policie,- or _-,overagFrs which are specified in section B -6 -11 or Special r...si section of the :ontract vcmplrt-.d "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 Ce! iC,l 1pan,- y , id ::id I Ac( ept�iiice 4t1 AineT-tktmenl e.- n a1 t ima t e s iV- 4- -Aria Not Used. DSHA Rules Nequ, itioTis Harmless (5/98) q. Ch,i i i a e 3 (4 %. 9 c) , 4') As 6 iilt I)Lmens�-of arl(J J awiriqs (7/5/00) Water- -- 4,14f 00) Not Used Not Used. Is C Ov-rr.ead ELe :t W _r 7/,-)O) 24100 0 Erio s and )z-iiss-, is Cor)! minat,l ->o- L- Re•,; i ion-3 '- -) '_he anda rd Spec -r icat lc ris Geet-ehn±e,i Not ('se:,. F. -54 St:l --iiiwater- ",-, i 1,,it )n an - brut tai-ransm-t --.al F�, m Ittactiment In D-Aw -iq (,f oxpu's Generator's Waste Profile Sheet PART 3 - GENERAL PROVISIONS PART C - FEDERALLY REQUIRED LANGUAGE PART S - STANDARD SPECIFICATIONS DIVISION 2 `el-ti-<n 1020 e C i .-,,ai J-nq id 'Ji ippi:ij S-5) I --n 1.040 e G, idi rig 6 2100 ?iAeuL i -later is is c._-ct Ica ). 2420 S—It Fe,ice 5205 P i veme i t Perla i r'� h, Gut or, Sidowa Lk, & Driveway 5404 A :3pha 11 0 i 1.3 EML L;icns iS-2a) n u412 ME- t, at ctic -n 5424 H,,t- M, x. Aspha Cor i pt e. Pavement (Class A) (S-34) 1�_ctis n 5610 �ncl el Curb Gut ter (S -52} "'n 925612 c r e S i d (-,w ks r,nc Driveways (S-53) C =titn 5614, -1 1 c, I Cur", imp,, 5801 Fempori,y Trar,�c '- (iirols During Construction 5801 F-iermop ast f rii nq (TxL-'OT D-9-8220) n 8020 leedirng E: n 8300 'Rel I oca t on S - 12 n 8320 DIVISION 3 soct ic:n °002G Cemery e--t 2020 4,ainlo- 7ing 3t, tai 42) ,�l n 800( )1 ,,_e' S I 1 -41 12 PkRT C - FEDERAL WAGE RATES AND REQUIREMENTS r" Page 1 of 2 �eneral D<cisior N�irrbe - TX ,30 39 06/13f20C3 TX39 upei se-e: Genes -, I Ge< si r, N XG20039 oast ruc_ t_ on Typ,, iEAV` ounty( e NUECES SAN PATRIC70 HEAV' CGNSTRUCTION PROTECTS (_nc- 1iding Sewer and Water Line Construction and Drainage Projects; Modificat.on Number Publi,ation Date 0 06/'3/2003 COUNTY(ies NUECES SAN PATRICI�� .. SUTX2052A 12/01/1987 Rates Fringes CARPENTERS (Excluding Fr.rm Setting; $ 9.05 CONCRETE FINISHER 7.56 ELECTRICIAN- 13.37 2.58 LABORERS: Common 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: Backhoe 9,21 Motor Grader 8.72 WELDERS -- Receive rate prescribed for craft performing operation to which welding is ncidental. Unlisted classifications needed for work not included within the scope of the classificatior:s 11_sted may be added after award only as provided in the tabor standards contract clauses (29 CFR In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wade and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevai.linq. WAGE DETERMINATION APPEAI;S PROCESS 1.) Has there been an initial decision in the matter? This can be: * an ex *sting published wage determination * a survey underlying a wage determination http://wvw.wdol.gov/wdol/scafiles/davisbacon/tx39.dvb 8/17/2006 Page 2 of 2 a raa F_ .ind Hcr_� �vI :ion le :_el 3cttinc forth a c < it on v -age cis termin rater a con,- Drman-e �addit ona- ar.d rate) in,: si- ve- relat�c mattErs, l intact, -_ncluding requests �r s lariat ies of s�.,rve }'s, shot d btit with the Wage and Hour egiona < < ; >ffice the area the survey was conducted because °.t:ose Regional Officer have responsibility for the i- %avis -Ha :-n survey program. _ t,'t t response from this initial contact not satisfactory, then the process described in 2.) and ?.) would be foil -wed. Wit._ regard to an-_ other matter n­ r-pe for the formal process described here, initial c,_ntact should be with the Branch of --onst-uction Wage Determinations. Write to: Branch of Construction Wage Ceterminations Wage and Hour Div- lion '. . Department of Labor ­'00 Constitut.ion Avenue, N. W. Washington, C?, (', 20210 2. 7f the answer to the quest-on 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 anc Hour Admini ;- ;tra'.or S. Department of L.aoor 200 Constitution Avei:ae, N. W. Washington, U C. 20210 The request should be a(- compan-_ed 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 requestbr considers relevant tc 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 G. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D C_ 20210 4,) Al' decisions by the Administrative Review Board are final. END OF GENERAL DECISION h4:// www. wdol. gov/ wdol/scafiles /davisbacon/tx39.dvb 8/17/2006 A G R E E M E N T THE STATZ OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 27TH day of MARCH, 2007, by and between the CITY OF CORPUS CHRISTI of the County of Nueces State of Texas, acting through its duly authorized City Manager, termed _n the Contract Documents as "City," and Grace Pavkg 4td Construction, Inc. termed in the Contract Documents as "Contractor,' upon these terms, performable in Nueces County, Texas In consideration of the payment of $148,536.68 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ADA COMPLIANCE CURB RAMP IMPROVFMENTS PART `A' SPORN MEMORIAL HOSPITAL AREA PROJECT NO. 6294 (BASE BID `A': $148,536.68) according to the attached Plans and Specifications in a good and workmanlike 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, including overseeing the entire job, The Contract Documents include this Agreement, the bid proposal and inst=ructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related do --uments all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `A' -SPOHN MEMORIAL HOSPITAL AREA & BASE BID PART `A'- ADA COMPLIANCE -CURB RAMP IMPROVEMENTS SPOHN MEMORIAL HOSPITAL AREA I II III Iv V BID "'TSM QTY & UNIT DESCRIPTION UNIT PRICS IN FIGURES BID ITEM XXTONSION (QTY X UNIT PRIG= IN FIGURES) Al 1 LS Mobilization /Demobilization, complete in place per LS 1 $ 7,500.00 A2 1 LS Traffic Control, complete in place per LS 1 $ 7,500.00 A3 248 LF S,awcut existing asphalt pavement, complete in place per LF 6.50 $ 12612.00 A4 134 LF Sawcut existing concrete sidewalk /curb, complete in place per LF 7.50 $ 1,005.00 A5 1488 OF Remove existing sidewalk, complete in place per SF 10.00 14, 880.00 $ A6 149 LF Remove existing curb & gutter; complete in place per 12.92 $ 1,925.08 A7 69 Sy Remove existing asphalt pavement surface, complete in place per SY 15.00 1,035.00 $ A8 78 LF Remove chain link fence, complete in place per LF 10.00 $ 780.00 A9 104 LF Install new chain link fence, complete in place per LF 15.00 1,560.00 $ klo 1 RA Remove existing tree, complete in place per EA 1 $ 1,500.00 PROPOSAL FORM Page 3 of 9 ADA COMPLIANCE - CURB RAMP IMPROVRN:NTS PART `A' -SPORN MEMORIAL HOSPITAL ARRA VMSZD AND ISSURD FOR R8 -BID BASS BID WT W- ADR COMPLIANCS -CURB RAMP IMPROVSMSNTS SPORN MEMORIAL HOSPITAL AR=A Z II III IV V DID ITRU QTY a UNIT DRSCRIPTION UNIT PRIG= IN FIGURRS BID ITRU RXTlNSION (QTY X UNIT PRIGS IN FIGURRS) All 92 SF Remove Concrete Driveway, complete in place per SF 10.80 $ 993.60 Al2 1323 SF ADA Curb Ramps with Pavers, complete in place per SF 16.50 $ 21, 829.50 A13 69 SY Reconstruct asphalt pavement surface, complete in place per SY 45.00 31105.00 $ A14 218 SF S* thick reinf. concrete transition sidewalk, complete in place per SF 15.00 $ 3,270.00 A15 3111 SF S1 thick reinf. concrete sidewalk, complete in place per SF 10.50 $ 32, 665.50 A16 150 SF Sidewalk Panels with Pavers at parking lot driveways, complete in place per SF 30.00 $ 41500.00 A17 716 LF Type "A" header curb, 6" max. height, complete in place per 16.50 $ 11, 814.00 A18 92 SF Reconstruct 6" thick concrete driveway, complete in place per SF 10.00 $ 920.00 A19 56 LF Curb & gutter section, Complete in place per LF 18.00 1,008.00 $ A20 85 LF Special gutter section front of curb ramps, complete in place per LF 20.00 $ 1,700.00 PROPOSAL FORM Page 4 of 9 ADA COWLIANCS - CURB RAMP IMPROVEMENTS PART `A' -SrOHN MEMORIAL HOSPITAL AREA A IS=D AND ISSUED FOR RB -BID BASS BID P R]�, T •A';- AD# COMPLIANCE -CURB RAMP IMPROVEMENTS SPOHN MEMORIAL HOSPITAL AREA I II III IV V DID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN tIGURES) I II III IV V DID ITEM QTY S UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN PIMMIS) A21 14 LF Curb transition & gutter section @ curb ramps, complete in place per LF 20.00 $ 280.00 A22 1 EA Adjust height of gas valve handhole to finish grade, complete in place per EA 750.00 $ 750.00 A23 1 EA Adjust height of water valve handhole to finish grade, complete in place per SA 750.00 $ 750.00 A24 1 EA Lower existing Fire Hydrant, complete in place per EA 1,500.00 $ 1,500.00 A25 1 EA Relocate traffic stop sign, complete in place per EA 350.00 $ 350.00 A26 10f SF Crosswalk paving markings, complete in place per SF 4.00 $ 424.00 A27 1 LS Stormwater Pollution Prevention Plan Measures, complete in place per LS 3,500.00 $ 31500.00 A28 70 LF Retaining Wall, 18" max. Height, complete in place per LF 34.00 21380.00 $ PROPOSAL FORM Page 5 of e ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART 'A' -$PORN MEMORIAL HOSPITAL AREA & O*VXSZD AND ISSUED FOR RE -BI BASE BID I%RT `Aa'- Aft COMPLIANCE -CURB RAMP IMPROVEMENTS SPOHN MEMORIAL HOSPITAL AREA I II III IV V BID CTIM QTY 0 DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY Z UNIT PRICE; IN FIGURES) A29 I LS Restoring Site including all required seeding, complete in place per LS 72500.00 $ 7,500.00 A30 I LS Miscellaneous Street & Sidewalk Repair Allowance, complete in place per LS 10,000.00 $ 10,000.00 z SUBTOTAL SAO BIp PART `A' - SPOBN MEMORIAL HOSPITAL AREA (Inc des 'Base Bid Itmos Al through A30) PROPOSAL FORM Page 6 of 9 148,536.68 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 65 CAIAMAR DAYS after construction is begun. Should Contractor default. Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accorda -ice with the Contract Documents as the work progresses Signed in _4__ parts at Corpus Christi, Texas on the date shown above ATT: City Secretary CITY OF CORPUS CHRISTI By: 10-7 Ronald F. Massey, Asst. City Mg of Public Works and Utilities r APPD AS TO LE FORM: By : u ( By: 07 Asst. City Attorne Ange R. Escobar, P.E. Director of Engineering Services AlT Tp t1f Cory�ration) (Seat Below) - - -- (Not : 14 Person sign*ng for c st is not President, att c of authorikation to s CONTRACTOR Grace Paving and Construction, Inc. By: -4z Title: (�tTltrtei /� 1�i��nt�'T��rt (t5i� 4237 Baldwin Blvd. (Address) Corpus Christi, TX 78405 -3324 (City) (State)(ZIP) 361/883 -3232 * 361/883 -1296 (Phone) (Fax) AUTMOEI Li- F Agreement Page 2 of 2 �i P R O P O S A L F 0 R F 0 R M ADA COMPLIANCE CURB RAMP IMPROVEMENTS PART `A' SPOHN MEMORIAL HOSPITAL AREA PROJECT NO. 6294 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM Page 1 of 9 P R O P O S A L Place: Corpus Christi, Nueces County, Texas Date: March 7, 2007 Proposal of Grace Paving and Construction, Inc. I a Corporation organized and existing under the laws of the State of Texas OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: ADA COMPLIANCE CURB RAMP IMPROVEMENTS PART `A' SPOHN MEMORIAL HOSPITAL AREA PROJECT NO. 6294 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: PROPOSAL FORM Page 2 of 9 ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART 'A' -SPOHN MEMORIAL HOSPITAL AREA & BASE BID PART 1►r - Ai L COMPLIANCE -CURB RAMP IMPROVEMENTS SPOHN MEMORIAL HOSPITAL AREA I II III IV V DID ITRU QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITZK XXT=SION (QTY Y UNIT PRICE IN Y3:QURES) Al 1 LS Mobilization /Demobilization, complete in place per LS 1 $ 7,500.00 A2 1 LS Traffic Control, complete in place per LS 1 $ 7,500.00 A3 248 LF Sawcut existing asphalt pavement, complete in place per LF 6.50 $ 1,612.00 A4 134 LF Sawcut existing concrete sidewalk /curb, complete in place per LF 7.50 $ 1,005.00 A5 1488 SF Remove existing sidewalk, complete in place per SF 10.00 14, 880.00 $ A6 149 LF Remove existing curb & gutter, complete in place per LF 12.92 $ 1,925.08 A7 69 SY Remove existing asphalt pavement surface, complete in place per SY 15.00 11035.00 $ AB 78 LF Remove chain link fence, complete in place per LF 10.00 $ 780.00 A9 104 LF Install new chain link fence, complete in place per LF 15.00 12560.00 $ A10 1 EA Remove existing tree, complete in place per EA 1 $ 12500.00 PROPOSAL FORM Page 3 of 9 ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `A' -SPOHN MEMORIAL HOSPITAL AREA VWISED AND ISSUED FOR RS -BIDA BASE BID PJ%RT W- ADA COMPLIANCE -CURB RAMP IMPROVEMENTS SPOHN MEMORIAL HOSPITAL AREA I IZ III IV V BID Tam QT & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM sXTENSION (QTY X UNIT PRICE IN FIGURES) All 92 OF Remove Concrete Driveway, complete in place per SF 10.80 $ 993.60 Al2 1323 OF ADA Curb Ramps with Pavers, complete in place per SF 16.50 $ 21, 829.50 A13 69 By Reconstruct asphalt pavement surface, complete in place per SY 45.00 3 00 $ ,105. A14 216 OF 50 thick reinf. concrete transition sidewalk, complete in place per SF 15.00 $ 3,270.00 A15 3111 OF 5" thick reinf. concrete sidewalk, complete in place per SF 10.50 32 665.50 $ A16 150 OF Sidewalk Panels with Pavers at parking lot driveways, complete in place per SF 30.00 $ 4,500.00 A17 716 LF Type "A" header curb, 6" max. height, complete in place per LF 16.50 $11,814.00 A18 92 OF Reconstruct 6" thick concrete driveway, complete in place per SF 10.00 920.00 $ A19 56 LF Curb & gutter section, complete in place per LF 18.00 $ 11008.00 Ago 85 bF Special gutter section ® front of curb ramps, complete in place per LF 20.00 1, 700.00 $ PROPOSAL FORM Page 4 of 9 ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART W -SrOHN MEMORIAL HOSPITAL AREA R WISED AND ISSUED FOR RE -BID BASE BID PA4tT `A'- ADA COMPLIANCE -CURB RAMP IMPROVEMENTS SPOHN MEMORIAL HOSPITAL AREA I II III IV V BID TzK QTY UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITNU EXTENSION (QTY X UNIT PRICE IN FIGURES) I II III IV V BID :TO[ QT & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY Z UNIT PRICE IN FIGURES) A21 14 LF Curb transition & gutter section ® curb ramps, complete in place per LF 20.00 $ 280.00 A22 1 RA Adjust height of gas valve 2►andhole to finish grade, complete in place per EA 750.00 $ 750.00 A23 1 IIA Adjust height of water valve handhole to finish grade, complete in place per lIA $ 750.00 750.00 A24 1 &A Lower existing Fire Hydrant, complete in place per EA 19500.00 $ 11500.00 A25 1 RA Relocate traffic stop sign, complete in place per EA 350.00 $ 350.00 A26 106 SF Crosswalk paving markings, complete in place per SF 4.00 $ 424.00 A27 1 LS Stormwater Pollution Prevention Plan Measures, complete in place per LS 3, 500.00 $ 3, 500.00 A28 70 LF Retaining Wall, 18" max, Height, complete in place per LF 34.00 $ 2 , 380.00 PROPOSAL FORM Page 5 of 9 ADA COUPLIANCB - CURB RAMP IMPROVBMBNTS PART 'A' -$PORN UNMRIAL HOSPITAL ARRA & ISSD AND ISSUSD FOR RS -BI BASS BID PAART `A'- ADi COKPLIANCS -CURB RAMP IMPROVZKZNTS SPOHN MHMORIAL HOSPITAL ARZA I II III IV V . SID }CTXK QTY & UNIT DSSQRIPTION UNIT PRICZ IN FIGUMS SID ITZM ZE%WSION (QTY Z UNIT PRICS IN FIGORSS) A29 1 LS Restoring Site including all required Seeding, complete in place per LS � 50000 . $ 7 500.00 A30 1 LS Miscellaneous Street & Sidewalk Repair Allowance, complete in place per LS 10,000.00 $ 10,000.00 SUBTOTAL BAS BID WT `A' - SPOHN MZMORIAL HOSPITAL ARSA (IncluSas NiS• Bid ItWW Al through A30) PROPOSAL FORM Page 6 of e : $ 1482536.68 one anaersi.gneo nereny declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid boed attached to this proposal, in the amount of 5W 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 aap�aparent low bidder shall, within five days of receipt of bids, submit to `the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. NUWAber of Signed Sets of Documents: The contract and all bonds will be pre in not less than four counterpart (original signed) sets. TiMe work within 65 the date desffa of Completion: The undersigned agrees to ,lendar !LAMS for Part `A' as a stand alone r. Mete the ect from The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials _-and do eve thing required to carry out the above mentioned work covered by this pr osal, in strict accordance with the contract documents and the require nts pertaining thereto, for the sum or sums above set forth. Receipt of number): 1 and 2 (SEAN IF BM'DPE2 IS a Corporation) the following addenda is acknowledged (addenda Respectfully submitted: Name: Gr PaLingfind onstruction, By: _ �, (SIGNATURE) Eddie M. Ortiz, Address: 4237 Baldwin Blvd. (P.O. Box) (Street) Corpus Christi, Texas (City) (State) (zip) Telephone: 361/883 -3232 NOTE: Do not det h bid from other papers. Fill in wi ink end submit complete with attacW papers. (Revised August 2000) PROPOSAL FORM Page 7 ,of 9 Inc. President P E R F O R M A N C E B 0 N D POND NO. PRF08822879 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § TOIAT Grace Paving and Construction, Inc. of NUECES County, Texas, hereinafter called "Principal ", and FTpF,,T,TTy & pEpOSIT COMPANY OF MARYLANIg corporation organized under the laws of the State of mARYTAND and duly authorized t do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of :orpus Christi, a municipal corporation of Nueces County, Texas, hereinafter calle,' "City ", in the penal sum of ONE HUNDRED FORTY, IGHW THOUSAND, FIVE HUNDRED THIRTY -SIX AND 68/10 ($1",536.68) DOLLRRS, lawful money of the United States, to be paid n Nueces -ounty Texas, for the payment of which sum well and tr:ly tc e -ade e t nd ourselves, our heirs, executors, adminis- ratcrs grid success -rs, 1:,intly and severally, firmly by these present : * _ ;LO NIA! ,A^ MT']4IC'AN �'ISUA.i,TY & SURETY Co. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered m e a certain contract with the City of Corpus Christi, dated the 27TH of MARCH , 20 07 , a copy of which is hereto attached and made i part hereof, for the construction of: ADA COMPLIANCE CURB RAMP IMPROVEMENTS PART `A' SPOHN MEMORIAL HOSPITAL AREA PROJECT NO. 6294 (BASE BID `A': $148,536.68) ]NOW, THEREFORE, it -he principal shall faithfully perform said work ir: accordance_ witr t e plans, specifications and contract document.:,, including any changes, extensions, or guaranties, and if the principal shalt repa_r and /or replace all defects due to faulty materials and /c)r wc,rkman�7 hip that appear within a period of one (1) year from the Date of completion and acceptance of improvements by the City, then this obl-R gal- .on shall be void; otherwise to remain in full force and e`fect . MOVIOED FURTHER, tr,at if any legal action be filed on this bond, venue shall e in "dueces County, Texas. And that said suret,_ f--.r value received hereby stipulates that no change, extension cf ° -irre, alteration or addition to the terms of the contract, or to t':ie work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect it =. obligat"or, on this bond, and it does hereby waive n:�ice of ar, sucf change, extension of time, alteration or addition to the 'terms f the contract, or to the work to be performed thereunder. F�rformance Bond Page 1 of 2 1h. be =r1� i'•. rr , o meet r he requirements of Article 5160, - -'ta' jte� f exas, and other applicable statutes of the State of Texas. The undersign,�d ag -nt is hereby designated by the Surety herein as the F�gen* Resicent in Nueces County to whom any requisite notices may be delivered and on wr.om service of process may be had in mat,. -ers out )f such suretyship, as provided by Art. 1.'erno;:' Te_�:as Insurance Code. IN WITNESS WHEREOF, --his instrument is executed in 4 copies, eac; or:e of ,',ii..t shat e deemed an original, this the 3RD day of ai ;RIL C 0_, PRINCIPAL By Pr: r:* Namn & Tit Le` ATTEST is Secreta y Name? SURETY i' IDE7 LTY , DEPOS_CT COMPANY OF MARYLAND -AL ,CIERICAN CASUAL�TTYYy& SURETY CO. AttornU -in -fact MARY ELLEN MOORE (Prin` Name) The Jjesidont Agent of the Surety in Nueces County, ZSelx , for deliv*ry of notice and service of process is: Agency. .jjpATTFNRR TNS1iRANCR AGENCY Contact Person: MARY Address: 2 P(-;V 7n PtiC C�F7t i "C'T'i r 'PRYAR 7R40'1 Phone Nuzn"r: zh� _�� �_, : 11 NOTE- Da�.e of Ferforma;: Bond sr ,ct be p. for to date of contract) (Revised 9102) 'erformance Bond Page of 2 P A Y M E N T B O N D STATE OF TEXAS § BOND NO. PRF03822879 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § TVAT Qacace Paving and Construction, Inc. of NUECES County, Texas, hereinafter called "Principal ", andE]nFTTTV & DEPOSTT rnMpAw OF MARVTAND* a corporation organ zed, u",der the laws of the State of MARYTAND and authorized to do business in the State of Texas, hereinafter called " Surety", are held and firmly bound unto the City of Corpus -hr_sti, . municipal corporation of Nueces County, Texas. ",ereinafter. �allec _r_y ", and untc all persons, firms and corporations supplying l�:bos and materials in prosecution of the work_ referred tc In the �I°_tached contract, in the penal sum of ONE RSA VORTY -EIGHT THOUSAND, FIVE HUNDRED THIRTY -SIX AND 68/1001$14$,536.68) DOLLARS, lawful money of the United States, to be paid in Nueces `' runty, Texas, f:)r the payment of which sum well and t ru ^hide w- i_ - nd v�farselves, our heirs, executors, administrators -ind successc;s, jointly and severally, firmly by these presents: *Cc)loniai American Casulaty & Surety Co. TIRE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the princ,_pal entered i;to a certain contract with the City of Corpus --hris*:i, dated the 27TH day MARCH , 20 07 , a copy of which is hereto a_t. ached and :Wade part hereof, for the construction of: ADA COMPLIANCE CURB RAMP IMPROVEMENTS PART `A' SPOHN MEMORIAL HOSPITAL AREA PROJECT NO. 6294 (BASE BID 'A': $148,536.68) NOW, TEEREFORE, if t -,e : rincipal shall faithfully perform its duties and make promt oayment to all persons, firms, subcontractors, corporatiOns and claimants supplying labor and material in the peosecu`ior. of *he work provided for in said contract and any and a-':. �.:ly authorized modification of said contract that may herelna te- be made, notice of which modification tC) the surety s rereby expressly waived, then this obligation shall be ,oid; otherwise t:, remain n 'lull force and effect. PROVIDIM FURTHER, thot_ : f any legal action be filed upon this bond, venue shall la­_ in Nueces County, Texas. Arid that said sirety fcr value received hereby stipulates that no change, extensior of t-me, alteration or addition to the terms of the contract, or _o thF work performed thereunder, or the plans, specifications, draiv :ings, et.c., accompanying the same shall in anywise affect its obl_gitlon on this bond, and it does hereby waive nct ce cf any such hange, extension of time, alteration or addition -o the te_-ms of *,he contract, or to the work to be performedu thereunder -' aymer.t 3onc TY,,.:, bon.- _� i.e. <, meet t "e requirements of Article 5160, Gar: cn' Cis ,tom rtes f 1 vxas, and other applicable statutes of the Sta -.e of 11,�xas. he terms " aimant ", "Labor" and "Material ", as uses herein arm n ac'Ordance with and as defined in said Article, The undersigned de nt is hereby designated by the Surety herein rs the Agent Pesic.ent: -r, Nueces County to whom any requisite notices may be Iel. , vered anci or: whom service of process may be had in matters arising o,.At )f such Suretyship, as provided by Art. I ~;,ur3rce Cede. IN WI'T'NESS WHERZOF, h_s instrument is executed in 4 copies, each one of which shal- be deemed an original, this the �Rn day of .,PRIL r 7 PRINCIPAL By: 1 ,( "C" 4i 1-1f44611- r...: L C-01 AC ' (Frint Name & Title) ATTEST Secrerary (Prin' Name` SURETY COLONI,i, AMERICAN 'ASUALTY & SURETY CO. Attcrn`. n -fact :'MARY El. i .EN M O )R 7 !Pr4.nt NaTe The R06iddtt Agent of the Surety in Nueces County,, TezaZ, fear delivery of notice and service of process is: enCY' _ �wANINPI k �,L)RDC 1 TNSHRANCE ACF CY C*ntaot Person: MARY 'r?i,T.EN M O F Address: P-() li(A R7n CnRPii- CHRTHTT, TrXA�; 7R403 Atone Z#umber: 3h] -Rt 1- 7 > > NOTE: Da -e of Pa%,Mert Bcrd must >r ;;e prior -o date of contract) ayment Bond a—e 2 ;f (Revised 9/02) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASI!ALTY AND SURETY COMPANY, corporations of the S aryland, by PAUL C. ROGERS, Vice President, and T E. SMITH. Assistant Secretary, in pursuance of u 13 Article Vl, Section 2, of the By -Laws of said Companies, which are set forth on the reverse er a red to be in full force and effect on the date hereof, does hereby nominate, consti o 4 en MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHI 20 G us Christi, Texas, EACH its true and lawful agent and Attorney -in -F B e r, and on its behalf as surety, and as its act and deed: any and all bon s s ehalf of Independent Executors, Community Survivors and Co @!,ua ans of such bonds or undertakings in pursuance of these presents, shall be as binding i o and amply, to all intents and purposes, as if they had been duly executed and acknowledged b rl cted officers of the Company at its office in Baltimore, Md., in their own proper persons. This power rney revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHA1. ER, Michael A. WHITNEY. Irene BLUEMEL, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said ( ompanies, and is now in force. IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUAL LIN AND SURETY COMPANY, this 13th day of October, A.D. 2003. ATTEST: SIKAL ' W-9 State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY T f, Smith assistant Secretary By: Z4 Paul C. Rogers Vice President On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELI"T"Y AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF I have hereunto set my band and affixed my Official Seal the day and year first above written. off' Z M..rr.e..e. r.nre POA -F 188 -9883 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 Fidelity and Deposit Company f Maryland Y ary d me ,_ :ffice: P 0 Box 1727, Baltimore, STD 21203 -1227 INIPORTA -,NT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: 1 -800- 654 -5155 You may contact the Texas Department of insurance to obtain information on companies, coverages, rights, or c(implaints at: 1 -800- 252 -3439 YOU irlay write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 E,1X # (512) 175 -1771 PRII NIFTI M OR Cir % rLj D[SPUTES Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of N[aryland or Colonial American Casualty rind .SttretV C�',mpany. ff the dispute is not resolved, you may contact the Teas Department of insurance .kT CEI THIS YOTICE TO YOUR POLICY This notice is for information only and does not flecome a part or condition of the attached document. Disclosure statement ZURICH Court Bonds - BC ZURICH AGENT /BROKER COMPENSATION DISCLOSURE Deer Policyholder: On behalf of Zurich, we are glad you have chosen us as your insurance company. We look forward to _ meeting your insurance needs and want you to understand clearly our business relationship with the agent or broker you chose to represent your conVany's interests in the placement of insurance coverages. As is the case with many insurance companies in the United States, Zurich distributes many of its insurance products through agehts or brokers. This means that your agent or broker is not employed by Zurich and, in fact, may represent many insur*ce companies. Because we do not employ your agent or broker, the way they are compensated may vary. We recommend you discuss these arrangements with your agent or broker. Like many coher insurers, when Zurich compensates your agent or broker, they may receive two types of payments. The first type of compensation is known as "base commission," and the second is called "contingent compensation." For an explanation of the nature and range of compensation Zurich may pay to your agent or broker in connection with your business, please go to http: /Mrww.zurichna.com. Click on the information link located on the Agent/Broker Compensation Discbsure section. Where appropriate, insert the Access Code provided below, and you will be able to view this information. Alternatively. you may call (877) 347 -6465 to obtain this type of information. Thank you Access Code: 2016104474 U -RET -E -402 -A CW (09/06) Page 1 of 1 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS r+y of Coopus Choti OpAnance 17112, as amended, requires all persons or firms seeking to do business with t City to providb the following information. Every question must be answered. ff the question is not applicable, answerwith 'NIA". -u%M NAME Grace Paving and Construction, Inc. S.,REET: 4237 )Naldwin, Blvd. CITY: Corpus Christi, TX Zip. 78405 -3324 =uiM is: 1. Corpoistion X 2. Partnership 3. Sole Owner 4. Association _ 5. Other DISCLOSURE QUESTIONS .f Iditional space is necessary, please use the reverse side of this page or attach separate sheet. . - State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) N/A State the nears of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title N/A 1. ,.State the name.of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the aNvnership in the above named "firm ". Name Board, Commission or Committee N/A t.• K State the names of etch 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" Name Consultant N/A CERTIFICATE I certify that a inf tion provided is true and correct as of the date of this statement, that I have not .rw^v iy w d ure of any information requested; and that supplemental statements will be promptly qt' mitted10 the of rpus Christi, Texas as changes occur. r.artifyingPerson Eddie M. Ortiz Title: President ('ape or Print) _--- oienature of Cert*ng Pierson: 0'�G� i � Date: March 7, 2007 PROPOSAL FORM Page 8 of 9 DEFINITIONS a. "Board Member ". A member of any board, commission or committee appointed by the City Cound of the City of Corpus Christi, Texas. b. "E ee". Any person employed by the City of Corpus Christi, Texas, either on a full or part U16 basis, but not as an Independent contractor. c. "Firm"., entity opergted for economic gain, whether professional, industrial or c ial 40d whether e01116biished to produce or deal with a product or service, including but nc4 lima wd to, entitles operated in the form of sole proprietorship, as self - employed peroof4 parblgirship, corporation, joint stock company, joint venture, receivership or trust and entlUsdwhich, for purposes of taxation, are treated as non -profit organizations. d. 110fflciW"• The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistot City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Merest ". Leyal or equitable interest, whether actually or constructively held, In a i firm, udi when such merest is held through an agent, trust, estate or holding entity. "Cons r held" refers to holding or control established through voting trusts, proxies or special' rms of venture or partnership agreements. f. "Constotant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Chrisd for the purpose of professional consultation and recommendation. PROPOSAL FORM Page 9 of 9 ACORD CERTIFICATE OF LIABILITY INSURANCE CSR RT DATE(MWDD/YYYY) _ GRACE -3 T 04/03/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordan Ins . Agcy--C,", HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . 0. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403 -0870 Phone: 361-883-1711 Fax:361 -844 -0101 INSURED Grace Paving & Construction, Inc Paving & Construction 4237 ftldwin Blvd. Corpus'' Christi TX 78405 COVERAGES INSURERS AFFORDING COVERAGE �rNSURER A Associat -on Casualty Ins. Co. INSURER B INSURER C INSURER D INSURER E NAIC # 35629 THE POLICIES OF IN3UR/j$CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TER11#OR COMINTION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSIICE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LINTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR TYPE INSU POLICY NUMBER DATE MMIDD/YY DATE /D [RATION LIMITS GENERALUAITY EACH OCCURRENCE $1,000,000 A X COMMERCIAL GENERALUABILIT" GLP900396606 07/12/06 07/12/07 —1! - -i CLAIMS MADE C OCCUR PREMISES (Ea occurence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE 2 OOO OOO GEN L AGGREWE LIMIT APPLIES PER POLICY $ PRO- OC JECT _ PRODUCTS - COMP /OP AGG $ 2 , 000 , 000 AUTOMOBILE LIABILITY A X j ANY AUTO CAP900241505 07/12/06 1 07/12/07 COMBINED SINGLE LIMIT (Ea accident) $1,000000 r , ALL OWNED AUTOS SCHEDULER AUTOS � BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ '– GARAGE LUIBILRY AUTO ONLY - EA ACCIDENT $ ~�! ANY AUTO OTHER THAN EA ACC AUTO ONLY AGG $ $ - - -- — EXCESSIUMBR14" LIABSdTY y EACH OCCURRENCE yls 1, 000, 000 A X OCCUR r– CLAIMS MADE CU2095 07/12/06 07/12/07 AGGREGATE $ 1,000,000 $ DEDUCTIBLE $ X RETENTIONI $10,000 $ 1:OMPE N AND / A EIIwIO RS'LU4SIwAAAAn J WCp04003160,2 12/04/06 ANY PR�RIETORIPA /�'NER/EXECTTGrrrrrlVE Off10E MBER E UDED7 I If yes, describe Under SPECIAL PROVISIONS jolow 12/04/07 X TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 E . DISEASE - EA EMPLOYE $ 1, ()00, 000 E.L. DISEASE -POLICY LIMIT $ 1 , 000 000 OTHER ' i DESCRIPTION OF OPIERATai I L6EiWNS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project#6294: ADA Compliance Curb Ramp Improvements Part A -Spohn Memorial Hospital Area. Additional Insomed as required by written contract in favor of Certificate Holder applical)le to General Liability & Auto. CICC–CC City 04 Cords Christi Eng2'.ne#ring tervices V P . 0 , x Attn: x 9179277 t Administrator P. O SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFC10dTHE 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 Corpus Christi TX 78469 -9277 REPRESENTATIVES. AU ORIZED RE E T E % ACORD CORPORATION 1933 IMPORTANT If thte certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this cer0cate 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 rewire an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER TheiCertifcate of Insurance on the reverse side of this form does not constitute a contract between the iBsuing insurer(s), authorized representative or producer, and the certificate holder, nor does it afft*ativ* or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 26 POLICY NUMBIR. GLP9 0 03 9 66 - 06 COMMERCIAL GENERAL LIAAILITY CG 2010 07 04 THIS MDORSEMEN'i' CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /ADDITIONAL INSURED - OWNERS LESSEES OR L CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endtarsemeat modifies Insurance provided under the following: , cmau ak GENERAL LIABUTY COVERAGE PART SCHEDULE Nm*Of AddMortei f Persons) Or s = City of "us Christi s Of Cowrod Operations EnginWng Services Attn: tntractAdministrator P.O. W 9277 CorpusiChristi, TX 78469 in to 22MMe 10 Schedule, If not shown abo In 0* DephMoris A. +1n,das Nho b An Msn#d is amended to rt additional Insured the persons) or shown In the 6ohedule, but only IlabMty far "bodily injury ", 'property r "personal and advertising InJury° ft b or in part, by: 1. YoW acts or omleslons; or 2 �i acts or omissions of those acting on your in 0te . ,fornMnoa of your ongoing operations for the aEliti=# insureds) at the location(s) desig- naied 6bove. R With respect to the Insurance afforded to these additional insureds, the following additional exclu- sions apply: This Insurance does not apply to "bodily k4ury" or "property damage" occurring after: 1. All work, inciuding materials, parts or equip- ment furnished In connection with such work. on the pprroject (other than servIM mainMnance or reps ) to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been completed; or 2. That portion of 'your work' out of which the Injury or damage arises has been put to Its In- tended use by any person or organization other than another contrar*nr nr subcontractor engaged In performing operations for a prinol- pal as a part of the same pro)ect, CQ 201001 04 0 ISO Properties, Inc., 2004 Page 1 of 1 D AQW OWY POLICY NUAW :GLP9003966 -06 ,%/ CONMERDIAL GENERAL LIABILITY CG20V07.04 THIS E1DOISEMEIIT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. �A , ITIONAL INSURED - OWNERS LESS ES OR CONTRACTORS - COMPLETED A OPERATIONS This en1*rsernWnt modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Ad�Nrcr�d kNUOd PorsorK *) City Of Corpa Christi Endearing Services AttmContrad Administrator P.O.$ox 9277 Corphs Christi, TX 78469 secole n g`- fs An kid Ir amended to in- clude el Insured the person(s) or or- In the Schedde, but only with for "bodihr injwy" or "property . , whole Or (n p by your w ion nailed and thecribed In the SchKkde this +Indorsement performed for that srkNticsnAl su And included In the "products- hazard ". E -W 49r:_ CQ 20 37 O 4 ® ISO Properties, Inc., 2004 P&Q61 of 1 p TE 99 O1B ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM L TRUCKERS COVERAGE FORM This endorsement chnnoes the nniicv effective nn the incentinn data of tha nnl;ry „"lace —nth— A.tw ;e ;- 4; — *e,t hoi ,.,.• Endorse nt E%ctive Policy Number 4!3/07 CAP900241505 Named Insured j Grace Pa4img & Construction, Inc ; '/ V Coastal Psving & Construction Cc >. 1 Countersigned by (Authorized Representative) The provisions and exclusions that apply to _IABILITY COVERAGE also apply to this endorsement. Additional! Insured: City of Corpus Christi Dept. Of Engineering Services Ann: 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 order this policy The add*nal iawred is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium $std any dividend, if applicable, declared by us shall be paid to you. You are altthorized to act for the additional insured in all matters pertaining to this insurance. We will toil the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notialE to the additional insured. The addillunal inured will retain any right of recovery as a claimant under this policy. FORM T'S 99 0IS - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 2OF2 I r P0L1CY`NLWqW.GLP9003966-06 COMMERCIAL GENERAL LIABILITY CG 02 0512 04 THIS INDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. T 4S CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE ThW endilirsemsnt modifies insurance provided under the following: V CO GENERAL LIABILITY COVERAGE PART LIQ LI ITY CO PART CONTRACTO PROTECTIVE LIABILITY COVERAGE PART PO 0 LITY CO PART PAD VW4L CO GE PART PRO T MPLETED O TIONS LIABILITY COVERAGE PART RAIL AD CTIVE LI fIY COVERAGE PART In the t of atlon or maWlal change that reduces or restricts the Insurance afforded by this Coverage Part, we se WIl I prior written notice of cmedistion or material change to: SCHEDULE � NWW City CO Corpus Christi Engingering Services Aft: Ioontract Administrstor V P.O. BOX 9277 Corpus Christi, TX 78469 00 Olt 061504 t0 shown J ® ISO Properties, Inc., 2003 ~GM POP i Of 1 p 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 endeirsement chanaec the nnhru PffPrtivP nn the i - -t; ,., A.t< .,f t6. ...ie.... .t - a Endorse ' nt E etive Policy Number 41,'3/07 CAP900241505 V Named I *ured /K� Grace Paving & Construction, Inc : i Av�� � C:oa� stal Paving &Construction C". ✓ — Countersigned by (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 Name (P*ed): R. M. Lee Title (Prit*ed): Managing Partner FORM TZ 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 2OF3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7 -85) TE`KAS 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 da,, s advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Npmber of days advance notice: 30 ; j, 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469 -927? This en*semet t changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The infii#mation below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Efllective: 43/07 Policy No. WCA040031602 ✓ Endorsement No. Insured Grace Paving & Construction, Inc.; Coastal Paving & Construction Co. / Pr $ Insurance Company Association Casualty Ins Co Countersigned By: WC 42 06 01, Name (Printed): R. M. Lee (Ed. 7 -84) Title (Printed) Managing Partner ATTACHMENT 3 30F3 yovla Hmaga - Aulhontzation to Sign Contracts Page 1 , From: <VMartinezGPCC @aol.com> To: <SylviaA @cctexas.com> Date: 4/13/2007 10:55:49 AM Subjest: Authoritzation to Sign Contracts Ms. Aniaga, This e4nail cwespondence is in response to your request for additional assurace they I, Victor G. Martinez, am authorized to sign contracts on behalf of Grace Paving and Construction, Inc. The spOcific Contract with the City of Corpus Christi, Texas relative to this corresOnderoo Project No. 6294 and the name of the project is ADA Compliance Curb p Irtirlrrovements Part A-Spohn Memorial Hospital Area awarded by the City of orpus Christi, Texas Council on Tuesday, March 27, 2007. Accor gly, please accept this e-mail correspondence contents and the exhibitlprovid,ed to the attention of the Department of Engineering Services, Sylvia Arriag*Contrad Administrator. E -mail Contents: 1, Victoo G. Mertnez, in my employment by Grace Paving and Construction, Inc. si Dec3gember 2000, with duties and responsibilities not limited to B u n Devpment and Coract Administrator have been authorized by Grace Paving and C trust, Inc., Eddie M. Ort iz, President of the said Corporation Entity k thin and as of current date to sign Contracts on behalf of Grace Pavingnd Construction, Inc. My Lehr of intment dated June 26, 2001, is kept active and in good standi a' via utes of the Annual Meetings of the Board of Directors of Grace Paving Construction, Inc.. January 2002 through Calendar Year 2007. Bas' the .�uthority authorizes this Writer, Victor G. Martinez, to executdby siglrsture, contracts obligating Grace Paving and Construction, Inc., up to an "imft amount. With thf said Authority vested in me on behalf of GPC I, Victor G. Martinez i n the Worm4nce of my duties and responsibilities as Contract Administrator for GP4 did Contract in the amount of $148,536.68, Construction Surety Bonds d r " contract documents on April 3, 2007, regarding City of CC Proje o.6 for ADA Compliance Curb Ramp Improvements Part A -Spohn Memorial Hospi Area. I hope is corespondence and the exhibits provided to the City Contract Admin*rator in the Department of Engineering Services by our office are found acceptole as io form by the City Attorney's Department. If I can be of further assistance, please advise. Victor Martinez Victor Mar#W Busine# Devment and ContraOt Adm#*trator GPC Sylvia Arriac3a - Authoritzation to Sign Contracts 3611843-3232 Mob# 033-0363 Corpof',pte e-mail —GracePaving@aol.com_ (mailto:GracePaving@aol.com) Work $1tation e-mail —VMartinezGPCC@aol.com_ (mailto:VMartinezGPCC@aol.com) See what's free at hftp://www.aol.com. Page 2 NIINUTES OF THE ANNUAL MEETING OF THE BOARD OF DIRECTORS OF GRACE PAVING AND CONSTRUCTION, INC. The unoerSigned, being the director of Grace Paving and Construction, Inc., do hereby valve, as evidenced by our signatures hereto, call and notice of the annual meeting of the directors of said corporation and agree that the same shall be held at the offices of the corporation, 4237 Baldwin, Blvd., in the City of Corpus Christi, Texas at 10 a.m. on the 30th" day of January 2007, and do hereby consent that in such meeting there may be conducted such business as may come before the same. r Eddie M. Ortiz — Director The anmtal meeting of the directors was called by the corporation's President and was Mold in the City of Corpus Christi, Texas at 10 a.m. on the 30th day of January 2007. as ptovided in the Bylaws of the corporation. The directors represented at such meeting, as itsdicateti by the waiver immediately preceding these minutes, were Eddie M. Ortiz_ Victor G. Martinez was also present. The corporation's President served as Chairman of the meeting. The Secretary of the corporation acted as Secretary of the meeting and appointed Victor G. Martinez to record the minutes. The President stated that the purpose of the meeting was to conduct the annual meeting of the Boatel bf Directors of Grace Paving and Construction, Inc. and a general review of the corporation's financial condition and its operation for the twelve -month period ending December 31. 2006. In summary, the corporate President commented that the financial condition of the corporation appeared good. Continued and commented that the 1120S Corporation Tax Return and his Personal 1040 Tax Return were being prepared by the CPA firm of Ruble, Leadbetter & Associates. The President stated that the next order of business to come before the meeting was, I . The appointment authorizing Victor G. Martinez, Corporate Business Development and Contract Administrator to review prepare and sign corporate documents relative to contract administration including but not limited to bid bonds, price proposals, contracts, contract negotiations, contract modifications memorandums and change orders, invoice submittals, certification statements as to small business size standards and minority owned status, marketing business opportunities through private sectors, public government procurement agencies, all activities relative to that of business development and contract administration and other duties as assigned by the corporate President. This limited authorization provision requires approval by the corporate President prior to any and all commitments. Victor G. Martinez accepted the above appointment and duties thereof and upon motion duly made, seconded and carried, the director approved this action taken. 2 The President then stated that the next order of business to come before the meeting was the election of the Officers of the corporation to hold office for the ensuing year or until their respective successors are chosen and qualified, and called for nominations. Whereupon, the following persons were nominated and unanimously elected as Officers as hereinafter set forth, to serve until the election and qualification of their respective successors. President Vice President Treasurer Secretary OFFICERS Eddie M. Ortiz None Eddie M. Ortiz Eddie M. Ortiz Their being no further business to come before the meeting, the meeting was adiourned. Dated: January 30, 2007 Eddie M. Ortiz — Secretary Approved By: 7 Bildie A+1.Ortiz - President MINUTES OF THE ANNUAL MEETING OF THE SHAREHOLDERS OF GRACE PAVING AND CONSTRUCTION, INC. The undersigned, being the Sole Shareholder of Grace Paving and Construction, Inc.. do hereby waive. as evidenced by my signature hereto, call and notice of the annual meeting of the stockholders of said corporation and agree that the same shall be held at the offices of the corporation, 4237 Baldwin. Blvd., in the City of Corpus Christi, Texas at 10 a.m. on the 30 day of January 2007, and do hereby consent that at such meeting there may be conducted such business as may come before the same. Eddie M. Ortiz — Sole Shareholder The annual meeting of the stockholders was called by the corporation's President: also the Sole Shareholder and was held in the City of Corpus Christi, Texas at 10 a.m. on the 30`x' day of January 2007;. and do hereby consent that at such meeting there may be conducted such business as may come before the same. The corporation's President served as Chairman of the meeting. The Secretary of the corporation acted as Secretary of the meeting and appointed Victor G. Martinez to record the minutes. The Secretary took a roll call of Shareholders. The following Shareholders were present: IN PERSON: Shareholder's Name Number of Shares Eddie M. Orti; 1,000 BY PROXY None The following Shareholders were neither present nor represented by Proxy: None The President stated that the purpose of the meeting was to hold the annual shareholder's meeting and a general review of the corporation's financial condition and its operation ibr the twelve -month period ending 12/31/06. In sumrnary the President commented that the corporation's financial condition appeared -ot,ci Continued and commented that the 11205 Corporation Tax Return and his Personal 1.040 Tait Return were being prepared by the CPA firm of Ruble, Leadbetter & Associates. The President then stated that the next order of business to come before the meeting was the election of the Directors of the Corporation to hold office for the ensuing year or unti I their respective successors are chosen and qualified, and called for nominations. W4ereupon, the following persons were nominated and unanimously elected as Directors as hereinafter set forth. to serve until the election and qualification of their respective successors. DIRECTORS Eddie M. Ortiz There being no further business to come before the meeting, the meeting was adiourned. Da*ed: January 30, 2007 Eddie M. Ortiz — Secretary RATIFICATION 11c undersigned Shareholder, has read these minutes, hereby approve, ratify, confirm, ajnJ consent to all business as reported herein. Eddie M. Ortiz - Sole Shareholder Grace Paving & Construction, Inc. P.O. Box 270904 • Corpus Christi, Texas 78427 • Phone: 361 - 883 -3232 June 26. 2001 Victor G. Martinez Contract Administration, Dept, Grad Paving and Construction, Inc. (For*erly Coastal Paving and Construction Company) 423' Baldvtin Blvd. P. O. Box 270904 Corpus Chdai, Texas 78427 -0904 RE: Let#ar of Appointment Dear Victor: This letter its your authorization to sign Bid Proposals, Change Orders, Contract Modifications, Con #ruction Contracts, order construction Materials and Supplies, and any Corporate Contract Reprsentation including but not limited Contract Negotiations, signing Bid Bonds and other Corporate matters on behalf of Grace Paving and Construction, Inc and Coastal Paving and Construction Company. This Jesignsdon is provided to facilitate the flow of documents and I, Eddie M. Ortiz, will continue to behe Prime Authorization. As standard procedure, I will be notified in advance and /or through discupsion of these matters assuring my awareness of documents to be signed on behalf the Corporation and /or Coastal Paving and Construction Company. This Letter of Appointment is issued to Victor G. Martinez, employee of Grace Paving and Con ruction, Inc formerly Coastal Paving and Construction Company by me, Eddie M. Ortiz, Sole Proprietor of Coastal Paving and Construction Company, and as President and Sole Shareholder and Director of Grace Paving and Construction, Inc. The o%cth a date of this Letter of Appointment is June 1, 2001 and valid until canceled by me, Eddie M. Ortiz. Sigcorely, GEMe M. Ortiz President, GPCC Sole Proprietor Coal Pang and Construction Company Dist: Vicar G. Martinez Employee Personal File 0 Grace Paving and Construction, Inc. Pk 4237 Baldwin, Blvd. Corpus Christi, Texas 78405 -3324 361/883 -3232 Fax 883 -1296 e -mail VMartinezGPCC(a)aol com e -mail GracePavinS(i0aol com March 9, 2007 Martinez Guy & Maybik, Inc. (P.E. Consultants) 600 S. Staples, Suite 207 Corpus Christi, Texas 78415 Attention: Richard Martinez P.E. RF: ADA Compliance Curb Ramp Improvements: Part 'A' Spohn Memorial Hospital Area #6294 SUBJ: Submittal of Suctions A -28, A -29 and A -30 of the Special Provisions of the Specification for Project No. 6294. TOPIC: Supplement Attachment to A -30 Item No. 10 presented separately: A-30- Item 10 1. Business Entity: Grace Paving and Construction, Inc. Incorporated in the State of Texas EID: 74- 2980782 2. Signature Authorizations: 1, Victor G. Martinez, duly authorized representative of Grace Paving and Construction, Inc. hereby represent that the following individuals have authority on behalf of the Company to execute the following documents with the City of Corpus Christi, until such time as notified to the City of Corpus Christi Engineering Service Department, and/or its designee (s) in writing. Contract/Subcontracts: %nt Name: Victor G. Martinez Contract Administrator Print None: Eddie M. Ortiz President Signature: Signature: Page 1 of 2 RE: Submittal of A -30 Item 10 Continued TO: Martinez Guy & Maybik, Inc. (P.E. Consultants) Page 2 of 2 Cbange Order /Subcontract Modifications: -- Print Name: Victor G. Martinez Signature: Contract Administrator Print Name: Eddie M. Ortiz Signature: Partial and/or Final Progress Payments Requests: Print Name: Victor G. Martinez Signature: ��� • e t Contract Administrator Print Name: Eddie M. Ortiz Signature: C�L� President Pattial/l%al Affidavit, Waiver of Lien and Release: Print Name: Victor G. Martinez Contract Administrator Print Name: Eddie M. Ortiz President Signature: /-� `'Zp—' Signature: L�L4 Colitractor: Grace Paving and Construction, Inc. By: Victor G. Martinez Contract Administrator Witness By: Eddie M. Ortiz President Date March 9, 2007 Page 2 of 2