Loading...
HomeMy WebLinkAboutC2007-079 - 3/27/2007 - Approved' 2007 -079 03/27/07 M2007 -084 A. Ortiz Construction & Paving S P E C I A L P R 0 V S I O N 5 S P E C I F I C A T I O N S A N D - :F :0 R M S.. O F C O N T R A. C T .S A N D B O N D S F .0 R 3 PART «B» 3� ADA COMPLIANCE — CURB RAMP IMPROVEMENTS PART A.- .SPOHN MEMORIAL HOSPITAL AREA AND " ADA COMPLIANCE — CURB -RAMP IMPROVEMENTS H PART - -B.- MARY GRETT CUNNINGHAM /CHULA VISTA SCHOOL AREAS • K� MARTINEZ, GUY AND MAYBIK, INC.' ' 6000 S. STAPLES, SUITE 207 CORPUS CHRISTI, TEXAS 78411 ' Phone:.: 361/880 -3500 yip Fax: 361/880 -3501 FOR ©EPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS, Phone: 361/880 -35.00 Fax: 361/880 -3501 4 z, •.•� 1� O EZ RI ARDO MARTfN .,. ..58265 .� PRaJECT No: #6294 & #62931. X t�N DRAWING NO: STR 787 REVISED AND ISSUED FOR RE -BID r City of Corpus Christi k ADDENDUM NO. 2 February 21, 2007 TO: ALL PROSPECTIVE BIDDERS PROJECT: ADA COMPLIANCE CURB RAMP IMPROVEMENTS -PART `A' SPOHN MEMORIAL HOSPITAL AREA, PROJECT NO. 6294 AND AM COMPLIANCE CURB RAMP IMPROVEMENTS -PART `B' MARY GRETT CUNNINM M /CHULA VISTA SCHOOL AREAS PROJECT NO. 6293 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. PART A - SPECIAL PROVISIONS- Paragraph A -1, TIME AND PLACE OF RECEIVING PROPOSALS /PRE -BID MEETING AND NOTICE- TO BIDDERS A. DELETE: PRE -BID MEETING WILL BE HELD ON TUESDAY, FEBRUARY 28, 2007 ADD: PRE -BID MEETING WILL BE HELD ON TUESDAY, FEBRUARY 27, 2007 Please acknowledge receipt of this addendum, in the appropriate place on your PROPOSAL FORM. END OF ADDENDUM NO. 2 ARE /gym gel. R. Escobar, P. E. Director of Engineering Services .1At /o7 ADDENDUM NO.2 Page 1 of 1 '! ADDENDUM NO. .1 i a City Of Corpus February 20, 200 7 Christi TO: ALL PROSPECTIVE BIDDERS - -- - PROJECT - *_ -.ADA- COMPLIANCE- - CURS - -RAMP IMPROVEMENTS -PART `A, Spohn memorial Hospital Area; PROJECT NO. 6294 AND 41 AAA RAW A3RT `B' Mary Grett j COUammu1 a Vista Sdbool Areas; PRD B= NO. 6293 Prospective bidders are hereby notified of the following modifications to.the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not ► specifically affected by the addendum shall remain unchanged. I. GENERAL PROVISIONS A. PARAGRAPH B -2, PROPOSAL REQUIREMENTS AND CONDITIONS 4 ADD: The followinu sentence, to Paragraph B -2 -8 OR The indi shall reference the AUA - CORE RAMP ART `B' Mary Grett identitiea in tne- proposai. B. PARAGRAPH B -7, PROSECUTION AND PROGRESS ADD: New Paragraph B -7 -15, Availability_ of Funds: Funds are appropriated by the City, on a__yw sts basis. if any SiVen on ot=e /remobilizatlon coats. Such costs shall be adaressea Please acknowledge receipt of this addendum, in the appropriate place on your PROPOSAL FORM. END OF ADDENDUM NO. 1 &of gel R. Escobar, P.E. N_ Director of Engineering Services ARE /rs �A0107 ADDENDUM NO.1 Page 1 of 1 1� it if �1 it it it �i f1 !3 r1 l i tj r r ii �i �l + 1 i ►J , F ►j ,1 Li 1_J 1� S P E C I A L P R 0 V I S T 0 N S S P E C I F I C A T I O N S A N D F 0 R M S O F C O N T R A C T S A N D B 0 N D S F 0 R ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART A - SPOHN MEMORIAL HOSPITAL AREA AND ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART B -- MARY GRETT CUNNINGHAM /CHULA VISTA SCHOOL AREAS MARTINEZ, GUY AND MAYBIK, INC. 6000 S. STAPLES, SUITE 207 CORPUS CHRISTI, TEXAS 78911 Phone: 361/880 -3500 Fax: 361/880 --3501 WON. DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 PROJECT NO: #6294 & #6293 DRAWING NO: STIR 787 - ,..,..... ;-t 91 t itr i* RICARDO MARTINEZ �.. x....582 65 ......��� 91 � REVISED AND ISSUED FOR RE -BID FEBRUARY 2007 (Revised 7/5/00) ADA COMPLIANCE - CURB RAMP IMPROVMENTS SPOHN MEMORIAL HOSPITAL AREA, & MARY GRETT CUNNINGHAM /CHULA VISTA SCHOOL AREAS Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A ( Revised Sept. 2000 ) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A--6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A -lq ^ Field �ee Not Used. A--18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A-23 inspeetien Required (Revised 7 b inn+ Not Used. A -24 Surety Bonds A -25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements Damage -tip Not Used. A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration'of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A -35- Gity -- Water -- Fae4- 11ties Speeial- Requirements Not Used. A -36 Other Submittals (Revised 9/18/00) A- 37 Amended " Arrangement. and Gha-rge fef Water Furnished by the -City" Not Used. A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate of Occupancy and Final Acceptance A -40 Amendment to Section B -8 -6: Partial Estimates A-41 Ozene-Adv4-s� Not Used. A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) 114j' Ghle14Ftated Wa:6er- (7/5/00) Not Used A-47 Pre Genstruetlen Not Used. A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Errors and Omissions A -51 Contaminated Soils A -52 Revisions to the Standard Specifications A-53 Geetee�tnieal Not Used. A -54 Stormwater Pollution Prevention Plan Submittal Transmittal Form Attachment I- Project Sign Drawing Attachment II - city of Corpus Christi Generator's Waste PART B - GENERAL PROVISIONS PART C - FEDERALLY REQUIRED LANGUAGE PART S - STANDARD SPECIFICATIONS DIVISION 2 Section 021020 Section 021040 Section 022100 Section 022420 Section 025205 Section Section Section Section Section Section Section Section Section Section Section 025404 025412 025424 025610 025612 025614 025802 025809 028020 028300 028320 DIVISION 3 Section 030020 Section 032020 Section 038000 Profile Sheet Site Clearing and Stripping (S -5) Site Grading (S -6) Select Material (S -15) Silt Fence (S -97) Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement (S--54 ) Asphalt, Oils & Emulsions (S -29) Prime Coat (S-30) Hot Mix Asphalt Concrete Pavement (Class A) (S -34) Concrete Curb & Gutter (S -52) Concrete Sidewalks and Driveways (S -53) Concrete Curb Ramps Temporary Traffic Controls During Construction Thermoplastic Striping (TxDOT D -9 -8220) Seeding (S -14) Relocation of Fences (S -12) Chain Link Fence (S -70) Portland Cement Concrete (S -40) Reinforcing Steel (S -42) Concrete Structures (S -41) PART T -- TECHNICAL SPECIFICATIONS Section 101165 TPDES - Storm Water Pollution Prevention Plan LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ADA COMPLIANCE CURB RAMP IMPROVEMENTS —PART %A' Spohn Memorial Hospital Area; PROJECT NO. 62: shall involve the construction of 7 new curb ramps along Morgan Avenue and Buford Streel and 4 new curb ramps and approximately 2,867 SF of new sidewalk along the north side c Hospital Boulevard from 19th Street to the front entrance of Spohn Memorial Hospita including limited sidewalk and pavement reconstruction, fence relocations, and installi; " and maintaining traffic control and storm water pollution control measures. AND RA C73dIXANC6 CURB RAMP ART `B' Maly GYett Vista School Areas; PROJECT NO. 6. shall involve the construction of 14 new curb ramps along Shaw and Stafford Street constructing 2 new curb ramps at the intersection of Prescott and Yale, 2 new curb ramps Prescott and Sherman, and 2 new curb ramps at Prescott and Hudson including limited sidewa and pavement reconstruction, fence relocations, and installing and maintaining traff control and storm water pollution control measures. All work shall meet the current requirements /standards of the American with Disabilities A (ADA) and the Texas Department of Licensing and Regulation (TDLR) and shall be in accordan with the plans, specifications and contract documents; Will be received at the office of the City Secretary until 2 :O�ta. on Wednesday, Marc 7,2001, and then publicly opened and read. Any bid received after closing time will t returned unopened. A pre -bid meeting is scheduled for Tue_sdM February 28,2007 beginning at 10:00 AM and wi] be conducted by the City, and will include a discussion covering a preview of the work al address technical questions. The location of the meeting will be the Department c Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street Corpus Christi, Texas. This project is funded through the Community Development Act of 1974 with funds approved i FY 2002 and FY 2006. Approximately 100% of the total estimated project cost will be funde through this source. A bid bond in the amount of 5% of the highest amount bid mu: accompany each proposal. Failure to provide the bid bond will constitute a non- responsiz proposal which will not be considered. Failure to provide required performance and paymer bonds for contracts over $25,000.00 will result in forfeiture of the 5%S bid bond to the Cit as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the Cit if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the Cit Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their retux in good condition within two weeks of bid date. Documents can be obtained by mail upc receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail i the locality in which this work is to be done and that such wage scale is set out in ti contract documents obtainable at the office of the City Engineer and the Contractor sha] pay not less than the wage rates so shown for each craft or type of "laborer," "workman," C "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accer the bid which, in the City's opinion, seems most advantageous to the City and in the bes interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY - -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental LI REQUIRED discharge; to include long -tern X NOT REQUIRED environmental impact For the disposal of contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements fI REQUIRED X NOT REQUIRED INSTALLATION FLOATER 1$10D,000 Combined Single Limit See Section B -6 -I1 and Supplemental Insurance Requirements 1 -1 REQUIRED X NOT REQUIRED Page 1 of 2 11 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. Ii The name of the Project must be listed under "description of operations" on each certificate of insurance. D For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section A -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at $$0 -3500_ Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKE-F' S COMPENSATION COVERAGE FOR BUILDING On C„NSTRUCTION PROJECTS FOR GOVERTI MENT ENTITIES Texas law requires that most contracuors, subconrractors, and others providing work or services for a City building or construction prc° ect must be covered by worker's compensation insure =zce , authorized se - nsurance, or an approved worker's compensa4 -= coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the C_tv will require such coverage for all individuals providing work or services on this Project at any time, includinc during the mai =enance guaranty period. _rotor carriers which are required to register with the Texas Depar=ent of Transportation under `texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not r.rovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed _ncorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractor -s required to submit to the City certificates of coverage for its. employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the ream - -ed notice at the job site. By s.cning this Contract, the Contractor certifies that - will timely comply with these Notice to Contractors "B" requirements. NOTICE o CONTMCTORS ^ 8 {Revises 1/13/981 Page 1 of 7 B/1 /qg _.. 1..A_ , ,°J.1 ... , -Le . I itle ?S. INSURANCE Part II. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. E -AIPLO''ER I OTICES § 110.120 Reporting Recuirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this ruie, shall have the following meanings, unless the context cle_-x v indicates atl`terwise. Ter= not defined in this rule shall have the meaning defined in the Texas Labor Code, s so defined. (1) Certificate or coverage (cer:inc: te) copv of a cerd6cate ofi sura nce, a certificate of autnorin• to self- insure ;sued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -62, TWCC -S3, or TWCC -S4), showing statutory wormers' compensation insurance coverage for the person's or entity's employees (inciuding those subject to a coverage agreement) providing services on a project, for the duration of the project_ (2) Building or construction --Has the mearr rig defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor —?. person bidding for or awarded a building or coristruction project by a government) entity. (4) Coverage -- Workers° compensation insurance meeting the starUtory requirements of the Texas Labor Code, § 401.011(44)_ (5) Coverage wgreement --A written agreement on form TWCC -o 1, form TWCC -82, form I%VCC -S3. or form TWCC -34, Pied 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. (6) Duration of the project — Includes the time from the beginning or work on the project until Lire work on the project has been completed tau accepted by the gover=ental entity_ (7) Persons providing se ^.ices on Lhe proiec ( "subcontractor" ir. § 406.096 of the Act) —« ith the exception or persons excluded under subsections (h) and (1) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has emn_ love °s. This inciudes but is not limited to independent contractors, subcontractors. leasing comcanies, motor carriers, owner- operators, employees of any such entity, or employees of env entity f,— rishing persons to perform services on the project. "Services" includes but is not liucited NOTICE TO CONTRACTORS - - Revised 1f13 /9Bi g/7195 11ttD'll'uwti� SCS_SL.7LC.r?C -' slLac!2SlIIlI't0/$l110.110.html Page 2 of 7 28 T.-'-,- II_.;:; page 2 c, 5 :a c.._. __ :�:iing, or eea. °erinQ equipment, cr ._.Z_ riots_ or providing labor, trwisce: -,.. :erg or othe,- sen:ce:e:a:ez .o a project. ''S :wises°' does not is :dude actAl -ties - r_eiated to the proiee; -z-,:c as food;--evera ,: vendors, oEce supply deliveries, ar.-' delivery of portable toilets. (8) Pro ie^t -- -cludes the pro % -ision of all services raia:ec to a buud.L g or construction cL::tract for a gover^ �e ::: entity. (b) Prmadir z or causing to be provided a certificate of coverage pursuant to this rule is a representa-ion by the insured that all empioyees of the insured who are providing services on the project a:e cc•: eyed by workers` compensation coverage, that the coverage is based on proper reporting of classification codes and payroll arnour4s, and that ah coverage agreements have been filed with tl a aoproDnate insurance carrier or, in the case of a self - insured, with the commission's Division of Se!r- Insurance Regulation_ Providing false or misleading ce:zi ;sates of coverage, or failing to provide or r maimain required coverage, or failing to report any c *.-=Le that materially afe=z the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, critnirtal penalties, civil penalties, or outer civil actions. (c) A govem.-nental entity & -at enters into a building or constnic.=on contract on a project si'.all: (1) include ir_ the bid specifications, all the provisions of paramph (7) of this subsection, rasing the language reattired by paragraph (7) of this subsection; (2) as part of t.'ie contract_, using the language required by parag;-anh (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain —L can The contractor a certificate of coverage for each person providing services on the project, prior to that person bevginning work on the project; (4) obtain from the conir'actor a new certificate of coverage showing extension of coverage: (A) before tre end of the current coverage period, if Llie contractor's current certific: to o- coverage Shows that the coverage period ends during the duration of the project; and (S) no later tii an seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain cerrincates of coverage on Ste for the duration of the project and for three years ibereafier; (6) provide a copy of the cer-,ificates of coverage to the commission upon request and to a,-tv person entitled :c there by law; and (7) use *fie lar :sage contained in the fallowing Figure i for bid specifications and contrac.s, 'xeirhout any additionai words or changes, except those required to accotrmodate the specific document in which they are contained or io impose stricter standards of documentation: T28 1 10.1 10(c)(7) n NOTICE TO CONTRACTCRS - 3 Revised 1/13/981 http : / /vr. w.sos_state.tx.usitac,23,fLUI 10/13/110.11 O.htrrl Page 3 of 7 8/7198 T.yC l 10. 110 Page 3 of 6 A contractor shall. 1) provide coverage for its empicYees providing services on a project, : t:_e duration of the project --aced on proper reponme of classi-Eca::on codes and pa} reii amounts and 4-1-a of any coverage agreements; +;2) provide a certificate ofcovera_e showing workers' compensation coverage to the governmental tnury prior to beginning work on t. ^e project; (3) provide the governmental ender, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on t.^e contractoes current certificate of coverage ends during t'' *.e duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on fde certificates of coverage showing coverage for all persons providing services on =e project; and (B) no Iater than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified trail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, (y) post a notice on each project size inforrnmi g all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notic- , without any additional words or changes: REQUIRED WORKERS' COWENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project trust be covered by workers' compensation insurance.: ais includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation, or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an ernplover's failure to provide coverage." MOTIC°- To CONTRACTORS - B I.,tpJ /www.sos. state. tx .us /tac/28/II/i iO/B /114.110.htmi R�Pa9ed +1of��9B} 8/7/98 ?S TAC i : x.110 gage 4 or 6 (8) con traca:aily require °--ca person .virn ,-vhe . it contrac:3 .c provide ser6ces e: s �:Mject to* (A) provide coverage based on proper renortira of classification codes and payroii airounts and filing of any coverage agreements for '=i; of its emeiovees provioing services en the proeec:. for the duration of the project; (B) provide a cerdfica:e of coverage to the contractor prior to that person begin Lng v ork on the project; (C) inciude in all contracts to provide services er. the project u e language in subsea cn (e)(3) of this section; (D) provide the contractor, prior to the end of uhc coverage period, a new certificate of coverage showing extension or coverage, if the coverage period shown on the current cerdficzlte of coverage ends durinsi the duration of the project; (E) obtain from each other person with whom is contracts, and provide to the con:rac:or: (i) a certificate of coverage, prior to the other person beginning worn on the project; and (u) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown oa the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage an file for the duration of the project 4.^_d for one year thereafter, (G) notify the governrnertal entity in writing by cer0ed mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (HD contractually require e-ch other person with whorl it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its emplovees providing services on a project, for the duration of the project based on proper reporting of classjfication codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services On the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person si -Ming thus contract is representing to the governmental entity that all employees of the person sigrnulg this contract who will provide services on the project will be covered by workers` compensation coverage NOTICE TO CONTRAC70RS - e Revised 1/:3/M 8/7148 http..fl %vuw.sos. state. tx.us /tac/281WI10B /110.110_huni page 5 ar 7 40 &M:_ L .V. L ill rage D oz o fort .e c::ration of t e project, that the co•; erase will be h,:sed on proper retorting of classification codes a--d payroll a::.ounts, and that all coverage agreements will be Wed with the appropriate insurance carrier or, the case of self-insured, with the commission's Division of Self - insurance Regulation. Providing false or misleading ir- orntation may subject the contractor to administrative penaities, cruninal penalties, civil penalties, or other civil acuons." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of-coverage, a new certificate showing extension of coverage, if the coverage period shown on :he certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a projec: under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified trail 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 L-iew 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 conrracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration 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 certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http://vvww.sos.st,ate.�.us/tac/28/Wl I0/B /110.I10.htmi NOTICE TO CONTRACTORS -- B 8/7/98 Revise Page d 1/17/98! 6 of 7 a iAL- i.W.11u duration of 'he contract: Page 6 of 6 (F) retain ail rewired ce. k:.c: :es of coverage on file for the duration cf «.e project and for one year thereafter; (G) notify the governme ntai entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materiaiiy affects the provision of coverage of any person providing services an the project; and (H) contractually require each person with whom it contracts, to perforn as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the cer =—rate 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 cirmnistance 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} Thus rube is applicable for building or construction contracts adve »sed for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or aver September 1, 1994, which are not required by law to be advertised for bid_ (h) The coverage requirement i~n 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 zm explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House BM 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 delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 1I0.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index NOTire To CONTRACTORS - s Revised 1/13/981 8n198 http: / /www_sos. state. tx .usitac /28/IYI101S /110.110_htmi page 7 of 7 PART A SPECIAL PROVISIONS ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `A' -SPOHN MEMORIAL HOSPITAL AREA AND ADA COMPLIANCE - CURB RAMP IMPROV MBNTS PART `B' -MARY GRETT CUNNINGHAM /CHULA VISTA SCHOOL AREA REVISED AND ISSUED FOR RE -BID FEBRUARY 2007 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals/Pre-Bid Meetin 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 City 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 following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART `A' -SPOHN MEMORIAL HOSPITAL AREA; PROJECT NO. 6294 AND ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART 'B' -MARY GRETr COMRNGHAN /CHULA VISTA SCHOOL AREAS; PROJB= NO. 6293 A pre -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 a discussion of the project elements. if requested, a site visit will follow. No additional or separate visitations will be conducted by the Cit . A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project AM CM,IANCB CURB RAMP ART 'A' Spoon Manorial Hospital Area; PROJ1= 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 control and storm water pollution control measures. D ADA COKPLIANCE CMM RAW ART `B' Mary [nett Cw3ningbam/Cbala Vista School Areas; PROD T 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 Yale, 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. All work shall meet the current requirements/ standards of the American with Disabilities Act (ADA) and the Texas Department of Licensing and Regulation (TDLR) and shall be in accordance with the plans, specifications and contract documents. Section A - SP (Revised 12/15/04) Pago I of 24 A -4 Method of Award The bids will be evaluated based on the following order of priority subject to availability of funds: 1_ Total Base Bid Part 'A' AND /OR 2. Total Base Bid Part 'B' The City intends to award the lowest combination of Total Base Bid Base Bid Part 'A' AND /OR Total Base Bid Part 'B' to one or two contractors, within the limits of the available funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference: ADA COMPLIANCE - CURB RAMP IMpROVEM.BIS PART 'A' -SPOHN MMORIAL HOSPITAL AREA; PROJECT-NO. 6299* OR ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART 'B' -NARY GRETP C 3 /CHUM VISPA SCHOOL AREAS; PROJECT Ito. 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. 2. Disclosure of Interests Statement A -6 Time of Completion/Liquidated Damages The working time for completion of the Project(s) will be 150 calendar da S for Parts 'A' and 'B' combined, or 65 s for oPart 'A' ME or s or as stand a ro ec s. n rac r shall commence work within en calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per calendar day will be assessed against the Contractor as liquidated aam`ages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. Section A - SP (Revised 12/15/04) Page 2 of 24 In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy construction. In ease ef-- nfliet, Minimum 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 Parr. C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies'of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (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 Agenciea (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (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 -5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 880 -3500 Project Engineer 888 -8100 Consultant: 814 -3070 Ricardo Martinez, PE 814 -5508 (fax) MARTINEZ, Guy & MAYBIK, INC. 6000 S. Staples, Suite 207 Corpus Christi, Texas 7.8413 Section A - SP (Revised 12/25104) Page 3 of 24 Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber optic) KMC (Fiber optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 880 -3540 882 -1911 857 -1880 (880 -3140 after hours) 857 -1818 (880 -3140 after hours) 885 -6900 885- 6900after hours) 857 -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 as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. in the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. section A - SP (Revised 12/15/04) Page 4 of 24 All costs for traffic control are considered subsidiary to the bid item for Traffic Control as per the bid proposal form. the�-e€exe, ne— direct payment will be made to n...ntr-+. ter A -14 Construction Equipment Spillane and Trackin The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end. of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean° dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items identified in the proposal form for removal. "Street - BlEeavat o " there €ere, no direet payment will be made to GentiaeteLm A -16 Dis oral /Salve a of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost' of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A -17 Field Office (HOT USED) field effiee at the site. The field effiee must eentain at least 120 square feet e€ useable— spaee. the field offiee must be air eenditiene and heated aad mttst be fuEaished with an inelAned table that meaBureq at effiee en the site as required by the City FaigineeF ow hio representative. The field effiee must be furnished with a telephene (with 24 heuia per- day answering =se wee) and PM maehine —paid €er- by the EeRtra:eter. There i$ na separate— pay -item €ems the field effiee. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only oxx calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: Section A - SP (Revised 12/15/04) Page 5 of 24 I . initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer, S. 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. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project- Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - • Street ertewns -en a -269' interval and -at- all - intense= iens. Section A - SP (Revised 12/15/04) Page 6 of 24 • All rimfinvert elevations at ..helE9; • Gasing elevatiens (tap ef pipe and flew line) (T-XDGT and RR permits). r.+a cc1- • All tik of valves bes ft • Valves vaults r4mt • Gasing elevations (tep flew line) (TXD9T RR ef pipe and and pex-mits). • • All inter-seeting linee in ! • Ca e• -sing levatlens (tep -ef pipe Wand €le4; line) (T DOT and TT _ A -20 Testina and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install 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 to /9e) 1. 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, 1989, and any amendments thereto, in accordance with such policy, the City has established goals,. as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. Section A - SP (Revised 12/15/D4) Page 7 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 origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. 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 is to perform 50.o% of the contract work itself and in which a minority joint venture partner has a 50.09k interest, shall be deemed equivalent to having minority participation in 25.01 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. S6CtiOn A - SP (Revised 12/15/04) Page 9 of 24 (b) For an enterprise doing business as a partnership, at least 51.01% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive S1.0t 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 awned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0W 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 is to perform 50.o% of the contract work itself and in which a minority joint venture partner has a 50.09k interest, shall be deemed equivalent to having minority participation in 25.01 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. S6CtiOn A - SP (Revised 12/15/04) Page 9 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 participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. 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. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Require (NOT USED) (Revised 7/5/00) permit io req%ired and be assure a final J:RGPeCtien after- the building is amended P Gentraeter must pay all feee and ehawges levied by the eiby'o Building XROPeetieft Department, and all ether eity fees, ineludin Water/waotewater meber fees and tap fees as requiwed by c1by, A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the 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 (10%) of the Surety Company's capital and surplus,. the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond. amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurers) authorized to do Section A - sP (Revised 12/15/04) Page 9 of 24 business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,0oo the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED) fellewing substituted in lieu thereef—. LEM alBe complies with the The Genbr-aetea5 must i---- f e A -26 Su lemental Insurance Requirements For each insurance coverage provided in accordance with Section, 8 -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 to mail prior written notice of cancellation or material change to: Section A - SP (Revised 12/15/04) Page 10 of 24 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker'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 liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys, fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) Section A - SP (Reviead 12/15/04) Page 11 of 24 A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien, if any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 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. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the Section A - SP (Revised 12/15/04) Page 12 of 24 City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements -- Under "General Provisions and Requirements for Municipal Construction Contracts" Section 8 -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 City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Section A - 5P (Revised 12/15/04) Page 13 of 24 9. Documentation 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 PoliEX on Extra Work and Chan a Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Chan a Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,400.00 must also be approved by the City Council. A -32 Amended "Execution of Contract• Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the 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 the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meetina referred to in nnan4m7 — s -9 A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) Section A - SP (Revised 12/15/04) Page 14 of 24 pumps, All materials and equipment used in the repair, reassembly, ether items 7 whieh eould eeme- -time eentaet with - petab €ewater, Fwast- Sanitation F8undatfeii-- (ANGI�MF) Standard asde$eribed in the Standard speeifieatiens. All trash generated by the — Gent- z:aeter er his employees, agents, e-r subeentraeters, must be eeRtained €aeility al9wiag trash —at all times at the water be— The ••entr_ete site. will keep not allowed. times shall —werk areas eleaa —at daily. all and remove —all w pumps, All materials and equipment used in the repair, reassembly, ether items 7 whieh eould eeme- -time eentaet with - petab €ewater, Fwast- Sanitation F8undatfeii-- (ANGI�MF) Standard asde$eribed in the Standard speeifieatiens. All trash generated by the — Gent- z:aeter er his employees, agents, e-r subeentraeters, must be eeRtained €aeility al9wiag trash —at all times at the water be— The ••entr_ete site. will keep not allowed. times shall —werk areas eleaa —at daily. all and remove —all section A - SP (Revised 12/15104) Page 15 of 24 36 werking hours wjjj be !7. All: GeHtEaetar- vehieles m�ie-- -- -arked at designated site, as designated yTty Water Department - staff. All -- Qentraeta vehieles -Amy werk be per-fermed to the. semputer only by sed meaitaaAng and eent System must teehRieal as determined by meeting- qualAkied and the €i•eat :ens- weAt laeluElea but - qual} I- thru- 9- belew. Thl-a •- is net - 11mited tee meth €learAeFis, �-egxired three projeets. 3. He has been aetively engaged ...i.n- this -- Gentraet- -ea in additieaka, installing, herein €ev at least 5yeara. the type ef werk speeil4ed , theee f- _.._ He is re and eerttre! system business, lie has perfermed wevie 7preferably as appiied on to the awl- eeffiPlexitas systems of; eempa-r--"- siiae, type, �-egxired three projeets. 3. He has been aetively engaged ...i.n- this -- Gentraet- -ea in -at -least herein €ev at least 5yeara. the type ef werk speeil4ed perf-em the wer-Ir. required by this speeif-jeatieng. 6. He maintains a fully permanent, staffed and equipped maintain, r-epairy ealibrate, apeelfied herein. 7. Euraish equipment and the systems whieh le the E one ROt praerAeal, all equipment preduet of one manufaeturer-. ex-inanee at of a given-type will the 9. be the Plant - will -be used in Water TaF�� evaluating whieh Gentrae-ter e-r t a a- a to -show the -m-i n�--- pined - Pregra as- aee�e�an� Section A - SP (Revised 12/15/04) Page 16 of 24 and given te the Gity Engineer- with all ehatiges made during the pregEamming phase. The attaehed sheet is an example an is not; inteaded to skew all of the required sheets. The L. T-renehing Requirements All trenehing fer thia pL-ejeat at the G. N, Stevens Water Treatment Plant shall be pe34-er-ffied using a baekhee er hand digging due to the shall -be -allowed en the pre j eeti . A -35 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project_ g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements. Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct Section A - SP (Revised 12/15/04) Page 17 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 manufacturers' standard colors, textures, and patterns for City Engineer's selection. Test and Repair Report When specified in the 'T'echnical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval_ otherwise, the related equipment will not be approved for use on the project. A -37 Amended °Arran ement and Charge for Water Furnished by the City" (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction Projects for Govexnment Entities The requirements of "Notice to Contractors -B" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) A -40 Amendment to Section B -s -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory (NOT USED) Pi,imiiig and he Mix paving eperat }ens must- not — be— eendueted —en— days — €eie whieh an esene aOvisery has been issued, emeept for repaixas. The-Gity Engineer will Ratify Gentraetev about ezene alert. if a delay sueh as this is , the day will nob be eounted as a wer-le daY and the Gentraetor will be A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. Section A - SP (Revised 12/15/04) Page 18 of 24 A -43 Amended Indemnification & Hold Harmless Under "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 hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 AS-Built_ Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (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 -45 Disposal of Highly Chlorinated water (7/5/00) (NOT USED) A -47 Pre - Construction Exploratory Excavations (7/5/00) (NOT USED) pipelines ef the - rejeet, Gentrcaeter shall - e��eavate ad -e �aesc eat the aeeurate lseata-1 - and - ventieal leeatieHa- a € -said PaEallel- pipelines - -at agg Feet Goiatraeter shall ti ffid submit it t; the City fer apprava-1 eleyatiens —ef the —tell eE eXiStiRg pipelines-. expleratery Heavations have been made in their entizeby, the I-eouits thereof reported be the Engineer and until G8fttraetOw 11seeives Rugineer's appreva! of port . 93T]:erat9L-y emea-ratiens shall-be paid lev en a !wV sum basis. Any pavement re _ter ��� A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc_, to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CP &L of his construction schedule with regard to said overhead lines_ Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 20 of 24 A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or .specifications, which are not discovered or reported by the Contractor discovered by reasonable diligence on the part of Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A -51 Contaminated Soil If, during the construction, an area is suspected of .a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse to this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On -Site Stockpiles: Excess material from excavation, whether non - contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run -on, runoff, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean soil berm covered with plastic around the perimeter_ The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor_ Section A - SP (Revised 12/15/04) Page 21 of 24 3. 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 be hauled off and disposed of by the Contractor at the designated disposal site. 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 up 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 soil will be transported by the Contractor to the J.C. Elliott Landfill following the City guidelines on special waste handling. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A -52 Revisions to the Standard Specifications The following standard specifications have been modified to fit the circumstances of this project. Section 021024 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 required in establishing the required slopes for the curb ramps and landings. Any over excavation of sidewalk areas shall require backfilling with select material and compaction. Labor, material, and 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 necessary. All labor, material, and equipment required for placing prime coat shall not be measured for pay but will be considered subsidiary to the work item "Reconstruct 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 Section 025809 Thermoplastic Striping All labor, material, and equipment required for placing thermoplastic striping will be considered subsidiary to the work item "Crosswalk Pavement Markings" and shall be measured for pay by the horizontal square foot. Section 028020 Erosion Control by Seeding All labor, material, and equipment required for erosion control by seeding shall not be measured for pay but will be considered subsidiary to the work items as required to restore grass growth at damage areas caused by construction and areas requiring backfill. Section 028300 Relocation of Fences This work is limited to relocating fences to allow the required clearance for curb ramp construction. Contractor shall remove and haul away the existing fence as shown in the plans and install a new fence instead of reusing existing fence material. All labor, material, and equipment required for removing and installing chain link fences shall be considered subsidiary to the work items "Remove Existing Chain Link Fence" and "Install New Chain Link Fence ", and measured and paid for per horizontal linear foot per each bid item. Construction of a new chain link fence shall be as per Section 028320 -- Chain Link Fence A -53 Geotechnical Investigation Report A Geotechnical Investigation was not preformed. Not Used. A -54 Stormwater Pollution Prevention Plan This Project falls under the category of Small Construction Activities" and will, therefore, not 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 the City at least two days prior to commencement of any construction activities. Contractor shall post a signed copy of the Construction Site Notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the Notice in that location until completion of the construction activity. Contractor shall adhere to the requirements of the Storm Water Pollution Prevent Plans as per the drawings and specifications contained in the Construction Documents. Section A - SP (Revised 12/15104) Page 23 of 24 SUBMITTAL TRANSMXTTAL FORM PROJECT: ADA COMPLIANCE CURB RAMP IMPROVMMTS PART `A' Spohn Memorial Hospital Area; PROJECT NO. 6294 E T 'D AND ISSUED FOR RE -BI AND ADA COMPLIANCE CURB RAMP IMPROVEMENTS —PART `B' Mary Grett Cunningham /Chula Vista School Areas; PROJECT MO. 6293 EVTSSD AND ISSUED FOR RE -BI OWNER: CITY OF CORPUS CHRISTI ENGINEER: MARTINEZ, GUY & MAYBTR, INC. f CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 24 of 24 ATTACHMENT I PROJECT SIGN DRAWING Fled Background PROJECT NAME Project Address VVbke Letters city of corpus Ctuisti Cammur ty Develomwd Block [rant Program White Background DePeAmert of Housing 8 Urban Development Black Letters CDBG tends: Total P ect Cost: Conbuoor. Archlb9a Blue Ba ftround . Address Address: White Letters Phone Number. Phone Number. Locate sign where it is most visible to the public. Sign is Made from a 4' x 81 sheet of 3f4" plywood. ATTACHMENT H CITY OF CORPUS CHRISTI GENERATOR'S WASTE PROFILE SHEET CITY OF CORPUS CHRISTI - GENERATOR'S WASTE PROFILE SHEET INSTRUCTIONS The information contained in these instructions may be used to determine the acceplability of waste intended for C. Elliott Municipal Landfdl. This information is strictly confidential and will only be used as an internal tool to � er it compliance with the Texas Natural Resource Conservation Commission. The lorry mast be tip ed ut in is enti 1rt PART A 1: GENERATOR NAME -- Enter the name of the facility where the waste is generated. - 2. FACILITY ADDRESS- Enter the street address (Not the P. O. Box) where the waste is generated 3. GENERATOR CITYISTATE - Enter the city and state of the site where the waste is generated. 4. ZIP CODE - Enter the genaa&Ws zip code S. GENERATOR USEPA ID - Enter the generator's idend&aiion number issued by the USEPA, if applicable. 6.. GENERATOR STATE ID - Eater the generator's identification number issued by the State, if applicable; 7. TECHNICAL CONTACT -- Enter the name ofthe person who can answer technical questions about the waste, S. PHONE - Enter the telephone cumber of the person who can answer technical questions about the waste. • PART -i3 1. NAME OF WASTE -• Enter the name of the wastg (e.g. putrescible, construction/demolition debris, contaminated soil, ate.) 2 PROCESS GENERATING WASTE - List the specific process or operation that generates the waste. (e.g, municipal refuse, utanufacWW& City construction project, etc.) 3. ANNUAL AMOUNTS - Enter the amount ofwaste that will generated and transported annually. (Use cubic yards. gallons„ tons) 4. WASTE TYPE - Based upon the apadtcd definition found in State of Texas Municil►ai Solid Waste Law, indicate ifthe waste .type qualifies as a special waste. S. SPECIAL, HANDLING INSTRUCTIONSANFORMATION - For all wastes, describe any special handling requirements and URY additional information applicable to its disposal. DEFINITION OF SPECIAL WASfE- According to TAC 30: Special Waste -- Aay solid waste or combination of solid wastes that because of its quantity, concentration, physical or chemical charactcristic4 or biologicx! properties requites special handling and disposal to protect the human health or the environment. If unptOPerly handled, transported, gored. processed.or disposed of or otbexwiw managed, it may pose a present or potential danger to the human health or the eavironment. Special wastes tar: A• Haz Udous wastes from conditionally exempt small - quantity generators that may be exempt from foil conmIs under SS33SA01 335.+112 of this title (relating to Household Materials *Wch Couid Be Classified As Hazardous Waste); S. Class I industrial nonhazardous waste not rtxdiQely collected with municipal solid waste; G Special waste frum hC01 t- cue-repated Scigdes (refets to certain item of Medical wow); D. Municipal wasuwma nealrmew plant sludge. other types of domestic sewage treatment plant sludg% and wale- suppiy tt+tatrment plant sludge; 1- Septic taupe pu pimp. F. Gmw and part trap wastes; G. Wastes from con una+ci d or industrial wastewater treatment plants; aw polbluom Comm, facilkw$ XW tanks, drum% or containers used for slopping or staring any material that has been listed as a hazardous constituent in 40 CFR, Part 261. . Appendix VD but has not been listed as a commercial chemical product in 40 CM 5261.33 (e) or (fl; >L 5letrghtcdwusc wanes; Dings, contaminated foods, or contaminated beverages. other than those contained in motunal bousehoid waste; K. Pesticide (insecticide, herbicide, fungicide, or todenticide) containers; L. Discarded aaterials containing asbestos. bL lncirtarator ash; 16 N. Sail contaminated by petroleum products, crudeoils, or chemicals; O. Used oil; P. LJ& ballasts and/or small capacitors containing polychlorinated biphenyl (PCB) compounds; Q. Waste from oil, gas; and geothermal activities subject to regulation by the Railroad Commission of Texas when those waste art to be processed, treated, or disposed of at a solid waste facility pamitt4d under this chapter, R. Waste generated outside the bmudm ies of Texas that contains: L Any industrial waste; AL Any waste associated with oil, gas, and geothermal exploration, production. or development activities; or 9L Any item listed as a specie{ waste in this paragraph; S. Any waste stream oilpx than hoascltold or comm=iai garbage, refuse, or rubbish; T. lead acid. storage battaim; and _.. _ ... U. Used -oil fiitas from internal combustion engines. 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE -- incidental quantities of special waste that do not materially change th physical or chemical identity of the load or make it hazardous waste mast be identified by type and amount. PART C I. METHOD OF SHIPMENT -- indicate the at>ticipated method of shipment by checking the appropriate box. 2. SUPPLEMENTAL SHIPPING INFORMATION— Enter any additional shipping information. 3. REPORTABLE QUANTITY— Enter the pounds, Cubic Yards, gallons, etc. of TOTAL waste for disposal. PART D TECHNICAL MANAGER DECISION — [To -be completed by the City of Corpus Christi] PART E PHYSICAL CHARACTERISTICS OF WASTE {Fill out from the analytical laboratory analysis; then also include copy of the laboratory analysis shecbl I. COLOR — Dcscn-be the appearance of the waste (e-g.. green. transparem varies). 2. ODOR — 22110 SEdl The Waste If the waste has a known incideaW odor. then describe it (u8•, aQA pungent, solvem sweet). 3. PHYSICAL STATE — Cbt& the applicable box, if "OTHER" enter a descriptive phrase in the space provided. 4. LAYERS — Check all applicable boxes. Multi - layered means more than two layers (e.g.. oil/water or solvent/sludge). Sing phased mdeaas the waste is homogenous. S. SPECIFIC GRAVITY — Indicate the range. The specific gmvity of water is 1.0, most organics are less than I.O. Most inorganics arc ptater than I.O. 6. FREE LIQUIDS — Check " YES" if liquid is usually present when packaging for shipment and estimate the petcsut of liquic volume. Check "NO" if there are no fret liquids as determined by the Paint Filter Test or direct observation. 7. pH — Indicate for liquid portions of the waste. Check the appropriate bones. wbkh cover tht pH of the waste. Use the "RANGE" space if appropriate. For solid or organic liquid wastes, indicate the pH of a 101A aquenous solution ofthe wash applicable. Check "NA" for son-water soluble materials. 8. FLASH POINT -- Indicate the flash point obtained using the ajWopriate testing method. PART F CHEMICAL COMPOSMON List all organcc actor inorganic components of the waste using special chemical names. If trade taames tare used. attach Material Safety Data Sheet or other documents that adequately describe the composition of the wtusta. For tack componenrt, estimate tbt ra=ge (in puteats) in whicb the component is pmcnt. In addition, itt&= whethw my ToxWeyy Atmactetisti Leaching Procedure (TCLP) constituents are present in the waste'. The total_ of the maximum values of the components mu: be greater than or equal to 100 % iucluding water, earth etc. PART C - FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State: TEXAS Construction Type: HEAVY County(ies): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06/13/2003 COUNTY(ies): NUECES SAN PATRICIO SUTX2052A 12/01/1987 Rates Fringes CARPENTERS (Excluding Form Setting) $ 9.05 CONCRETE FINISHER 7.56 ELECTRICIAN 13.37 2.58 LABORERS: Common 5.69 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 incidental. ---------------------------------------------------------- - - - - -- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ----------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination http:// www. wdol. gov /wdol/scafiles /davisbacon/tx39.dvb 8/17/2006 Page 2 of 2 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFA Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue_ 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4_) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION n �fln• Ilixn�nxr _1A^1 A —U 011.7 / ,)nn,: R E E M E N T THE STATE OF TEXAS COUNTY OF NUE CE S THIS AGREEMENT is entered into this 27TH day of MARCH, 200 7 , by and between the CITY OF CORPUS CHRISTI of the County of e es, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and A . Ortiz Construction avian , Inc. termed in the Contract Documents as Contractor," upon these terms, performable in Nueces County. Texas: In consideration of the payment of $157,0.07.00 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 IMPROVEMENTS PART ' B MARY GRETT CUNNINGHAM/ CHULA V1 STA SCHOOL AREAS PROJECT NO. 6293 (BASE BID IB' : $157,007.00) 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 Con t r c t Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, in luding all maps, plants, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of ADA COMPLIANCE - CURB RAMP IMPRD PART "B"-MARY GRRTT CONKING AWCAA VISTA SCHOOL AREA WISED AND ISSUED FOR RR -BI BASE BID PROPOSAL FORM Page 3 of 8 PART 'B'-MARY I TT CU I HM VISTA SCHOOL AREAS CURB RAMP 3:14PROVMONTS r XXX IV V TD T UNIT PRICE DID ITIM EXTENSION UN T DESCRIPTION IN FI J R (QTY X UN T PRXCZ IN ORES Bi 1 LS Mobilization /Demobilization, complete in L � � � 0 0 place per �. _Q * If 42 1 LS Traffic Control, complete in lace L r P p er F3 559 LF Sawcut existing asphalt pavement, complete in place � (o-7`1. per LF 244 LF Sa rcut existing concrete sidewalk /curb, complete in place per LF, 6 .�5 3383 SF Remove existing sidewalk, complete in place 401 LF Remove existing curb gutter, complete in place per ' 0 4 LF y 200 Sy Remove existing asphalt pavement surface complete In place per S 8 834 SF ADA Curb Ramps with pagers, ■ ". � complete 1n place Per SF 200 SY Reconstruct asphalt pavement surface, complete in place Do 0 (do per SY 0 621 SF 50 thick rein f. concrete transition 2 t -7 sidewalk complete � in place per SF PROPOSAL FORM Page 3 of 8 ADA COMPLIANCE - CURB RAMP IMpRCvEbE1 T PART %B"-MARY GRETT CUN TINGHAM TA SCHOOL AREA PVISED AND I SUES FOR RE - B I BASE BID PROPOSAL FORM Page 4 of PAST ' B' -X&R ` c RETT CUNNINGHAM/ VISTA SCHOOL AREAS CURB RAMP IMPROVEMENTS XX III IV v 1D QTR UNIT PRICE BID ITS EXT N ION r UNIT D S RIPTI N IN FIGURES X UNIT PRICE IN FIGURES) 11 2384 SF 8" thick reinf. concrete sidewalk, complete in place per SF- .12 720 LF Type "A" header curb, " max. height, complete in lace boot per LF �13 218 LF Curb gutter section,, Complete in place per LF KAA 137 LF Special gutter a tlon front o curb l , sf 6� -� ramps, Cod! to � In place per LF 318 1 LS Stormwater Pollution Prevention Plan Measures, 10 complete in place per LS � } � 16 1 LS Restoring Site including all required seeding, complete In place per LS AF 17 2 EA Remove existing tree, � complete In tip place per .�, 8 318 LF Remove chain link fence, r7 complete in place per LF t7t) X19 sta►l new charm lin} fence, complete in place per 750% OD LF PROPOSAL FORM Page 4 of t ADA L T %NC - CURS RAMP IMpR0VZWMS PART % B'F -- MARY GRIETT CUNNING11"P211ETYA VISTA SCKOOL AR13A �IKVXSED AND ISSUED FOR RE-BLq BASE BID PART %B#-MARY GR TT CUNNINGHAM/ CHULA VISTA SCHOOL AREAS CURB RAMP 1NPR0VM9=S xx III QTY r i UN1T DESCRIPTION 14 LF Curb transition section 0 curia ramps, complete in place per L :B21 1 EA Relocate traffic stop sign, complete in place per EA B22 329 SF Crosswalk paring markings, complete in place per SF B2 .1 LS I Miscellaneous Street Sidewalk Repair Allowance, complete in place per L =V V UNIT PRIC3 BID ITSN EXTENSION IN 1CiGIIiiSS (QTY X UNIT PRIG IN pIG{IIR88) rM 5o•(% 10100 I $ 3 108000.00 1 10,000.00 SUBTOTAL EASE DID PART W � MARY GRETT C NN XOKAX/ALA VISTA SCHOOL AREAS CURB RAMP IMPROVEMENTS (Includes Base Did Item 81 through PROPOSAL FORM Page 5 of 8 $, 15r7, oorl, 60 -=;=� The Contractor will commence work within ten 1 calendar days from date they receive written work order and will complete same within .85 CALENDAR 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 accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, 'texas on the plate shown above. ATTEST: City Secretary APPRO A T GAL FORM: B 4, Asst, Ulty Attorney ATTEST; (If Corporation) deal Below (Note: Xf Person signing for corpora t on -is not President,' attach copy of authorization to sign) C1,Y of CORPUS CHRISTI By: Ronald F. Masseur, Asst. City Mg of Public corks and Utilities By. t4 7 Angel Escobar, P.E. 01 Direr lr of Engineering Services CONTRACTOR A-Qrtiz Construction Paving, Inc.- Title: 102 AIRPORT ROAD (Address) CORPUS C RISTT f TEL (City) (State) (ZIP) 361/882 -2122 * 361/883 -4188 (Phone) (Fax) Agreement Page 2 of 2 0 /0 MNCH rev I strt�. }.,�� i P R O P O S A L F 0 R I O ADA COMPLIANCli CURB RAMP IMPROVEMM*TTS PART B MARY GRLFTT CUNlqIlqGHAM/ CHULA VISTA SCHOOL AREAS PROJECT NO. 6293 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM Page 1 of 8 R o o S A Place: Date: `Z . __67 Proposal of Ums k(4, 4___1 AULO a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as T: The City of corpus Christi, Texas 'e tle en The undersigned hereby proposes to furnish all labor and ialterial , tools, and necessary equipment, and to perform the work required for A A COMPLIANCE CUR RAMS' IMpROVEMENTS PAR'S ` • MARY RETT UN Il ' H / HU A VISTA SCHOOL AREAS PROJECT NO. 6 2 at the locations set out by the plans and specifications and in strict .cordane with the contract documents for the following ricer t- it - PROPOSAL FORM Page 2 of A A COMPLIANCE - CURB RAMP IMPROVEMF= S PAR'S "B11-MARY ERR T CUNNI + OR M VISTA SCHOOL AREA KOISED AM ISSUW R RE -B BASS BID FART "B"-MARY RETT C II RM VISTA SCHOOL AREAS CURB RAMP IMPROVEMENTS r r PROPOSAL FORM Page QTY IV UN T PRICE V DID ITZK XXTZNSION ilD Of UN T DESCRIPTION IN FIGURES (QTY X UNIT RICZ IN GVRE B1 1 LS Mobilization /Demobilization, complete in LS o6 0 5.0 0 0• C) 0 place per "a B2 1 LS Traffic Control, complete in f pace per-LS 13 559 L1 awcut. existing asphalt- pavement, complete in place per LF 14 244 LF Sawcut existing concrete sidewalk /curb, complete in place per LF o oq?., 66 is 3383 SF Remove existing sidewalk, • D compete �n place per SF 401 LF Remove existing curb . gutter, co lete in .ace per L B7 200 Remove existing asphalt ' pavement surface, complete in place per SY . SF ADA Curb Pumps with pavers, 3(o, complete in place per SF 200 Reconstruct asphalt pavement surface complete in place 000 per SY 0 621 SF " thick rein f. concrete transition sidewalk complete $� in place per SP PROPOSAL FORM Page ADA COMPLIANCE - CURB RAMP IMPROVEMENTS PART ` B • -MARY GRETT CUNNIN AM /CMDLA v S A SCHOOL AREA KEVISE'D AND ISSUED FOR RR -BI BASE BID PROPOSAL FORM Page 4 of PART 'B'-MARY RETT CUNNINGHAM/ CHULA VISTA SCHOOL ARRAS CURB RAMP JMPRO I III v BID QTY UNIT PRICE BID XTZK E TKUSION 'SCI UMT DESCRIPTION IN FIGURES (QTY E UNIT PRICE IN FIGS) 311 2384 F think reinf. concrete sidewalk, complete in place per SF -12 720 LF Type "A" header curb, 60 max, height, complete in place ��'� � � , per LF 13 218 LF Curb & gutter section., complete in place per IMF 2 s- 14 137 LF Special gutter section @ front of curb ramps, complete in place per LF* 11 I tornnwate Pollution Prevention Plan Measures, complete in ace per L p � r 5 116 1 LS Restoring Site including all '1500,Q) required seeding, complete in to- place per L L'7 2 FA Remove existing tree, � 000, 00 complete In lace -1 318 F' Remove chain link fence, complete , place per LF` T U& 319 275 LF Install chain link fence, complete in place per LF PROPOSAL FORM Page 4 of ADA C MPLTANCE i CURB RAMP IMpROVEMZNTS PART 'B' -GARY GRETT UN1 ING AM VISTA SCHOOL ARBA �19VISWAND ISSUED FOR R -B BASE BID PART ' B' -MARY GRETT CUN1qIKGKAM1 HULA VISTA SCHOOL AREAS CURB RAMP IMpROVEMENTS =V V UNIT pRIC3 BID ITSK EXTENSION IiT pIGOR$S I (QTY Y UN PRZCS IN tI(;IIR88) 5, an I -� a" S so.Op 100 � sue, a `f o • Oo 10,000.00 1 $ 10,000.00 SUBTOTAL BASS BID DART • ' - M"y GR TT CUNKINGHM/CMyLA VX TA SCHOOL AREAS CURB RAMP I ROVSNRUTS (Includes Baae Bid Ito= Bi through B 3 PROPOSAL FORM Page of 5 15`7, O0�I• DU BID QTY rEM UNIT DESCRIPTION BB 270 14 LF Curb transition gutter section @ curb ramps, complete in place per LF 1 1 EA Relocate traffic stop sign, complete in place per EA 1.322 329 F Crosswalk a in markings, complete in place per SF 323 _1 LS Miscellaneous Street Sidewalk Repair Allowance, complete In place per L =V V UNIT pRIC3 BID ITSK EXTENSION IiT pIGOR$S I (QTY Y UN PRZCS IN tI(;IIR88) 5, an I -� a" S so.Op 100 � sue, a `f o • Oo 10,000.00 1 $ 10,000.00 SUBTOTAL BASS BID DART • ' - M"y GR TT CUNKINGHM/CMyLA VX TA SCHOOL AREAS CURB RAMP I ROVSNRUTS (Includes Baae Bid Ito= Bi through B 3 PROPOSAL FORM Page of 5 15`7, O0�I• DU The undersigned hereby declares that he has visited the site .�d has carefully examined the lans loc�.xt�tents r , specifications and contract elating to the work covered by his bid or representati P E R F O R M A N C E B O N D BOND ND, PRF22 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NUEES THAT A.Ortiz Construction & Pavia Inc. of NUECES County, Texas, hereinafter called "Principal",, and FTDELITY &-DJEPQSIT CO F MAR L ND a corporation organized under the laws of the State of MARYLAND , and duly authorized to do lousiness in the State of Texas, hereinafter* called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces Counter, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED FIFTY- BEVEL THOUSAND, SEVEN AND 00/100($157,007.00) DOLLARS, lawful money of the United States, to paid in Nueees County, Texas, for the payment of which sum well and truly to made we bind ourselves, our heirs, executors, administrators and successors, jointly a nd severally, firmly by these resents *COLONIAL AMERICAN CASUALTY & SURETY COD THE CONDITION OF THIS OBLIGATION IS SUCH THAT; Whereas, the principal entered into a certain contract with the City of Corpus Christi, darted the ' 27T f MARC , 20 07 , a copy of which is hereto attached and made at part hereof, for the construction f; ADA COMPLIANCE CURB RAMP IMPROVEMENTS PART "B" MARY GRE T CUNNINGHAM/ C HULA VISTA SCHOOL AREAS PROJECT NO. 6293 . (BASE BID 'B' : $157fOO7.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one 1 year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nue es County, Texas, And that said surety for value received hereby stipulates that no chance, extension of time, alteration or addition to the terns of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such chance, extension of time, alteration or addition to the terms of the Contract, or to the work to e performed thereunder, Performance Bond Page 1 of This bored is given to meet the requirements of Article 5160, Vernon's Civil statutes of Texas, and other applicable statutes of the state of Texas. The undersigned agent is hereby designated by the Buret herein as the Agent Resident t in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided b y Art. 7.19-1, Vernon's Texas Insurance Code. IN WETNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed are original, this the 5TH of ApjgTT, , 20__ . PRINCIPAL By: W&KG 1) t) t-h Z, (Print Name & Title) ATTEST Se retary (Print Dame) SURETY i r - FIDELITY DEPOSIT COMPANY MARYLAND Off' r CDC N A MERICAN CASUALTY & SURETY CO. " • Attorney-J-5�/fact - MARY ELLEN MOORE .t (Print Name) The Resident Agent of the Surety in Nueces County, c r . for de2lirezy of notice and se ice of process s:f Contact eo de P . . BOA Phone Number: (NOTE: Date of Performance Bona must not be prior to date of contract) Revised 9102) Performance Bond Page 2 of A Y M E N T B 0 N BOND NO. PRP08822880 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NC ECES S THAT A.Ortiz Construction Paving, Inc, of NUECES County, Texas, hereinafter called "Principal", and-FTDRT.TTY & DEPQSIT CO OF MARYLAND a corporation organized under the las -- w the State Of MARYLAND and duly authorized to do business in the state of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, fixes and corporations supplying labor and Materials in prosecution of the work referred to in the attached contract, in the penal sung of ONE HUNDRED FIFTY-SEVEN THONG , PEVEN AND 1 00 ($157,007. DOLLARS,. lawful money of the United states, to be paid in Nueces County, Texas, for the payment of which sure well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents COLONIAL AMERICAN CASUALTY SURETY CC. THE CO 1 DIT ? F TK OEL ATION ' S SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 27TH day MARCH , 2 , a copy of which is hereto attached and made a part hereof, for the construction of: ADD COMPLIANCE CURB RAMP IMPROVEMENTS PART %B1 MARY GRETT CUNNINGHAM CHULA VISTA SCHOOL AREAS PROTECT NO. BASE BID AB': $157,007.00) NOW, THEREFORE, if the principal shall faithfully perform it duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect, PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of tire, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying ring the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such chance, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Band Page 1 of 2 DEFINITIONS a. "Board Membee". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi Texas. ba "Employee ". Any person employed bY the City of Corpus Christi, Texas either on a full or part time basis, but not as an Independent contractor. c. "Firm ". Any entity operated for economic gain, whether professional, Industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated In the form of sole proprietorslnl , as se - m to e d person, partnershit corporation, Joint stock company, � oint venture, rec eshlp or trust and entities which, for purpose of taxation, are treated as non - profit organizations. d. "Offlcial,% The Mayor, members of the City Council, City. Manager, Deputy City Manager, Assistant City Managers, De arbrnent and Division Meads and City Municipal Corpus Christi, Texas. e. "Ownership Interest ". Legal or equitable Interest, whether actually or constructively hold, in a firm, Including when such Interest is held through an agent, trust, estate or holding entity. "constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant'. Any person or firm,, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM Page 8of Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND D COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,, corporations of the S ar l nd, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u 135 Article X11, Section 2, of the By-Laws of said Companies, which are set forth on the reverse r � ' ied to be in full force and effect on the date hereof, does hereby nominate, consti 0 en MOORE, R. M. LEE, Diann EISENHAUER, Michael A. VM VD 0 us Christi, 'Texas, EACH its true and lawful agent and Attorney-in- r, and on its behalf as surety, and as its acct and deed: any and all ho S s ehalf of Independent Executors, Community Survivors and Co ef ° a i n of such bonds or undertakings in pursuance of these presents, shall be as binding I and amply, to all intents and purposes, as if they had been duly executed and acknowledged b I cted officers of the Company at its office in Baltimore, Md., in their own proper persons. This power mey revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHUER, 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 true copy of Article VI, Section 2, of the -Laws of said Companies, 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 CASUALTY AND SURETY COMPANY, this 13th day of October, A.D.2003. ATTEST: � UP�� fit, BEAD. AO State of Maryland City of Baltimore FIDELITY AND DEPOSIT COMPANY of MARYLAND OLONIAL AMERICA ASUALTY AND S RETY COMPANY BY . Smith Assistant Secretary 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 FIDELITY 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 any hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary ubl My Commission Expires: February 1, 2009 P -F 168-9883 o D Fidelity and Deposit Company of Maryland tr Home Offtce: P.O. Box 1227, Baltimore, MD 21203 -1227 3' IMPORTANT NOTICE To obtain information ormake a complaint: You may earl the Fidelity and Deposit Company 1arr�ard, olot American Casualty and Sr ora, and/or Zurich American � �apr � toll-free eke number information ation or to make a complaint at: for 1-800-654-5155 You may contact the Texas Department o. I uxanc to obtain informati on or n core r�� coverages, rights, or complaints at 1- 800 - 252 -3439 You may write -the Texas Department of Insurance: P-0,, 149104 Austin, TX 78714 -9104 ik (512)4754771 'ISPUTES., Should you a dispute orrin the premium or fir, � �c��d .frst contact Fidelity and ,opt far of Maryland Or Colonial Arnr�cut Casualty nd Slir-t Company. If the dispute i not resolved, u may onf apt t T � �. rtmen o [ns rculce. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information r� bcorc art cr�i #i �� end o on o� the attached document. Disclosure Statement ZURICH Commercial Bonds - BC ZURICH AGENTIBROKER COMPENSATION DISCLOSURE Dear 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 wart you to understand clearly our business relationship with the agent or broker you chose to represent your company'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 agents or brokers. This means that your agent or broker is not employed by Zurich and, in fact, may represent many insurance 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 other insurers, when Zurich compensates your agent or broker, they 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://www.zurichna.com. Click on the information link located on the AgentlBroker Compensation Disclosure section. Where appropriate, insert the Access Code provided below, and you will be able to view this informaUon. Alternatively, you may call (877) 347-6465 to obtain this type of information. Thank you. Access Code: 201 607444 U4R-E-40- A rD Page 1 of I CERTIFICATE OF LIABILITY INSURANCE ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR t - . AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. ODUCER P THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION T YPE OF INSURANCE ONL Y AND CON NERS NO RIGHTS UPON THE CERTIFICATE iSwantner ord n Ins. Agay-CC HOLDER. EF . FLITS CERTIFICATE }DES NOT AMEND, EXTEND OR P. 0. Box 870 ALTER THE COVERAGE AFFORDED S THE POLICIES BELOW. Corpus Christi TX 78403 -0870 GENERAL LIABILITY Phone.-361-883-1711 ]Fax : 61- 84 4 - 0101 INSURERS AFFORDING COVERAGE LAIC INSURED INSURER A: Republic nderwriters Ins Corpus Christi TX 78469-9277 INSURER B' Southern Insurance o TXP 64 8 8 Vol,, Ortiz Construction r� air Inc. INSURER D: PREMISES (Ea occurenca ) 102 Al ort Road orusrEisti TX 7840 INSURER D: 51000 INSURER E: $1,000f000 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_ NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. IPOLICIES. LTR NSRC T YPE OF INSURANCE POLICY NUMBER DATE MWDDIYY PDLTE MWDD LIMIT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL r GENERAL LIABILITY P. 0. EACH O CURRENCE i f O O r O O O A Corpus Christi TX 78469-9277 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR TXP 64 8 8 Vol,, 10/29/06 10/29/07 wee, PREMISES (Ea occurenca ) $ 10 MED EXP (Any one person) 51000 PERSONAL & ADV INJURY $1,000f000 GENERAL AGGREGATE IC2,000,000 CEN'L AGGREGATE LIMIT APPLIES PER: PRODUCT - COMP /OP AGO s2p0001000 POLICY PRO LOC JET B AUTOMOBILE LIABILITY � AIRY AUTO BAP 4 4 9 10/29/06 10/29/07 COMBINED SINGLE LIMIT (Ea ecddent) 3110001000 SODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS V000" X HIRED AUTOS NON- OWNED AUTOS BODILY IIV,iI.IRIf (Per accident) & PROPERTY DAMAGE (Per accident) RAGE LIABILITY AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY* AGO & ANY AUTO EXCES 1UMBRELLA LIABILITY EACH OC URRENCE 010,0001000 A X OCCUR CLAIMS MADE X5648250 10/29/06 10/29/07 AGGREGATE 1, 000, 000 DEDUCTIBLE V RETENTION $10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PRI :'RIETDRfPARTNERIE}CEOUTIIiE TOF�11 LIMITS ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE OFFICER/MEMBER EXCLUDED? If yes, desribe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT OTHER DESCI IPTION OF OPERATIONS 1 LOCATIONS l VEHICLES l (EXCLUSIONS ADDED BY ENDORSEMENT l SPECIAL PROVISIONS Project: ADA Compliance Curb Ramp Improvements Part B - Mary ett VOOOO Cunningham/Chula Vista School Areas — Project No. See Attached Addendum CERTIFICATE HOLDER CANCELLATION At;UKU 25 J UU#IIUU) 0 A ORD CORPORATION 19SIS I — SHOULD ANY OF THE ABOVE D ESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATIIDN City of orpus Christi DATE THEREOF, THE ISSUING INSURER VALL ENDEAVOR TO MAIL 10 DAYS WRITTEN Dept of Engineering Services NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn : Contract Administrator P. 0. Box 9277 IMPOSE NO DELI ATtON OIL LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Corpus Christi TX 78469-9277 REPRESENT TIE . AU ORMED RE ENT E At;UKU 25 J UU#IIUU) 0 A ORD CORPORATION 19SIS IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the p li ies rust be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers, authorized representative or producer, and the certificate holder} nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AD 25 (2001108) ACORV, CERTIFICATE OF LIABILITY INSURANCE CSR RT DATE IrA MID O r ) ofttiz-9 7 PRODUCER THIS CERTIFICATE IS ISSUED AS A NATTER OF INFORMATION PROPERTY DAMAGE ONLY AND CONFERS HC RIGHTS UPON THE CERTIFICATE w ntner & Gordon Ins. Agcy-CC FOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . Corpus Christi TX 78483 -0870 GARAGE LIABILITY Phone : 361 -883 -1'711 Fax : 361 - 844 -8101 INSURERS AFFORDING VE A E I I I INSURED INSURED A' American Horne Assurance Co. EA ACC OTHER THAN INSURER }B+: INSURER C AUTO ONLY: AGG A. Ortiz Construction Company 102 Ai ort Road Corpus thri s ti TX 78405 INSURER D: EACH OCCURRENCE INSPIRER E- OCCUR F ] MADE THE POLICIES OF INSURANCE LISTEO BELO W HAVE BEEN! ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_ NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI'T'H RF -SPECT TO WHICH THIS CERTIFICATE MAY i3E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES_ AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR N R TYPE OF INSLI RANCE 'POLICY NUMBER DAYS MWDDfY DATE II MIDDIYY LIMITS GENERAL LIABILITY EACH OCCURRENCE COMMERCIAL OEIVERA L LIABILITY PREMISES (Ea occurence) CLAIMS MADE OCCUR MED EXP (Any one person) $ PERS NAL & ADV INJURY S OEN'L AGGREGATE LIMIT APPLIES PER_ 1 I JE PRO- POLICY LC AUTOMOBILE LABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON - OWNED AUTOS GENERAL AGGREGATE PRODUCTS - COMPIGP AOC COMBINED SINGLE LIMIT (Ea aident) BODILY INJURY $ (Per parson) BODILY INJURY � {Per accident} DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: A A Compliance Curb Ramp Improvements Part B - Mary Grett Cunningham /Chula vista School Areas - Project loo, 6293 Workers Compensation provides coverage for Propr'iet /Owner . v CERTIFICATE HOLDER IOC -CC City of Corpus Christi Engineering Services Attn: Contract ct Administrator P. O. Box 9277 Corpus Christi TX 78469 -9277 A CRD 25 (2007108) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE HE ��LPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR T MAIL 3 DAYS RI;TTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SC SMALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU c7n ORIZED RE � r E !! - COD CO RPORATION 1988 PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO EA ACC OTHER THAN $ AUTO ONLY: AGG 5 EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE OCCUR F ] MADE AGGREGATE $ DEDUCTIBLE $ RETENTION WORKERS COMPENSATION AND �"� TORY L�ATU- ER $' A C3 87 :t1'I�ER1E}�ECLkTI1lE 11/19/06 11/19/07 7 E.L. EACH ACCIDENT 000 ANY PROP TOR/LIT�f ANY PI�PFt1ETORIPAI CFFICERIMEMBER EXCLUDED? ► If yes, describe under E.L_ DISEASE - EA EMPLOYEE $500100 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: A A Compliance Curb Ramp Improvements Part B - Mary Grett Cunningham /Chula vista School Areas - Project loo, 6293 Workers Compensation provides coverage for Propr'iet /Owner . v CERTIFICATE HOLDER IOC -CC City of Corpus Christi Engineering Services Attn: Contract ct Administrator P. O. Box 9277 Corpus Christi TX 78469 -9277 A CRD 25 (2007108) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE HE ��LPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR T MAIL 3 DAYS RI;TTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SC SMALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU c7n ORIZED RE � r E !! - COD CO RPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL AL I SU EI , the p lic ies rust be endorsed. A statement on this Certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and Conditions of the policy, Certain policies may require an endorsement. A statement on this certificate does not Confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this foram does not constitute a Contract between the issuing insurer(s), authorized representative or producer, and the Certificate holder, nor does it affirmatively or negatively amend, extend r alter the coverage afforded by the policies listed thereon. AC RED 2 (2001108) r . COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLIO'' - PLEASE READ IT CAREFULLY ✓ ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Marne of Person or organization. City Of Corpus Christi Department of Engineering Services Attu: Contract Administrator P. 0. Boer 9277 Corpus Christi, Texas 78469 -9277 (If n entry appears above, information required to complete this endorsement will he shown in the Declaration as applicable to this endorsement.) WHO I8 AN INSURED (Section I1 ) is amended to include as an insured the person or organization shorn in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Named Insured; A. Ortiz Construction & Paving, Inc. Policy Number: TXP5648248 V Effective Date of This 507 Endorsement: Authorized Representative: Ace's -.,Cj "o Marne (Printed): R. M. Lee Title (Printed).- Mana in Partner ATTACHMENT 2 GL 20 10 11 85 1 of 2 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE Cov RAG FORM TRUCKERS COVERAGE FORM t 1 W TE 99 01 This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Poliev Number 417107 BAP5648249 Darned Insured A. Ortiz Construction & Paving, Inc. Co ntersi n 7yV (Authorized representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi ]dept. Of Engineering Services Attn: Contract Administrator P. 0. 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 whore Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall he paid to you. You are authorized to act for the additional insured in all natters pertaining to this insurance, We will mail the additional insured notice of any cancellation of this policy. if the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01 B - ADDITIONAL INSURED Teas Standard Automobile Endorsement Prescribed by March 19, x.992 ATTACHMENT 2 2 of L i t 1 i COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT of v' CANC LLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILRQAD PROTECTIVE LIABILITY COVERAGE FART In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, we agree to marl prior written nonce of cancellation or material change to; City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice; THIRTY (3 0) Named Insured: A. Ortiz Construction � Paving, Inc. V/ Policy Number: TXP5648248 1% Effective Date of This Endorsement: Authorized Representative: Marne (Printed): R. M. Lee Title (Printed): Mana i 0 nE Partner 4/5/07 ATTACHMENT 3 CG0205 (11185) 1 OF 3 t � ■ t TE 02 0A / CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 4/5/07 BAP5648249 Named Insured A. Ortiz Construction & Paving, Inc. Countersigned by (Authorized Representative) THIRTY days before this policy is canceled or materially changed to reduce or restrict coverage we will rail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi, TX 78469 ;9277 Authorized Representative: f. Tare (Printed): Title (Printed): R. ICI. free .MpaEing Partner FORM TE 02 CANCELLATION PROVISION OR COVERAGE CHANGE 02A - ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 20F3 a 4 ■ 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY WC 42 06 01 INSURANCE POLICY (ED, 7-85) TEXAS NOTICE of MATERIAL CHANGE N] o S I I T 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 nail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule I , Number of days advance notice: 30 2. Notice will be mailed to: City of Corpus Christi Department of n ineering Services Attn: Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is effective on the slate issued unless otherwise stated, (The information below is rewired only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 415107 Policy No. WC3360752 Insured A. Ortiz Construction Company Insurance Company American Horne Countersigned Assurance B y: WC420601 Marne (Printed): Endorsement No, Premium $n/a f R. M. (Ed. 7- Title (Printed): Managing Partner