Loading...
HomeMy WebLinkAboutC2009-033 - 1/13/2009 - Approved2009-033 M2009-002 01/13/09 Mid-America Golf & Landscape S P E C I A L P R O V I S I O N S .. S P E C I F I CAT I O N S A N D F O R M S O F C O N T RAC T S A N D B O N D S F O R GOLF COURSE IMPROVEMENTS (EXISTING COURSES) OSO BEACH IRRIGATION IMPROVEMBNT3 PROJECT NO. 3397 Bryant Taylor Gordon Golf Irrigaticn and Design Consulting 191 Cabrillo Street Costa Mesa, CA 92627 _&_ 427 Union Chapel Rd. Cedar Creek, TX 78612 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, 'TEXAS Phone: 361/A80-3500 Fax: 361/880-3501 (~s~ROJECT NO: 3397 _, i LRAWSNG PTO: CP 168 S P E C I A L P R O V I S I O N S S P E C I F I CAT I O N S A N D F O R M S O F C O N T RAC T S A N D B O N D S F O R GOLF COURSE IMPROVEMSNT3 (EXISTING COURSES) OSO BEACH IRRIGATION IMPROVEMENTS PROJECT NO. 3397 Bryant Taylor Gordon Golf Irrigation and Design Consulting 191 Cabrillo Street Costa Mesa, CA 92627 &- 427 Union Chapel Rd. Cedar Creek, TX 78612 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: 3397 ~ .. DRAWING NO: CP 166 (Revised 7/5/00) GOLF COORSB INPROVBMENT3 - (8%ISTING COIIRSBS) - OSO SBACH IRRIGATION INPROVSNSNTS CITY PROSBCT NO. 3397 Table of Coaltents NOTICE TO BIDDERS (Revised ~/s/o o) NOTICE TO CONTRACTORS - A (Revised May 2006) Insurance Requirements NOTICE TO CONTRACTORS - 8 (Revised 7/5/00) Worker's Compensation Coverage For suilding or Construction Projects For Government Entities PART A - 9P8CIAL 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 ~/s/oo) 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_~^! RialA nffira Nnt Used A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification - A_9t Drn~iarY si gna Nnt Used A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds A-25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-0~ no ~.,,,a;h;~;ry fnr namaga rla;ma Nnt Used A-28 Considerations for Contract Award and Execution A-29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 ]{-ZS riry warar FariliYiaa c~Pria1 Ro~ii rcmanra Nnf Used A-36 Other Submittals (Revised 9/18/00) A_'yg Dmen ~u~l ~~arrangAmonr anA rharg! fnr warcr Rn rni ahaA by fhc rir3/~~ Nnt Used A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities p_1Q rcrfifiraro of nrri~anry anA Final CrraptanrP NOt Used A-40 Amendment to Section B-8-6: Partial Estimates A-a'1 n~nna aA..i cnrv Nnt 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) ____, .•, .. ,.,_ _a '~~~^^` Not Used _____ '~°_~^^` Not Used A-48 Overhead~Electrical~Wires^(7/5/00)• A-49 Amend "Maintenance Guaranty" (8/24/00) PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQIIIREMENTS PART S - STANDARD Section 021020 - Site Clearing and Stripping Section 021040 - Site Grading Section 022100 - Select Material Section 022420 - Silt Fence -- Section 025205 - Pavement Repair, Curb, Gutter, & Driveway Replacement Section 025220 - Flexible Base - Caliche Section 025429 - Hot Mix Asphalt Concrete Pavement (Class A) (5-34) Section 025610 - Curb and Gutter (5-53) Section 025612 - Concrete Sidewalk and Driveways (5-53) Section 025802 - Temporary Traffic Controls During Construction Section 030020 - Portland Cement Concrete (5-40) Section 032020 - Reinforcing steel Section 038000 - Concrete structures PART T - TECHNICAL SPECIFICATIONS IRRIGATION Section T-00401 - Introduction to Specifications Section T-00802 - Material and Installation DRAINAGE Section T-02200 - Golf Course Grading Section T-02400 - Golf Course Drainage Section T-02485 - Grassing LIST OF DRAWINGS 1. TITLE SHEET 2. GENERAL NOTES 3. IRRIGATION MECHANICAL 4. IRRIGATION MECHANICAL 5. IRRIGATION MECHANICAL 6. RAINBIRD DECODER 7. RAINBIRD DECODER 8. RAINBIRD DECODER 9. TORO DECODER 10. TORO DECODHR 11. TORO DECODER 12. CONSTRUCTION DETAILS 13. CONSTRUCTION DETAILS 14. CONSTRUCTION DETAILS NOTICE AGR88MENT PROPOSAL/DISCLOSURE STATEMENT BOND PAYbIEN'P BOND NOTICE TO BIDDERS Notice to Bidders Sealed proposals, addressed to the City of Corpus Christi, Texas for: GnIP Cnnran Tmnrnvamanta fRxi ai~.inrt Crn,raaal - nan Rnanh T Improvements, City Project No 3397,consiats of the following bid item components: Base Bid: This project consists of installation and completion of an automatic irrigation system for all eighteen (18) holes of the existing-golf course. This will be a completely new state of the art system with all new -- components. The approved suppliers for this project are Rainbird and Toro. - Deductive Alternate: A deductive alternate will be included as a part of this bid proposal and will include Holes 15, 16, 17 and 18 Tee Box area. The deductive alternate will provide for a reduction of scope in the event the bids received are higher than the proposed budget for the project. This alternate will include provisions for keeping the existing system operational for future use. Bids will be received at the office of the City Secretary until 2:00 p.m. on -- Wadneaday, November 26, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for wedaeaday, November 19, 20D8 beginning at 10:00 a.m. The pre-bid meeting will convene in the Department of Bagineering Services Nain Conference Room, Third Floor, City Ball, 1201 Leopard Street, Corpus Christi, Tx. and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope followed by a question and answer session. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance & payment bonds for contracts over $ 25,000.00 will result in forfeiture of the 5$ bid bond to the City as liquidated damages. Bidder's plan deposit is eubj ect to mandatory forfeiture to the City 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 City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail 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 in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shownfor each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services /s/ Armando Chaps City Secretary 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 all certificates Bodily Injury and Property Damage 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 6. Independent Contrectors 9. PersonalIn'u AUTOMOBILE LIABILITY -OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACi 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 UM1T ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to REQUIRED - include long-term environmental impact for the X NOT REQUIRED dis oral of contaminants See Section B-6-li & SupplementaiInsurance BUILDERS' RISK Requirements _ REQUIRED X NOT REQUIRED $100,000 COMBINED SINGLE LIMIT INSTALLATION FLOATER See Section B-6-il & Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christl must be named as an add{tional insured on all coverages except worker's compensation liability coverage. o The name of the project must be listed under "description of operations" on each certlflcate of insurance. o For each Insurance coverage, the Contractor shall obtain an endorsement to the apptlwble 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 polldes or coverages which are specified in sedlon B-6-11 or Special Provisions section of [he contrect. A completed "Disclosure of tnteresC form must be submitted with your proposal. Should you have any questions regarding Insurance requirements, please contact the Contract Administramr at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS-- B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction __ project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation 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 City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 9(j) need not provide 1 of the 3 Forms of 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 incorporated 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; 2. the Contractor is 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 required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a covernge agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regazdless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity famishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable toilets. (g) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project aze covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division ofSelf-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall (I) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph ('n of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of - - coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of I 1 (d) A contractor shall (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's cunent certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certiftcates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other 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 notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project 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 the contractor prior to that person beginning work on the project; _ . (C) include in all contracts to provide services on the project the language in subsection (e)(3) ofthis section; Page 4 of I 1 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; - (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (II) contractually require each other person with whom it contracts, to perform as required by subpazagraphs (A}(II) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate 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 signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of - Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration ofthe project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the. contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the govemmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of wverage of any person providing services on the project; and (I~ contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) ofthis paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision ofthis mle or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications ofthis mle that can be given effect without the invalid provision or application, and to this end the provisions ofthis rnle are declared to be severable. (g) This mle is applicable for building or constmction contracts advertised for bid by a governmental entity on or after September 1, 1994. This mle is also applicable for those building or constmction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. _ . Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who aze required pursuant to Texas Civil Statutes, Article 66750, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who aze 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 Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive. information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S110.110(c)(7) Article Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of - authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ,§406.096) -includes a[1 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 employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of arty such entity, or employees of arty entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(94) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period file a new cert~cate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certiftcate of coverage showing extension of coverage, if the coverage period drown on the current certifrcate of coverage ends during the duratior of the project. Page 9 of 11 F. The contractor shall retain all required certificates ofcoverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of arty change that materially ajfects the provision ofcoverage of arty person providing services on flee project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persorcr providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of class cation codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for al! of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate ofcoverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certiftcate of coverage, prior to the other person beginning work on the project; and (b) a new cert~cate ofcoverage showing extension ofcoverage, prior [o the end of the coverage period, :f the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision ofcoverage of any person providingservices on the project; and (7) contractually reguire each person with whom it contracts, to perform as required by paragraphs (I) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a cert~cate of coverage, the contractor is representing to the governmenta! entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division ofSelf- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of I1 PART A SPECIAL PROVISIONS GOLF COUR38 IMPROVSMENT3 (8%ISTING COURSBS) - OSO BEACH IRRIGATION IMPROV8M8NT3 - PROJECT NO. 3397 SECTION A - 3P8CIAL PROVISIONS A-1 Time aad Place of Receiviag Proposals/Pre-Bid Meetia 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 p.m., Nedaesday, November 26i°, 2008. ,_ Proposals mailed should be addressed in the following manner: - City Secretary's OE£ice City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTNi SID PROPOSAL - GOLF CODRSB IMPROVSM8Nl3 (EXISTING CODRS85) - OSO 88ACS IRRIGATION IMPROV8M8NTS - PROJECT N0. 3397 No additional or separate visitations will be conducted by the City. A-2 De£iaitioas sad Abbreviatioas Section B-1 of the General Provisions will govern. A-3 Description o£ Protect -- Base Bid: This project consists of installation and completion of an automatic irrigation system for all eighteen (1S) holes of the existing golf course. This will be a completely new state of the art system with all new components. The approved suppliers for this project are Rainbird and Toro. Deductive Alternate: A deductive alternate will be included as a part of this bid proposal and will include Holes 15, 16, 17 and 18 Tee Sox area. The deductive alternate will provide for a reduction of scope in the event the bids received are higher than the proposed budget for the project. This alternate will include provisions for keeping the existing system operational for future use. All work shall be constructed in accordance with plans, specifications and contract documents. Sectioa A - 9P (Revised 12/15/04) Page 1 of 22 A pre-bid meeting will be held on 9Pedneaday, November 19, 2008, beginning at 10:OOam. 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. A-4 Method of Award The bids will be evaluated based on the following order of priorities subject to the availability of funds -~ 1. Total Hase Sid (considering either supplier), or 2. Total Base Bid lase the DeductivaAlteraate 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, subject to the availability of funds. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Hid BOad (Must reference GOLF COIIR3S IMPROVffidBNTB (EXISTING COIIRSE3) - 030 BEACH IRRIGATION IMPROVffidffiiTS, PROJECT NO. 3397 as identified is the Proposal) (A Cashier's Check, certified check, mosey order or beak draft from say State or National sank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 180 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due 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 22 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 Bngineer. 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 Ack'aowledomeat of Addeada -- 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 highway (TX20080118). moo=` rrt;nirm+m prevailing wage Scales The Corpus Christi City Ntmcil has deteunisra3 the general prevailing rtuxrinnrm hourly wage rates for Nueces County, Texas as set alt in Part C. The Contractor and arty subcontractor must mt pay less than the specified wage rates to all laborers, workman, and mechanics acq~loyed by than in the execution of the 0.~ntract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each Laborer, workman, or mechanic ertq~loyed, 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 showiing the names and classifications of all laborers, cwrkmen, and mechanics employed by than in oormection with the Project and showirng the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll sulanittals to the City IIngineex. The Contractor will also obtain Dopier of such certified payrolls £ran all subo~tractors and others working or the Project. These doamerrts will also be submitted to the City EYxJJinser bi-weekly. (See section for Mimrity/Mimrity Business EnYP wise Particig3tion ~licy for additional rare+t,-manta m.,~.ntng the proper form and ~rrtent of the payroll s~ilani.ttals.) Gne aril one-half (1'r~) times the specified hourly wage must be paid for all hours worka3 in excess of 40 hours in arty one week and for all hours worked on Smdays or holidays. (See Section B-1-1, Definition of Terms, arri Section B-7-6, Working Yours.) A-11 ~~~~am wlth Public Agencies (t~vised 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 pmvide a forty-eight (48) hotff entice to any applicable agency when work is anticipated to pnxeed in the vicinity of any facility by using the Dig Tesa at 1-600-344-8377, the Lone Star Notification Nng~arry at 1- 800-669-8344, and the Veriuur Dig Alert at 1-800-483-6279. For the Cxntractor's convenience, the following telephone rn,m~,-a are listed. City F4ninocr 826-3500 Project hingineer Bryant Taylor Gordan Golf 512-303-7680 Section A - SP (Revised 12/15/04) Page 3 of 22 Police Depaxt~rent Water Dep3r~rent Wastewater DeparGnent Gas Department Storm Water DepalYment Parks & Recreation Department Streets & Solid Waste Services AEP SSC/AT&T City Street Mv. for Traffic Signal/Fiber Optic Locate Cablevisicm ACSI (Fiber Optic) RMC (Fiber Optic) ChoiceCan (Fiber Optic) C4PROClC (Fiber Optic) Brooks Fiber Optic (MAN) A-12 Maiateaance of Services 826-3540 882-19ll 826-1880 (826-3140 after hours) 826-1818 (826-3140 after hours) 885-6900 (885-6900 after hours) 826-1881 (826-3140 after hours) 826-3461 826-1970 299-4833 (693-9444 after lpurs) 881-2511 (1-800-824-4424, after hours) 826-1946 857-1960 857-5000 (857-5060 after hours) 867-9200 (Pager 800-724-3624) 613-ll24 (Pager 888-204-1679) 661-5767 (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 cuff iciently 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 increasein 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 Plumed 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 sad Traffic Coatrol 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 public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Sec tioa A - SP (Revised 12/18/04) Page 4 of 22 _ 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 necessaxy permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Conatructioa 8quipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or -- spilled materials going to or from the construction area. Hand labor and/or __ mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract 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 8xcavatioa and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be Filled with "clean" dirt. "Clean" dirt is definedas 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 appropriate bid item. A-16 Disposal/Salva4e 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 O££ice (NOT IIS8D) Section A - 9P (Revised 12/15/04) Page 5 of 22 A-18 Schedule and Sequeace of Construction The Contractor shall submit to the City Engineer a work plan based only on rar.BNDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 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. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. 6. Milestones: The following interim milestone completion dates shall be included and met in the Construction Progress Schedule: 1) New irrigation system shall be functional not later than May 15°h, 2009 (six weeks prior to a major golf tournament planned for the Oso course.) A-19 Constructioa Project Layout sad Coatrol The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, baselines, etc. that are normally required to construct a project of this nature. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during conatrizction, 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. Section A - SP (Aevieed 12/15/09) Page 6 of 22 _ 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. .. / • Etrr-b~.^.-~ gtx~Ee~`iew rise bet-33-oides~^«~ee,-~.-a-26A~=•aol - - •~breeE~r-ew~eri-a--2A9' ._, _..a .. ..,, :..«_....,,..«. ~~ T l l ..F _ l ...~... M.~... . • .. l M ..l «.. _ _, _.._« ' /«_.. ..F ...a F, ,... ,a ..~ /mvnnm _..a nn :~L ..a ...,- .,, .. «: ,. /«.,.., _F _a'a, _.. ,, _~ ,mvnnm ..a ..~ A-20 Testiag sad 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 teat fails, that test must be done over after corrective measures have been taken, and the coat 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 Sigas (NOT II38D) F_„_.., _9 a.,._. : .. g.. ,~ -hm-nt ~V) The s#g~ne mrxet be - -„_a H_F___ ~' <+`~a~-co+-avE'3e~9~'. mH_ ,.. ..F «H.-. :,, ,._ a..« ..a «s.,, c: e,a-4... A-22 Miaority/Minority Busiaesa Eaterprise Participatioa Policy (aevisea io/s a) 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. -~ 9ectioa A - SP (Revised 12/15/04) Page 7 of 22 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. 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. (b) For an enterprise doing business as a partnership, at least 51.08 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 51.08 of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.08 or more of the total profits, bcnuses, dividends, interest payments, commissions, consulting. fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.08 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.08 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 aeotion A - aP (Revised 12/15/04) Yage 8 oY 22 scope and direction. The degree to which a joint venture may ~~ satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0 of the contract work itself and in which a minority joint venture partner has a SO.Og interest, shall be deemed equivalent to having minority participation in 25.0$ of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractors aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Satexpriee (Percent) Participation (Percent) 45 ~ 15 'k 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 MEE 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 Required (xeviaed 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. Section A - SP (Revised 12/15/09) Yage 9 of 22 A-24 Surety Boads Paragraph two (2) of Section 8-3-4 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 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 Hoard of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Hxemptioa (NOT IISSD) -__.._..___...... .,, _,..., _.._..._._... _.._.,.a..a s... ~~ - ..a ... ..F ......_..... q "',.~ €~ €9 ~' e3feRl~~f ei38 6€ Sa' es $3fe}ae -_a _ __ _, _..,. ...a _.... ,.a ..~,,._~.~ a..F: _..a ,.... Beet#en 3 ~9f e€ EF3~p Eea' 3, 'f'ax `T a... _F m,~.,e_ ..,-,_- ---- ..F E3xe T'e3eae Admfnfetaat#ve Eede ..,' --..," "r '' .., _-r_a L.. Vi... ..l l.... ..L Tf..Mll.. ..F Section A - 8P (Revised 12/15/04) Page 10 of 22 St?been~rae6ars~~e-a}iq.iHle €e~ sales tax e3cemgt#ess- i€ €he -•~L^^~^ae~~ l .... ... l SeD_ w~ L L.. .-. 4-w ~...~P= r ~-a~.~= re~iremer:ts. The ees~aete~ must aeeue a reeale~er~€€~eat~te- :~sttbeexzrae`- --a ~L_ _..LeexEraeter, ~n-ta~n.r A-26 Supplemental Inauraace Requiremeata For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: -- In the event of cancellation or material change that reduces or __ restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 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. 9ectios A - $P (Revised 12/15/04) Page 11 of 22 A-27 Responsibility for Damage Claims (NOT IISED) A-28 Coasideratioas for Contract Award and Sxecutioa 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 documentatlon 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 Pield Admiaiatration 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: 1. The Contractor shall _employ_ directly or as a subcontractor as Irrigatiaa 2. 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 superinteiulent shall be present, on the job site, at all times that work is being performed. seotioa A - Se (Revised 12/15/04) Page 12 of 22 _ 3. Foremen, if utilized, shall have at least five (5) years retest 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 Bngineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Hngineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field admiaiatratioa staff ie a prerequisite to the City ffiagiaeer's abligatioa to execute a coatract for this Project. If such approval is -- not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this -- Contract. if the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Ameaded "COnaideration of Contract" Requirements __ Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the 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 MHE 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 meetsaid 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. 8ectio¢ A - SP (Revised 12/15/04) Page 13 of 22 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. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days £ollowiag bid opeaiaq, submit is letter form, information identifying type oP entity sad state, i.e., Texas (or other state) Corporation or Partnership, sad same (s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on 8xtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts"H-6-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for airy 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 a~i}+ change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Executica o£ Ccatract" 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 am 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 arty 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-818 Meeting referred to is Special Provision A-1. A-34 Precedence of Contract Documeate 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 section A - SP (Revised 12/15/04) Page 14 of 22 _ 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 Cfty Water Facilities: Special Requirements (NOT IIS&D) P i t € i 7 CiE € ~ ~ € ~3i~ -~: ~ e~ e-~e~ arm ~g~ver- ~ a ~ wa a~} - LJ.. ..L.._..r - - ..a _L _F iL. E ~ t ~ ~ e~ ae .:« ............. e~, ea aae L...... ..... 4L..J ... ~....... _-, lJa __..a __...r~C..: ..... a.M..J .,. ....J ...- _fJ-e.,a~~...e .n /n...n 1..... ..L .. C..L.. n ^ ' ~~ -. a....L ..a L.. 4L.. 'aaie~ saga-~~AJe~ Per~ee:~}. v3s#te~/ s:~-,- a 3}} L- -«___~ L.. .~L. B i t ti ~ eene~ae~e~~T ._J...,a ..J« r ea a- ea Reg~~~w T.........F... .., 4_... 4L...... ..L.. a.. M_..e ..M .-il ..L_ a__J .~_ ..l_ ..J rLt~ f....J IJf..' Axl}-S~Crt2=tale-a=^.~e gtxig,~.~~t~sed i~n t-he ~epa#r, ~ - .-~a~ ^ ~~.,m ^^^L l~ trarrsPena~.a~n, r~i- n ~ a}la-tzerx~~a ~nc+e~s6xe~t ,.F - ethe~ iteme~:Lien eeul A i € t ~ d eeAk-i~~JtaeE~:it~etab}e Natiena} &ta~x~~s wate _/,.. R~ _LJ_ ~ __, mer- eo~ ertA o e _a_~J_ ~ ,r...nr /..lo v, «a_..a a.........J L,.a ~,... Section A - SP (Revised 12/15/04) Page 15 of 22 ____ __,___ ~_.____.___ _J ____ ______~____ __ ____ _...r__i ___. _~_____. __ o -an€~.e`- ~a~He eeJ36atPied a1 €ae#}i~ ~ 81 4rl -~ #r-rr-iii net ~ i€ ; ail ~#mes af; the water be aiiewe~ '"L- -- - g ~ae } -s e ew . ~+.. 1.l ..l i;nan~~r e He ve~~ ~Lite ....1 ...-e.i ..i F...-.r. e..-..l l .. ..41.ev L «1....... ..iF..~...' ..i.ie ~ . A1 .F . . 6 E € € h 33= d E 3 ... ~. ..«.......«..... .. ......1 _ F . ea -aae es s a gr~vx e e ~ ~~ eg~ C ~' i n„ate..,......: a.. F....i,: .-:.... e n aEed s4€e Aii ^ t - ki i ~ ~ -1 aee4 a g . ~ o. =xae e~~ e e es e ~ Q ~aF €F r„ .,.L:.., d l -- a n' ~i~ B E E ~ ,... egar- ~.er~ ea ~~~ - r- -s a }-..a~~~>- €- ni ~€ ~ ~ 5 Erm i =i d `~:: o~ ~, , an ite ewe ~ene e~ ~ea ~aea - e ea-:>-~e~. -a - --,.:..,. L..... ~ } ki i ~ ... Peasea<ia - ~ a eemPany~e e es. _ : ~ E i € ~i ~_._.,__ __________ eave. ~_.., .._.. een sae o>-em@ epcts~.as -~.a ..a..... •L.........L L..: , a:...... ..FLe.- «L-..n F..v_ v....,., vea_ .. i ___ .._L ..a L.. .., a...,.i ...._ ..-vL F- «L- --MV..F-v L-..._.a ~~ ......n'«_~v_' a .~ Ln.eul~ - ..-r e,~m ~ ..~____ _____ L.. ~-..C-..~-a -.1.. L.. ~.-IJ Ci ..a ____ ___- ~ _~._~_ __ ___ 4....L..i ....l .....i ......ev..i .. ..re. .. v.• ..~var .. .~~._ ~.na L i t : ~ E ~= €i ii€i Ei i €~ Pefew ~- ~' - -r;e - ~ ae e e~rr ~mee ag-- - i i ~ ~ H t # ~ii a ea ea~ rx~t ~~e med4€#ea€ien i` - -a- e z ~ ae a ee, a s-~la t € 3 l i , rt ,z Ht i t 33i t , ~ - e la~iyes, se :ee€ ePi~ a~~ ng, ~ne a itQ a _ l l L-...a.._..... '..a /-.... ~- - -~ ..F4..-.ru i Fi va e e - : L ' «L...... : F: -.. L t. .. . . j -.., __,.. ,.a :,, __«~.~e m 3 li ^ r : e ........ ~. F......Ll.. ..a .., L....a. ..,;va « . ._ i-L _ __ _ _ y •. L^.. .......C-._~.-.a .......1. ..... ......4.-...... ..F .........-v..l.,e ..i..e _«. .. mu- _ _ _ vv Y_._-v-...vim .. 1 .. ...F~ ~ ~ rL.. .•,i .. ..+aa rr.. r. ..1 .. a rL.. ..F ..._L a L....c L....... ` 3 il .u.a.. Fi vA _` _ . e .. . _t c- L-..-:. C..._ l.. ~ ~~ __..._... _._... .... _. Y l r Section A - SP (Aeviaed 12/15/09) Page 16 of 22 artd #mgleraentielq E ..CY.._.._ ..A C_.. he-sgeei€ie- YL.. ~r-e, :~~aad mainEairt s i~i' lib € d am €~ke-s ~otems - , ega : ~. F[e eha=~°~•rai~'- ~ ea ~aa- ~an - iP.R - ~•'-i2~ P~eg~ y - `:e~~aa~~~` .. p •ma4~' r t-k ~E i ~ l ~t-33i t E Wh i a E1 e te-m net- ~ae~t 3 31 a~ mxm-prae ea i t € e~ en . e~ e e ~11-be~he i ~ -` g , a ea e Pest r- 8 € ~ qu pmex ~ -a~ t h o i~ &t ve -= ;~-~ s ~V t =~ ~ --ge-r . e srn~asee F~an€ w:,~ - d - e-- . - i l ~i e te~ts a e= ea •Li n - ~ use rx eva aa ~tg oY~ ~ a z~~o~ bleelea-~ a#~ed Ee eh ew Ehe eq '- ~E a a th . E t k t Ei~ 8#t F t t requ ~ e~ ~ SE AFFt e m 3~EE sE ese we-a¢s ems d i m h x e~e Q ~ o e - l € ~??e =_ _ =_, . . } e ae - e e~e a y~ _ e e -Li Tl l ..L :..w C... YLl .. YL.. -~ t ... .....L... ..C ....:..Y 1 -..- .......1 .............. .7 -• -• ....] ..L... Y........r J ..-... Y.........L:.... «....l.i ..._... TTY JJ -_ A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure .outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. 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. Section A - SP (Revised 12/15/04) Page 17 of 22 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. 2 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 subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical 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 "Arrangement and Charge for Water a„Ttahed by the City" (NOT DSSD) A-38 Worker's Compeasat ion Coverage for Building or Construction Projects for Government ffititiea The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy sad Final Acceptance (NOT DSED) ,...«., _,.,..... _..,... r ...._,v,...~ T-ke iae~.~~o€-a-eerzi€~~e€ `^ -- -c .~~ do..~ ...,,. ~- Section A - SP (Aevlee8 12/15/04) Page 18 of 22 A-40 Ameadmeat to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-6-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will-sot 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 Ozoae Advisory NOT IISHD .-~~ .......... ...... .... ~t ...-.. ...-.... ~........ .... ..i... -..- ..y...-..... ,. .. _1 ~ ....- .. ...i ...]J .. ...] 4L... .. l 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. A-43 Ameaded Iademnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" H-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 Chaage 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 egaipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 Aa-Built Dimeasioas sad Drawiaga (~/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Section A - S8 (Revised 12/15/04) Page 19 of 22 (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 o£ work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) (NOT IISBD) `r32t9E'-rn ~"&~~-a~E'ee 93 ~ - -v ± ~~e - - as ........... ..c a ..va r:r z x~. v ac s ~v ~ ---- - ~, n=-t-he wa€e-r-was-tieala~l7-~igk ~^~ie~#ne, will he -~~ - - levels a'-'-`--`- -nd may eaeeeed th e "--a- ---} nt ~l }t e--@e~m#se#ble l~mi€e €e~ d'eel~a~ge - - e a~eae m,._-.. ,..., nova ,... „ 3 Y sesme a ~ se s 4~ i ue ^:ss v J l l ln^ Fl..~. /~--.4.-n -iba+~ - - cc c ~ ~1 , ageue es~ ~ _ r ( ~ ^ t mM.. ~~ t d th - a~.........nl ..4nll L.e ....H.n.'_t6ed_f~ .....~L...a- -C a wa er use }n e p~e~ee ~ mL-..- -1-„ v th r t € ~ ~ ~n L-c ,.- -- - - i...- .iJ .. e c 3l ~ e~ ag g e a -- -- - -,,_„ ate~ nl i t ~ ~ .,.,. - -c yotc^ c : . e sa ata e ~. .. a . A-47 Pre-Construction 8xploratory IDccavationa (7/5/00) (NOT 9S8D) Section A - 9P (Ravieed 12/15/04) Page 20 of 22 A-48 Overhead Blectrieal 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. A-49 Amended "MaiateaanceGuaraaty" (e/24/o0) Under "General Provisions and Requirements for Municipal Construction __ Contracts", B-6-11 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 my other individual or entity." A-50 Amended "Prosecution and Progress°. Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Proaecut ion and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. section A - aP (Revised 12/15/04) Pegs 21 04 22 3UBMITTAL TRANSMITTAL FORM PROJECT: GOLF CODRSS IMPROV@9SN'PS -OSO SSACH IRRIGATION IMPROVSMStITS; PROJECT No. 3397 0V7NSR: CITY OF CORPUS CHRISTI BNGINSSR: Bryant Taylor Gordon Gol£ CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPBCI: OR DRANING SSISD6ITTAL NOMB8R: SUBMITTAL 6eCtlon A - $P (Revised 12/15/09) Page 22 of 22 PART C FEDERAL WAGE RATES AND REQUIREMENTS http://fiwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bac... GENERAL DECISION: TX20080118 02/08/2006 TX118 Date: February 6, 2008 General Decision Number: TX20060118 02/08/2008 Superseded General Decision Number: TX20070122 State: Texas Construction Types: Heavy and Highway Counties: Nuece9, San Patricio and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 02/08/2 008 SUTX2005-007 11/09/2004 Rates Fringes Asphalt Distributor operator.. .$ 12 .42 0.00 Asphalt paving machine operator$ 11 .57 0.00 Asphalt Raker ................. .$ 9 .36 0.00 Bulldozer operator .......... .$ 10 .90 0.00 Carpenter ..................... .$ 10 .71 0.00 Concrete Finisher, Paving..... .$ 12 .18 0.00 Concrete Finisher, Structuraa. .$ 11 .16 0.00 Concrete Rubber ............... .$ 10 .50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ...................... .$ 12 .55 0.00 Flagger ....................... .5 7 .17 0.00 Form Builder/Setter, Structure s$ 11 .47 0.00 Form Setter, Paving & Curb.... .$ 9 .65 0.00 Foundation Drill Operator, Truck Mounted ................. .$ 15 .32 0.00 Front End Loader operator..... .$ 10 .05 0.00 Laborer, common ............... .$ 8 .35 0.00 Laborer, Utility .............. .$ 9 .09 0.00 Mechanic ...................... .$ 13 .17 0.00 Motor Grader Operator, Fine Grade ......................... .$ 13 .78 0.00 Motor Grader Operator, Rough.. .$ 15 .00 0.00 Pipelayer ..................... .$ 9 .00 0.00 Roller Operator, Pneumatic, Self-Propelled ................ .$ 8 .57 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping ............ .$ 8 .57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement ............ .$ 9 .49 0.00 Scraper operator .............. .$ 9 .67 0.00 Servicer ...................... .$ 10 .75 0.00 Structural Steel Worker....... .$ 14 .00 0.00 Truck driver, lowboy-Float.... .$ 14 .15 0.00 Truck driver, Single Axle, Heavy....:.' . .................. .$ 11 .39 0.00 Truck driver, Single Axle, Light ......................... .$ 9 .00 0.00 Truck Driver, Tandem Axle, Semi-Trailer .................. .$ 9 .39 0.00 Welder ........................ .$ 18 .00 0.00 1 of 3 11/4/2008 4:24 PM http://frwebgate.access.gpo.gov/cgi-bin/ge[doc.cgi?dbname=Davis-Bac... Work Zone Barricade Servicer...$ 8.97 0.00 ________________________________________________________________ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 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 CFR 2 of 3 11/4/2008 4:24 PM http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bac... Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 ConstitutionAVenue, N.W. Washington, DC 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.B. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 3 of 3 1 ]/4/2008 4:24 PM A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 13TH day of JANUARY, 2009, by and between the CITY OF CORPUS CSRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Mid-America Golf and Landscape, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $995,576.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: GOLF COURSE IMPROVEL~NTS (EXISTING COURSES) OSO BEACH IRRIGATION IMPROVEL+~NTS PROJECT NO. 3397 (TOTAL BASE BID: $995,576.00) 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 Contract -- Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 11/21/2008 11:46 6263802 ENGINEERING PAGE 07/23 PACRERY CAANNEL BOAT RAMP PARAINQ LOT AND ACCESS ROAD PROJECT NO. 3295 SA98 BIb - RAIN B:CRD PART A: MOBILIZAT:SON/DEbtOBILIZATION I xi III Iv v HID OTY & vNIT 8RIC8 SSD ITmt BRTENBION ITRM UNIT DESCRIPTION IN-lIGIIRRB (QTY R ONIT PRICE • ~ IN PIGOR88) Mobilization Demob lization which includes but is not limited to bonds, insurance, construction fencing, removal of t3mporary ramps, and all Al Ls other items required to $ 20, 895.00 $ 20, 895.00 complete the work but not covered by other specific bid item a, complete and in place, per rump sum TOTAL PART A (Item A1): $ 20,895.00 PART B: Sprinklers, RCV•s an8 QCV'a I Iz xsx zv v HID ITSE6 SRTHNSION HID 4TY & IINIT PRICL' D8SCRIPTION (~ R DNIT PRICH ITS~S SNIT SN PI6RRS8 SN 8I6pRE3) Full Circle Sprinkler #700E- H1 ~~ ACME, complete in place per $ 209.00 $ 1 1 4, 532.00 Each 460 Part Circle Sprinkler #750E- H2 EACH ACME, per E`ch $ 235.00 $ 1 O8, 1 00.00 59 Full circle Sprinkler #SOOE- H3 RACH ACME, perEach 203.00 $ 10 962.00 $ 279 PaFt ~ircie Sprinkler #SSOE- H4 eACx ACME, per Each $ 224.00 $ 62,496.00 1•° Revision PROPOSAL PORM PAOB 3 OF 1B ADDENDUM NO. 1 ATTACI~IMENT NO. 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 08/23 z sx zsx zv v ssa IT$N QTx & UNIT D$SCRIPTION OMIT PRICS ass zxse~ saTBNSxoN IN HICaOR88 (L)TX S LitiiT PRICS I'iQ FIGVaH81 a5 56 Qui~:k Coupling Valve q SNP, EACH per Bach g 1 30.00 g 7, 280.00 H6 1341 fi 9wi1.g Joints - 1 3f" (LASCO) , g 23.00 30 843 00 ACx per Bach , . g 56 SwiLg Joints (QCV) - 1" H7 fiACEi (LA:CO) , per Edch g 28.00 g 1 , 568.00 2 1 1/2° PESB-PRS-D ACV Be EACH w/Wilkins Valve, per Each g 71 0.00 g 1 , 420.00 71500 Lateral Pipe - z" 9CH 40 Svc, B9 LF per ,~inear Foot g 1..58 g 11 2, 970.00 1 Hlo Ls Late::al Fittings, per Lump Sum g 1 , 250.00 g 1 , 250.00 811 275 Late:;-a1 isolation Valves fiACH w/Ba:, per Each' $ 225.00 g 61 , 875.00 1 24 volt Kira sad Wire splices, Hiz Le as required 1a the place sad 48 750.00 g ~ 48 750.00 g ~ apecificatioae, per Lu~pm gum All C:artpath; Roadways or s13 L Maintenance Path Crossings g 4, 500.00 g 4 500 00 S , , . Concrete or Asphalt, per Lump Sum TOTAL PART ]1 (Items B1 THRU H13): 1°` Revision PROPOSAL FORM BAOR 4 OP 18 $ 566,546.00 ADDSND9M NO. 1 ATTACHMENT NO. 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 09/23 PART C: CONTROL S'YSTBM I II III Iv v 8ID QTY 6 UNIT PRICB BID ITBM 8ZT8N320N ITEM UNIT DHLiCRIPT20N ~ PIOU883 ~QTY_ 8 UlT1T P8.2C8 IN HIf3UR88) . 103 FD f.01 DeCOdex, cl per Each g 368.00 g 37, 904.00 EACH C2 19a FD 401 Decoaex, g 242.00 $ 46, 464.00 EACH per each C3 93 FD 1)1 Decoder, g 1 21.00 $ 10, 043.00 EACH per yach C4 FnC Deco.ier Valve aox. per Each S 37.00 S 1 0, 1 75.00 H 1 crowding Gridfs) as required S 2, 990.00 S 2, 990.00 CS LS by R~~iin Bixd, per Lump SUm Install Maxi Comm. Cable #14- C6 A 2, ari required is iha pleas $ 1 4, 960.00 S 14, 960.00 S and rpecilicatioas, per Lump avm iaate•.11 Boadiag 1Pire, as C7 1 reQui red is Che plans and g 10 , 1 7 5.0 0 81 0 , 1 7 5.0 0 t 8 apeciPicatioas, per Lump Sum Cirri s CenCral Computer w/ 4 C8 Ls LDI' e , per complete in place, g 750.00 g 750.00 per Iump Sum 1" Revision nROR08Ai. PORM arias s oP ie ADDENpUD2 NO. 1 ammar•sr:rQUm wn ti I 11/21/2008 11:48 8263802 ENGINEERING PAGE 10/23 x II III Iv v $ID QTY & IIt7IT PRICE HID ITBLS H8T8le8ION ITBES UNIT D8$CRIPTION I1Q FIG)UR88 (QTY A SNIT BRIC$ IN FI0DA88) C9 z$ 5- !'ear GSP x49503, complete 600.00 5 600 00 5 i ~laae L $ , . , 8 n l , per ump Sum C1o l Freedom Hand xeld Radios, ' LS Chazgera and Pada, complete in g31 .00 $ 831 .00 $ plate, per Lamp Sum l Freedom Pad Rit Bad Related C11 Ls 9o£tware, complete is place, g 4, 800.00 $ 4, 800.00 per 6uzep sum TOTA. PART C (xtama C1 through C11): PART D: MAINLINE FIP$ $ 144,692.00 I II xzI Iv v BID ITEEI BXTHNBION HID QTY Q UNIT PRICH D8$CRIPTION (QTY 8 UNIT PRICE ITBm UNIT IN FIGURSB ZN PIaUB$3) 7zso rtain:.ine Pipe cL zoo - 6", per 70 5 41,325.00 al . S $ LF Linear Foot az 9400 Main:.ine Pipe CL 200 - 8", per $ 7.88 @ 74, 072.00 LF Linet.r Foot 800 Main).fne Pipe CL 200 - 10", 10 95 760.00 8 D3 . S , S LP per Linear Foot 870 Main]ine Pipe cz, 200 - la", 14 80 876.00 12 D4 . 5 , $ LF per IineaY Foot 1°` Revision 4ROP09AL FORM PAGE 6 O$ 18 ADDENDUM N0. 1 ATTACHI4ENT NO. 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 11/23 I II III - IV - V HID QTY & UNIT PRICE HID ZTH'M 8XTRN9ION DESCRIPTION (QTY % UNIT PRICK IT$M OMIT ~ PI6URH8 IN ~IGUR89) 1 A11 Canal crossings (6"& s^) $ 30, 500.00 500 00 30 D5 $ . , LS per Gump Slim D6 1 Mainline Fittings, complete in $ 18, 425.00 $ 18, 425.00 LS place, per LumA Surt - D7 ~ Main'Line Gate valves - 6^ , per 535.00 4, 280.00 8 ~ each De EA Main.Line Gate Valvee - s", per S 750.00 $ 2, 250.00 Each Ds ~A Main;.ine Gate Valves - to^, $ 1 , 225.00 ~ 1 , 225.00 per ;yach D10 i ~ Main:,.ine Gate valves - 12", ch 73 $ 1 , 625.00 8 1 , 625.00 per a D31 EA Air 7?elease Valvee, per Each $ 585.00 $ 4, 680.00 Dla ~ Flushing Drain Valvee, per $ 685.00 g 3, 425.00 Each TOTl~S, PART D (Item D1 through D12): $ 203,443.00 1'6 Revision PROPOSAL FORM RA~B 7 OP 18 ADDENDUM NO. 1 ATTACHMENT NO. 1 11/21/2008 11148 8263802 - ENGINEERING - PAGE 12/23 PART 8: ALLO~PANCE ITffiYI3 I II IxI Iv v 8ID ~ = P HID ITBlt BRTSNSION IT$1S KNIT - DESCRIPTION CQRSS I N FI (QTY 8 OBIT PRICE ]77 FI6DR5i8) AllOOanae foz Pump station 1 Modifications per 81 LS Specificatioaa, complete in $ 35,000.00 9 35,000.00 place pez Lump sum Alla:vaace for Miac Drainage 82 1 Modi~`icationa, Complete in S I S 25,000.00 $ ]5,000.00 place per Lump sum TO~~AL PART E (Item E7 through E2): $ 60,000.00 PART F: DEDIICTIVE ALTERNATE (HOLES 15, 16, 17 & 18 TEE) I II III zv v 9ID QTY 6 ONIT PRICK 8ID ITEM iZTRNBION ITEM DNIT DB:SCRIPTION SN FI6URSS (QTY X DNIT PRICE ]I7 Deduct for all irrigation work Fi L on Hrlea 15,15,17 and iB Tee S 87, 750.00 g 87, 750.00 s azea as shown on plena, complete, per Lump Sum Repair, replace or modify F2 L exiaLing system so as to be ~ 9.925.00 $ 9, 925.00 s full} operational, per Lump sum TOTAL DEDL"CTIVE ALTERNATE (Item F1 - F2): $ 77,825.00 i•• Revision PAOP08Rl, FOAM PA13E a OP 16 ADDSNDIIM NO. 1 ATTACHNENT NO. 1 11/21/2008 11:48 TOTALS: 8263802 ENGINEERING Bia svn~ARY PAGE 13/23 BASS BIRD aID - RAIN DESCRIPTION TOTALS Total Part A Item Al $ 20,895.00 Total Part 8 Items B1 through H13 $ 566,546.00 Total Part C Items C1 through C11 $ 144,692.00 Total Part D Ttema D1 through D12 $ 203.443.00 Total Part 13 Items ffi1 through 82 $ 60,000.00 TOTAL BASS BID - P:ATN BIRD iParts A,B,C,D aad 8): $ 995,576.00 TOTAL PART F - DEIIVCTIVE ALTERNATE - RAIN BIRD $ 77,825.00 TOTAL BASE 8ID LEE:~3 D»IICTIVB ALTSRNATB-RAIN BIRD $ 917,751.00 PLSA3E NOT$: BID QIIANTITIES ARE FOR BIDDING PURP03E8 ONLY. ACTUAL QUANTITI:E3 MAY VARY AND 9VILL 8E DETERMINED BY ACTIIAL FIELD CONDITIONS ENCOUNTER>rD DURING CONSTRUCTION. 1" 12eviaion PROPOSAL FOAM eA08 9 OF 1A ADD&NAIIM N0. 1 ATTACHMENT NO. 1 11/21/2008 11:46 8263802 ENGINEERING PAGE 14/23 BASE SID - TORO PART A: MOBILIZATION/DSMOSILIZATION I II III rv v SID. QTY & 1ZtPIT PRICE HYD IT80S SYTAMSION IT$E( DNIT DESCRIPTION IN FIQpRSS (QTY Y DNIT FRICS IN FIODR88) Mob:..li2ation/Demobilization which includes but is not lim:.tefl to bonds, insurance, con:stzuction fencing, zemoval of temporary ramps, and all Al L8 other items required to 895.00 S 20 895.00 g 20 com lete the work but ot , , p n covered by other apeciFic bid itec~s, complete anfl in place, per Lump Sum TOTAL PART A (Item A1): $ 20,895.00 PART 8: 3prinkler~:, RCV•s aafl QGV's z II III Iv v $ID QTY & DNIT P$ICS SID ITEM FYTSNSION ITEM CNIT DESCRIPTION ~ FI(s`O{tSS (QTY X L7tTIT PRICE IN FIGORES) 548 Full Circle Sprinkler DT34-46- S1 EACH 33-8••DLS, complete in place 200.00 $ $ 1 09, 600.00 per 1'ach 460 Part Circle Sprinkler DT35-46- 82 EACH 34-5•aLB, per Each 225.00 S 103, 500.00 S 54 Full Circle Sprinkler DT35-46- H3 EACH 31-6•~DLB, per Each 200.00 $ 1 0, 800.00 $ 279 Part Circle Sprinkler DT35-46- B4 EACH 31-6-ais, per Each 225.00 S 62, 775.00 $ 56 Quick Coupling valve # 474-04, DS EACx per Each S 1 26.00 $ 7, 056.00 1" Revision PROP08AL FORM Pace SO OF 18 ADDENDUMf N0. 1 ATTACHMENT NO.1 11/21/2008 11:48 6263602 ENGINEERING PAGE 15/23 ' I II . III Iy V BID QTY a DNIT PRICE SID ITEM 8RT81Q9IOmi ITHM SHIT D88CRTPTION IN FICQR89 (QTY Y DNIT PRICE ~ FIOOR83) H6 1341 Swir,g Joints - 1 j(• (LASCO) , EACH Pez Each g 23.00 $ 30, 843.00 - H7 56 Swir.g Joints (QCV) - 1^ EACH (LAS CO), pez Each g 28.00 g 1 568.00 ~ 88 2 1 1/2" 8220-27 RCV w/Wilkins EACH Valve, per Each g 710.00 g 1 , 420.00 71500 Lateral Hips - 2" 9CH 40 PVC, 89 LF per 'Linear Foot g 1.58 g 1 1 2, 970.00 H10 tls Late cal Fittings, per Lump sum $ 1.250.00 g 1,250.00 275 811 Ep~,~{ Laee:al Isolation valves g 230.00 g 63, 250.00 w/Bo:~c, per Each - 1 24 v~alt wire and 7Pire splices, 48, 750.00 48, 750.00 612 g g LS as required is the pleas aad epeo::Eicatioae, par Lump Sum All c:artpath, Roadways oz H13 S Maintenance Path Crossings, g 4, 500.00 g 4, 500.00 L ConCr'ete or Asphalt, per Lum sum TO'PAL PART B (Items B1 THRII 813); ~ 558,282_.00 1°` Revision PROPOSAL FORM WADS 11 OF 18 ADDENDDAd N0. 1 ATTACHMENT No. 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 16/23 PART C: CODITROL S':iSTEb4 I II Ixs rv v SID QTY k UNIT ERICE SID ITEM EETENSION IT806 UNIT DSSCRIPTION IN FIOURBS (0TX S UNiT PRICE IN FIGURES) C1 31e DEC-iSP-4 Decoder, $215.00 S 68,370.00 EACH per $ach C2 77 DEC-2SP-2 Decoder, S 1 66.00 $ 1 2, 782.00 EACH per Each 63 aRC-ISP-1 Decoder, 1 1 1 .00 6, 993.00 C3 S $ EACH per 3ach z~s S37.00 175 00 10 C4 Decoder Valve Box, per Each , . $ ~~ i Gzou~iding arid(a) ae required S 2.535.00 $ 2, 535.00 CS LS by T~~ro, per Lump Sum _ Iaet~ill Toro Comm. Cable #1~- 1 z, a~a regairefl la tee pleas $ 1 1 , 440.00 1 1 , 440.00 c6 Ls aaa :YpeciPicaeioae, per L~ S evm Site Pro Netwozk GDC Computer c7 Ls w/ e::tra decoder gateway, pez $ 26, 218.00 g 26, 21 8.00 comp::.ete in place, per Lum sum C8 bs 5-Yer.~r.NSN, complete in place, $ _0_ $ _p_ per ].,ump Sum 1 Hand Held Radios, Chargers and C9 Ls Pada, complete in place, per g 7, 364.00 $ 7, 364.00 Lump sum 1°C Revision PROP09AL FORM saga xa of Se ADDENDUM NO. 1 ATTACHMENT NO. 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 17/23 x zx III iw v HID = F BTD ITEM BRTRN9ION OM T D8SCRIPTION ~ F 0RS8 (4TY $ DNIT RRICS ITBl: I I G1 SSi FI64AS33) 1 (1)s°rism with Voa .Adapter and C10 LS Datt:, TranePer, complete in $ 7, 079.00 $ 7, 079.00 piac:e, per Lump Sum TOT11L PART C (Items Cl through C10): PART D: s!fAINLINB RIPE $ 152,956.00 I xI xII tv v BID ITIDd BXTBNHION BID QTY & DESCRIPTION DNIT PRICE (QTY 3 OBIT PRICE ITBE( DNIT ~ FIGIORH9 IIi 8I611RHH) DS 7250 Main.(ine Pipe CL 200 - 6", per $ 5.70 $41,325.00 LF Line:ar Foot 9400 Main,.ine Pipe CL 200 - a^, per 7 g$ 74, 072.00 D2 $ , $ LF Line+ar Foot D9 80o Main::ine Pipe CL 200 - to^, $ 1 0.95 $ 8, 760.00 LF per ].,inset Foot D4 a7o Main:.ine Pipe CL 200 - 12", 1 4.80 $ $ 12, 876.00 DF per linear Foot i All ctanal Crossings !s^& a^) S 30, 500.00 30, 500.00 D5 LS per sump Sum $ Da 1 Mainline Fittings, complete in $ 18, 425.00 S 18, 425.00 z S p1acE~, per LumA Sum 1°° Revision PROPOSAL. YORM YAOS 13 OP iB ADDISNDUD7 NO. 1 ATTACFDMENT NO. 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 16/23 I II III Iv v BID QTY & DNIT PRICE BID ITEM &XTB2Q3ION ITEM ~ OHIT DSBCRIPTION ZN PI60R83 (QTY Y OMIT PRICE ZN PIOORBS) D7 ~ Mainline Ea l Gate valves - 6", per $ 535.00 $ 4, 280.00 ~ c D8 ~ Mainline Y sate Valves - e^, per $ 750.00 S 2, 250.00 Eac as ~ Mainline Gate valves - to^, 1 225.00 1 , 225.00 $ , $ par Each D10 1 Mainline Gate Valves - 12", 1 625 00 1 , 625.00 EA per each . S ~ $ D11~ SA Air aeleaee valves - 12", per $ 585.00 $ 4,680.00 Each as2 ~ Plus:.ling Grain valves, -per 00 685 425.00 3 Each § . $ , TOTi~~L PART D (Item Dl through D12): PART T: ALIAWANC& LTSMS $ 203,443.00 I Ix IIx xv v SID ITEM SETBH$ION HID 4TY & D88CRIPTION O1QIT PRICE (QTY X SHIT PRICE ITDf OMIT S4i PIGRRRS TIQ FI60R88 ) Alloy°ance for Pump station i Modit:icationa per B1 LS Specifications, complete in $ 35,000.00 $ 35,000.00 place per L_ gip, sum 1i° Revision PROPOSAL PORM PA4E 1a OP 1S ADDENDUM N0. 1 ATTAf`ttMFniT Nn . 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 19/23 I II III Iv n BID QTY ~ D739CRIPTION UNST PRICE SiD IT73l4 8%T$N920N IT17M LIN=T IN FSOLIR$a (QTY Z UNIT PRICE gN PI6LTR$8) A31~:twance foz Misc Drainage 8Y i MOQ:;.fiCatiOAB, complete in Ls pla~~e per $ a5, 000.00 $ 25,000.00 Lum ! Sum TOTAL PART E (Stem E1 through E2); $ 60,000.00 PART F: DEDVCTTVI ALTERNATE (HOLES 15, 16, 17 & 18 TEE) I II xss xv v 7sxa QTY & DgsCRIPTION L7L•LIT PAIC$ AID IT7~6 13%T$NSION IT7CN LLNIT IN 1PIOL7R88 (QTY 8 L7NIT PRICE gQ Dedu::t for all irrigation work P7 ils on x,~iea 15,1x,7,7 anfl i8 Tee 87 750.00 $ ~ $ 87,750.00 area as shown on plans, oomp:.ete, pez Lump sum Repa::.r, replace or modify F2 1 LS exist::inq system ao as to be f ll • i l $ 9, 925.00 $ 9, 925.00 u ~ operat ona , per Lump Sum TOTAL DEDUCTIVE ALTERNATE (Stem F1 - F2): 1°E Revision RROPOSAL FORM PAGe 15 OF 18 $ 77,825.00 ADDENDUM NO. 1 ATTACL7DLENT NO. 1 11/21/2006 11:48 TOTALS: HASS HID - 8263802 TORO ENGINEERING DESCRIPTION PAGE 20/23 TOTALS Total Part A Item Al $ 20,895.00 Total Pax't H Items 81 through B13 $ 558,282.00 Total Part C Items C1 through C10 $ 152,956.00 Total Part D Items D1 through D12 $ 203,443.00 Total Part E Items E1 through E2 $ 60,000.00 TOTAL BASE HID - TORO (Parts A,H,C,D aIId E): $ 995,576.00 TOTAL PART F - DEDUCTIVE ALTERNATE - TORO $ 77,825.00 TOTAL BASE HID LESS DEDUCTIVE ALTERNATE-TORO $ 917,751.00 PLEASE NOTE: 8]~D QUANTITIES ARE FOR BIDDING PURPOSES ONLY. ACTUAL QUANTITIES MAY VARY AND WILL SE DETERMINED BY ACTUAL FIELD CONDITION:3 ENCOUNTERED DURING CONSTRUCTION. The undexaigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bide, that he agrees to do the work, and that no representations made: by the City are in any sense a warranty but are mere estimates for the gv.idance of the Contractor. Upon notification o£ award of Contract, we will within ten (10) calendar days executE the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Sond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5$ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within t:he time above set forth ae liquidated damages for the delay and additional work paused thereby. Ninority/ldinority Business Enterprise Participatioa: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addressee of MBE firma participating in the contract and a description o= the work to be performed and its doLLar value for bid evaluation purpose. 1°E Revi a ion PROP09AL FORM PAGH 16 OF 1B ADDSNnUM NO. 1 ATTACHId$NT NO. 1 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 180 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 date shown above. ATTES . i City~~Secretary CITY /OS~C7ORPUS CffitISTI By: (/// Oscar Martinez Assistant City Manager APPR D AS APO GAL FORb3:~ By:~ e~// Asst. City Attorney ATTE T• (/I//ff/C~/Jor ra ion) A/~iY / (Seal Below) (Note: If Person signing for __ corporation is not President, attach copy of authorisation to sign) 3`/ COUNCIL „_.CC.~.~.1d .~ ............... ~Lt SECRETARY~h By: ~ i ~~ U5 Pet Anaya, P.E. Director of Engineering Services CONTRACTOR •~ "'•• " o:'+. c Mid- rice Golf Lan c ~ I Y : F BV. . ~ ~ \ r ~ r~i c. ~ '~ ~..) 4~ `G Title: $.~c.- j~, cY ~~ ~'//~ QG~,~ ~- . ~ ~ - ~, ' ` r - C~ ~•` ;,. 1621 S . E . Summit Ave . d~ (Address) ~nnun~ LEE'S SUMMIT , MO 64081 (City) (State)(ZIP) 816/524-0010 * 816/524-0150 (Phone) (Eax) Agreement Page 2 of 2 a"$'~~ Q~nd lo~c~ e .~ ~ 'g"" .lantiarv "'"' "'009 1'u: Sylcia :lrriaga. Contract Administrator C'it~ of Corpus Christi (ingineering 1301 Leopard St. Corpus Christi_ TX 73~}O] Ke: Project Number ~ X97 Oso Beach lrrigalion hnprocements f hcarbc ackno~~Iedge and authorize ~9ikc Cordell. Secretar~'T~reasurer to sign ccmUacts fbr the Os'o Beach h'rigation Improvcnlents Project. Project Numhcr ? ±97. I1 tie mac be of am' furlhcr assistance in this manner. please don't hesitate to contact mc. Respect/fi/dly~Yours. Richard P.13oclan President 1621 SE Summit Ave., Lee's Summit, MO 64081-3291 Phone: (616) 524-0070 Fax: (876) 524-0150 11r'?1~26ea a :aa az6aeez tN~i~ttKlryu P R O P O S A L F O R M E' O R Golf Cour~~e Improvements (Existing Courses) - Oso Beach Irrigation Improvements PROJECT NO. 3997 DEPARTMBDiT OF ENGINEERING 88RVIC$8 CITY OF CORPIIS CHRISTI, TEXP,9 1'° Revision -ROPOSAL FO[iM PAO& 1 OF 18 ADDSNDDDS NO. 1 ATTACHMENT No_ 1 11/21/2008 11:48 8263802 ENGINEERING PAGE 06/23 P R O P O S A L Place: Oso Beach Irrigation Improvements (Existing Courses)'Project No. 3397 Date:. Dec. 2 2008 Proposal Of Mid-America Golf and Landscape, Inc. , a Corpo:;:ation organized and existing under the laws of the State of Missouri OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: ___ The undo°:rsigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: Golf Course Improvements (Existing Couraes)- Oso seaoh Irrigation improvameats PROJECT N4. 33397 at the locations set out by the plans and specifications anal in strict accordance with the contract documents for the following prices, to-wit: 1" Revision PROPOSAL FORM PAGE 2 oa ie ~DgNDpls NO. 1 ..,...... ............ .... ti 11/21/2006 11:48 8263802 ENGINEERING I'AGt b//Z3 PACRSRY CHANNEL BOAT RAMP PARI(IN(3 LOT AND ACCESS ROAD PROJECT NO. 3295 BABE SID - RAIN B:LRD PART A: MOBILIZATION/DEMOBILIZATION I xs Izx Iv v HID QTY a DNIT PRICB BID ITBM BRTENSION ITBM ONIT DHSCRIPTION I17 FIOQR88 (QTY R DNIT PRICB • IDT PIGVRES) Mobilization/Demobi zation which includes but is not limited to bonds, insurance, construction fencing, removal of temporary ramps, and all Al Ls other items required to 8 20, 895.00 g 20, 895.00 co l t th k b mp a e e wor ut not covered by other specific bid items, complete and in place, per ::.ump sum TOTAL PART A (Item Ai): $ 20,895.00 PART B: Bprililclers, RCV's aa8 QCV's x II Isx zv y SID QTY & IINIT PRICB BzD xTSx aRTHNSSON ITBM UNIT D88CRIPTION ~ FIGQRSa (QTY R L7NIT PRICB IN FI6'pRES) Full Circle Sprinkler #700E- Bi 548 ~'~ ACME, complete in place per E h 8209.00 g 114,532.00 ac 460 Part Circle Sprinkler #750E- B2 EACH ACME, per Each g 235.00 g 1 08, 1 00.00 54 Full Circle Sprinkler t1500E- H3 8AC8 ACME, per Each 8203.00 g 10,962.00 279 Part ~i rcle sprinkler #SSOE- 84 sACx ACmE, per Each 8 224.00 8 62, 496.00 1" Revision PROPOSAL FORM eA08 3 OP 1B ADDBNDVM N0. 1 ATTACHMRNT NO. 1 11"/21/2008 11:48 8263802 tN(i1NttK1N(i rrau~ uoi co I IZ IIZ Iy V BID QTY ~ ONIT PRIC8 SID ITBE! SRT827SION ITEM OlPIT DBSCRIETION IN FIDORBB (QTY R OMIT PRIC8 I1Q FIOORB$) B5 56 Qui~:k Coupling Valve q SNP, EACH per Each g 1 30.00 g 7, 280.00 HB 1341 Swi:.g Joints - 1 3(" (LASCO) , 23 00 30 843 00 EACH per Each . S g , . 5b swing Joints (QCV) - 1^ e~ EACH (LA:CO), per Each g 28.00 g 1,568.00 2 1 1/2^ PESB-PRS-D ACV Be EACH w/wilkins Valve, per Each g 710.00 $ 1,420.00 71500 Lateral Pipe - 2^ SCH 4o PVC, H9 LF per ,~inear Foot g 1 .58 S 11 2, 970.00 H10 Ls Late:-al Fittings, per Lump Sum S 1 , 250.00 g 1 , 250.00 Bii 275 Late:-a1 Isolation naives EACH w/BO::, per Each' S 225.00 g 61,875.00 1 Z4 Va±lt Aire sad mire 9plicea, H32 as required is the places and 48 750.00 B ' 48 750.00 S Lg epeclficatioas, per Lump Sum All <:artpath; Roadways or Bii z Maintenance Path Crossings, g 4, 500.00 g 4, 500.00 5 Coaczete or Asphalt, per Lump Sum TOTAL PART ]:i (Items 81 THRV 819): i°° Revision PROPOSAL FORM PA(JE 4 OP 18 $ 566,546.00 ADDSNDODS NO. 1 ATTACFIMLNT NO. 1 11/21/2008 11:46 8263602 ENGINEERING PAGE 0`Ji[~i PART C: CONTROL 3'YSTEM r Iz zzi rv v HID QTY i IINIT PRICE HID ITEM BETSRISION _~ ~I,r D88CRIPTION ~ HIODR83 ~O7iYg DNIT PRICE Iii RI6DR8H) 103 FD E.01 Decoder, C1 per Each g 368.00 g 37, 904.00 8A~ C2 192 FD 401 Decoaez, $ 242.00 $ 46, 464.00 EACH per Each C3 e3 FD 1)1 Decoder, ' g 121.00 $ 1 0, 043.00 EACH per sack C4 F LC Decoder Valve Box, per Each S 37.00 g 1 0, 1 75.00 I H 1 ~rour-ding Grid(s) as required S 2, 990.00 S 2, 990.00 C6 LS by Raffia Bird, per Lump Sum Iast~jll Maxi Comm. Cable #14- C6 ~ 2, ati required is the plane $ 14, 960.00 $ 14, 9.60.00 I 8 and rpeoirications, per L~ Hum Iaate•.11 Hoadiag Spire, sa C7 L required is the plans and $ 10, 1 75.00 g 1 0, 1 75.00 s apecifiaatioas, per Lump swn Cirres Central Computer w/ 4 C8 L9 LDI~ e , per complete in place, g 750.00 g 750.00 per iu-mp Sum 1" Revision nROR09AL FORM enc;s s an 1e ADDENDUM NO. 1 ATTACHMENT NO. 1 11/L1/L1710b 11:4b bLbJG 19L crvulrvccRlrvu I II III IV p BID QTY & UNIT PRICE HID ITEM EXTENSION ITSeS UNIT D8$CRIPTION IN FIOVRES (QTY R UNIT PRICE IN PIpDRES) C9 ns 5- !•ear GSP x49503, complete 5, 600.00 5 600 00 in )~laoe er Lum sum ~ , . 8 , p A C30 1 Freedom Haad Held Radios, ' LS Chaxgere and Pada, complete in $ 831 .00 S 831 .00 plate, per Lump Sum 1 Freeflom Pad Rit aad Related Cll L$ $o£tirare, complete is place, $ 4, 800.00 $ 4, 800.00 per Gump sum TOTA': PART C (Items C1 through C11): PART D: MAINLINE EIPE $ 144,692.00 I II III Iv v BID IT8M SXTENBION _ PR I DE$CRIPTION ~ ~ ~ (QTY 8 IINIT PRIC8 ITEM DNIT I C~ IN PIdURB$) 7250 Main:..ine Pipe CL zoo - 6", per 5 70 41,325.00 al . 5 B LF Lirie~~r Foot D 9400 Mdin:.ine Pipe CL 200 - 8", per 7 88 072 00 74 4 $ . . , $ LF Linet.r Foot 800 Mainline Fipe cL 200 - 10°, 10 95 00 760 8 D3 . 9 . , S LP per i~inear Foot 870 Main]ine Pipe cl. 200 - la^, 14 80 876.00 12 D4 $ . , $ LF per linear Foot 1°` ReViaion ReOP09Af. FOxFt PAOe 6 OP 18 ADDENDUM NO. 1 ATTACHMENT NO. 1 11/21/2008 11:48 6263602 ENGINEERING rH~t Li/G3 I II III IV V HID QTR & IINIT PRICE HID ITBM BXTFNSION ITHM IINIT D85CRIPTIOIQ I.N FIGIIR89 (Qq,Y g UDTIT PRICE ~ FIGIIR89) D i ASS Canai Cro9aings (6"a a") S 30, 500.00 500 00 30 5 . , 8 L5 per Lurtp Sum D6 1 Mainline Fittings, complete in 5 18, 425.00 $ 18, 425.00 L5 playa, per Lump Sum D7 F~a Mainline Gate valves - 6^ , per S 535.00 S 4, 280.00 Each De ~ Mainlline Gate valves - e", per S 750.00 $ 2,250.00 Each n9 B Main:.ine Gate Valves - 10", 1 225 00 225.00 1 A , . S , $ per ;each D10 l ~ Main:•.ine Gate valves - 12", aach er g 1 , 625.00 $ 1 , 625.00 p ~ Dll E Air ]release Valves, per Each $85 00 00 4 680 A . S , . $ D72 5 ~ Flushing Drain Valves, per $ 685.00 g 3,425.00 Each TOTl~.L PART D (Item D1 through D12): 1^` Revision PROPOSAL FOAM PAaB 7 OP 18 $ 203,443.00 ADDEND9M MO. 1 ATTACHMENT NO. 1 11/21/2008 11:48 8263802 ENG1Nttt21NG rH~t izrza PART $: ALL09PANC8 ITEM3 I xz xxs xv v HID QTY & - ONIT PRICB HID IT8ffi SRTHNSION ITHM ONIT DSBCRIPTION IN PICOR88 (QTY 8 UNIT PRICB Ili PIGORES ) AllOOaaae for Pump Station S1 i Modifications per .LS Specifications, complete in $ 35,000.00 $ 35,000.00 plae~ per Lump Sum A3lavaace for Miac Drainage 82 i Modi:`icationa, Complete in I, 3 l $ 25,000.00 $ 25,000.00 p ace! per Lump Sum TO"AL PART E (Item E1 through E2): $ 60,000.00 PART F: DEDIICTIVE ALTERNATS (HOL88 15, 16, 17 & 18 TEE) I xs xxx Iv v HID QTY 6 ONIT PRICB HID IT~6 iETBNSION ITHM OMIT DBSCRIPTION IIi FI4URSS (QTR R O1PIT $RICH I1Q Defluc:t for all irrigation work FS L on Hr1es 15,16,17 and 18 Tee $ 87,750.00 $ 87,750.00 S area ae ehovm on plans, compete, per Lump Sum Repair, replace or modify F2 n existing system so as to be $ 9, 925.00 $ 9, 925.00 S fully operational, per Lump sum TOTAL DEDL"CTIVE ALTERNATE (Item F1 - F2): $ 77,825.00 i'° Revision HAOP09AL FOPM PAl3E 8 OP 1B ADDENDUM N0. 1 ATTACHMENT NO. 1 11/Z1/ Zb/JD 11:425 DLD86YJL GIVI]1rvGGRirvu rr.v~ iai <.~ TOTALS: BASS SID - RAIN SID 3II1~ARY BIRD Total Part A Stem Al DESCRIPTION TOTALS $ 20,895.00 Total Part B Items 81 through H13 $ 566,546.00 Total Part C Items C1 through Cil $ 144,692.00 Total Part D Items D1 through D12 $ 203.443,00 Total part $ Items 61 through R2 $ 60,000.00 TOTAL TOTAL BAST PART BID F - ~ ]iAIN BIRD {parts A,B,C,D aa8 E); $ 995,576.00 DEI?IICTIV7$ ALTSRNATS - RAIN BIRD $ 77,825.00 TOTAL BASL HID LEE:~S DEDDCTIVE ALTRRNATL'-RAIN BIRD $ 917,751.00 PLEA3S NOTE: BID QIIANTITIE3 AR8 FOR BIDDING PURP03ES ONLY. ACTUAL QUANTITI:rS MAY VARY AND SQILL B!s DET$RMINED BY ACTUAL FIELD CONDITIONa' P.NCOUNTERED DURING CONSTRUCTION. 1'B Revision 9ROPOSAL FOAM pMfi 9 Ofi 1B ADD$NDUM NO. 1 ATTACHMENT NO. 1 11 /21 /21919tl 11: 4tl tlZb.iCtlZ trvulrvrcrtlrvu r.rv~ i».<o BASE SID - TORO PART A: MOHILIZA7ION/DEMOBILIZATION I SID. Iq.Epa II QTY & ~,I IIx DESCRIPTION . rv aNIT PEICS IDs FIb'ORES v HID IT80R lRTElaSION (QTY R mall PEICS ~ gIODR83) Mob:_lization/Demobilisation whi<:h includes but is not lim:,tefl to bonds, insurance, con:::truction Fencing, removal 1 of temporary ramps, and all Al LS othE•r items required to 895 00 $ 20 20 895 00 comFieee the work but not , . $ , . cove:refl by other specific bid items, complete anfl in place, per Lump Sum TOTAL PART A (Stem A1): PART 8: Sprinklers:, RCV's anfl QGV~B $ 20,895.00 I II III xv v Hxa QrY a mall PRICa HIa xrax saT~asxoN ITEM mall DESCRIPTION IN FIGOltE3 (QTY R mall PRICB IN FIGOEES) H1 548 Pull Circle Sprinkler nT34-46- EACH 33-5••DLE, complete in place 200.00 $ $ 109, 600.00 per ]'•ach 460 Part Circle Sprinkler DT35-46- E2 EACx 34-e•aLE, per Each $ 225.00 $ 103,500.00 H3 54 Pull Circle Sprinkler DT35-46- EACH 31-6•DLS, per Each S 200.00 $ 1 0, 800.00 H4 279 Part Circle Sprinkler DT35-46- ET.cx 31-6•aLa, per Each $ 225.00 $ 62, 775.00 56 Quick coupling valve # 474-04, DS EACH per Each 126.00 $ 7 056.00 $ , 1" Revision PROP08AL FORM pzce io of le ADDENDIIAS NO. 1 ATTACHM&N'P NO. 1 11/21/2008 11:48 6263802 ENGINEERING rH~ ioi~a s zx IxI Iy v HID QTY a DNIT YRICS HID ITEM EXTffiQBION IT$!S SNIT D88CRTPTION IN FIGQR88 (QTY 8 DNIT PRICB IN FIGfDR83) H6 1341 Swix,g Joints - 1 ~" (LABCO), rACH Per Hach S 23.00 S 30, 843.00 H7 56 9wiE.g Joints (QCV) - 1" EACH (LA:CO) , per Each $ 28.00 $ 1 , 568.00 H8 2 1 1/2" P220-27 RCV w/wilkina EACF1 valve, per Each S 71 0.00 S 1 , 420.00 H9 71500 Late.rai Pipe - 2" BCFI 40 PVC, LF per Linear Foot 1.58 S 11 2, 970.00 S H10 L9 Lateral Fittings, per Lump Sum ~ 1 , 250.00 $ 1 , 250.00 Hll 275 Ep,,~ Late:~:al isolation valves $ 230.00 S 63, 250.00 w/Ho:~c, per Each ~ 1 24 volt hire aafl wire splices, 48, 750.00 48, 750.00 H12 LS i d i ~ h , $ S ~qu re ae s~ s t a places anfl epec::ficatioae, par Lump Sum All t:artpath, Roadways or H13 L Mainl::exlance Path Crossings, g 4, 500.00 $ 4, 500.00 9 Conc7"ete or Asphalt, per Lump gum TO PAL PART B (Items B1 TEiRII B13}: $ 558,282.00 1°` Revision PROPOSAL FORM nA06 11 OF 18 ADDBNDLthI NO. 1 ATTACHMENT No. 1 11/Y1/2{9tli3 11:4kf tlZb3GtlZ tfvulrvttKlrvv rwa~ io, in PART C: CONTROL S':fBTEM x II III Iy - v 8ID qTY 4 ~ .~_..,-:~.. ''~ UR2T PRICE SID ITEM aTEN3ION ITEM [JNIT DESCRIPTION IN lIODREB fq'1'x S DNiT PRICE IN lIaDR$S) c1 318 EACH DEC-iSP-4 Decoder, er Each $215.00 5 68, 370.00 p C2 77 DEC-isP-2 Decoder, $ 1 66.00 $ 12, 782.00 EACH er Each p C3 63 aEC-isP-1 necoder, 1 11.00 6, 993.00 EACH er 3a h $ S p ` C4 ~~ Deco 9er valve Sox, per Each 9 3 7. 0 0 $ 1 0 , 1 7 5. 0 0 C 1 Grou~lding orid(s) ae required $ 2.535.00 $ 2, 535.00 S LS by T~~rO, per Lump Sum Iast;ill Toro Comm. Cable #14- 1 2, an requirefl in the plane S 1 1 , 440.00 1 1 , 440.00 C6 Ls safl ;~peciPicatione, per Lt~iap 8 gum site Pro Network GDC Computer c7 zS w/ e::tra decoder gateway, per l i S 26, 218.00 g 26, 21 8.00 comp::.ete n p ace, per Lum sum CB 1 5-Ye;ir NSN, complete in place, _p_ LS ~ -0- $ per I.,umA gum 1 Hand Held Radios, Chargers and C9 LS Pada, complete in place, per $ 7, 364.00 g 7, 364.00 c,ump sum 1°` Revision PROP09AL PORn eaOfi 1~ OF 1B ADDENDIIM NO. 1 ATTACHMENT NO. 1 11/21/2008 11:48 k3'lbali0'L tNhlNttKlNh rr+u~ in~o I II III Iy v SID QTY & OMIT PRICE HID ITEDQ ERT$pTSION ITEIt ONIT DESCRIPTION IN FS6ORE3 (4TY E ODiIT PRICE _ ~ FIaOAH3) i (i)i•riem with VOZ Aflapter aad C10 LS Dat::. Traaeler, complete 3u $ 7, 079.00 8 7, 079.00 piac:e, per Lump sum TaTAL PART C (Items C1 through C10): $ 152,956.00 PART D: MAINLINE i~IPB I II xxs rv v HID G'I'Y & OMIT PRIC$ BID ITBOS EXTENSION ITEM ONIT DESCRIPTION IIQ BIOOItES (pTX E ONIT PRIOR I!i FIOIIRSS) ai 7z5o LF Main.ine Pipe CL zoo - 6^, per Li F t $ 5.70 841,325.00 neir oo a2 9400 F Main..ine Pipe CL 200 - S^, per l 8 7, gg $ 74, 072.00 L L nei~lr Foot D3 800 LF Main::.ine Pipe CL 200 - io^, 7 i $ 1 0.95 $ 8, 760.00 per ., near Foot D4 870 Main:.ine Pipe CL 200 - 12", 8 14 80 876 00 8 12 LF t li F . , . per near oo D5 1 All ('anal Czoseings (5^& a") $ 30, 500.00 30, 500.00 LS per bump Sum $ Ds 1 Mainline Fittings, complete in g 1 8, 425.00 8 18, 425.00 t S place, per Lump Sum 1" Revielon PROPOSAL PORM PAOR 1] OP 1B ADDENDIIM N0. 1 ATTACHIdENT NO. 1 11/21/2008 11:48 8263802 trvulrvnnKirvu r.,..~ ..,. <., I II III Iv v HID QTY & ONIT PRICE HID ITBeR 88TSNSION ITt4Q ONIT DSBCRIPTION IN FIGOR83 (QTY 8 UNIT PRICE ~ PI6O883) D7 ~ Mainline Gate valves - 6", per S 535.00 280 00 4 Eact ~ $ . , De EA Mairiine Gata Valves - e^, per 750 00 250 00 2 EacY . S S , . as ~ Mainline Gate valves - 10^, 1 225 00 1 225.00 E h , . S S , per ac D10 E pezni Gate valvee - is^, 1 625.00 625.00 1 A ach , S $ , Dil ~ Air 'teleaee valves - 1 h 2", per S 585.00 g 4, 680.00 Eac Dia ~ Flus:.ling Drain valves, per 685 00 00 3 425 r Each . S S , . TOTi~-i, PART D (Item D1 through D12) : $ 203, 443.00 PART E: ALLOWANCE ITEMS I xI xxx Iv v HID ITBN SBTEN31ON BID QTY a OtQIT PRICR DESCRIPTION (QTY X SHIT PRICE ITDI OMIT IN FIGDR83 IN FIOORtdB) Ailovaance for Pump Station i MOflif:ication9 per 8i ~LS Specifications, complete iri $ 35,000.00 S 35,000.00 place per Lump, sum i•° Reviaioa PROPOSAL PORb] PAGE 14 OP 19 i1DDENDIIM N0. 1 ATTACHMS'[~T.C NO. 1 11/21/2008 11:46 8263802 ENGINEERING PAGE 19/23 x II III Iv v 92D ITgpQ QTX & UNIT D$$CRIPTION SNIT PRICE HID IT8:4 H8TSN8ION IN FIOQR$H (QTY E UNIT PRIC$ IN 8IG•URRS) Alicn+aace for MiaC Drainage 82 1 Mofl:;.ficatione, complete in LS p1a~'~e per $ 25,000.00 $ 25,000.00 Lumt! Sum TOTAL PART E (item Ei through 82): $ 60,000.00 PART F: DEDIICTIVI ALTERNATE (HOLES 15, 16, 17 & 18 TEE) 2 II xxx Iv v HID QTY a DS9CRIPTION ~' PRICE HLD I?HM BYTSlIHION ITSE[ IINIT IN FIOIIR83 (QTY S DNIT PRIC8 ffi Dedu~:t for all irrigaeion work P1 ils on x,~les 15,15,17 aafl 18 Tee g 87.750.00 $ 87, 750.00 area as shown on plena, complete, per Lump gum Repaa.r, replace or moflify F2 i LS exisl::ing system ao as to be full~• o er tion l S 9, 925.00 $ 9, 925.00 p a a , per Lump Sum TOTAL DEDl1CTIVE ALTERNATE (Item F1 - F2): $ 77,825.00 1O0 Revision AFOPOSAL FOAM PAGe 15 OF 18 ADDENDUM N0. 1~ ATTACH2dENT NO. 1 11/21/2008 11:48 TOTALS: 8263802 ENGINEERING PAGE 20/23 SASE HID - TORO DESCRIPTION TOTALS Total Part A Stem Al $ 20,895.00 Total Pazt H Items B1 through B13 $ 558,282.00 Total Part C Items C1 through C10 $ 152,956.00 Total Part D Items D1 through D12 $ 203,443.00 Total Part H; Items E1 through E2 $ 60,000.00 TOTAL BASE SID - TORO (Parts A,H,C,D and E): TOTAL PART F - DEDUCTIVE ALTERNATE - TORO TOTAL BASE BID L833 DEDUCTIVE ALTERNATE-TORO 995,576.00 $ 77,825.00 $ 917,751.00 PLEASE NOTE: B]~D QUANTITIES ARE FOR BIDDING PURPOSES ONLY. ACTUAL QUANTITIES MAY VARY AND WILL BE DETERMINED BY ACTUAL FIELD CONDITION:: ENCOUNTERED DURING CONSTRUCTION. The undexaigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by hie bid or bide, that he agrees to do the work, and that no representations made: by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days executE the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5$ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within ~:he time above set forth ae liquidated damages for the delay and additional work caused thereby. Minority/!~[inority eueAneea Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE Firms participating in the contract and a description o. the work to be performed and its dollar value for bid evaluation purpose. 1°E Revi a ion exorosAr. Foxrt P.9G8 16 OF 18 ADD'SNDUkt NO. 1 ATTACHMENT N0. 1 11/21/2008 11:48 8263802 EIJ6INEERING rHUt_ L1/ L3 Number of 3igaed Sete of Documents: The contract and all bonds will be prepared in not: less than four counterpart (original signed) seta. Time o:' Completion: The undersigned agrees to complete the work within 180 oaleadar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sim or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): `(SEAL.,~.~,_IP BIDDER IS ;; a~`Corporatian) Ii `I -~' 1QOT$~ Do not detach bid from other papers, Pill in with in). and submit complete with attached papers. Respectfully submitted: Name: -America Golf and LAndscape,Inc. By: (SI[,11~li~,TVRB ) Address: 1621 SE Summit Ave. (P.O. Box) (Street) Lee's Summit, MO 64081 (City) (8tate) (Zip) Telephone: 816-524-0010 1°0 Revision PAOFOBAL FORM FA08 17 OF 18 (Aevf~sed August 2000) ADDENDiJEi 130. 1 ATTACHMENT NO. 1 P E R F O R M A N C E B O N D Bond No: 90036879 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Mid-America Golf and Landscape, Inc. of JACKSON County, Missouri, hereinafter called "Principal", and The Guarantee Company of North America USA , a corporation organized under the laws of the State of Michigan 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", in the penal sum of NINE HUNDRED NINETY- TIVE THOUSAND FIVE HUNDRED SEVENTY-SIX AND NO/100 ($995,576.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 13TH of JANUARY 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: GOLF COURSE IMPROVEMENTS (EXISTING COURSES) OSO BEACH IRRIGATION IMPROVEMENTS PROJECT NO. 3397 (TOTAL BASE BID: $995,576.00) 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 Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be -~ performed thereunder. Performance Bond Page 1 of 2 This bond 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 Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 19 day of January 20 G9 PRINCIPAL Mid-America Golf & Landscape, Inc. By: SURETY & Title ~_ _ ,~ t, , The Guarantee Company of North America i1SA 248/281-0281 ,;..p..~._ 25830 Northwestern Highway, Suite 720 ~., `'~,~'(` Southf~ie+l(d),,,MI,,/48375'( , ,-~ .y~'•', -I_k,~(,(-( ~ ,, Attorney-in-fact c/o THOMAS MCGEE, L.C. ',-, ~j~'/!; Tirvla T Nntt nOn t4AIN CT STE. 1700 ~~~,~~~~(''~ (Print Name) PO BOX 419013 " KANSAS CITY, MO 64141-6013 816/842-4800 The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: Swantner & Gordon Insurance A,eencv Mary E11en Moore FO Box 870 Corpus Christi, TX 78403 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of con tra ct)(Revised 3/08) Performance Bond Page 2 of 2 (Print Name & Tit ) P A Y M E N T B O N D Bond No: 90036879 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Mid-America Golf and Landscape, Inc. of JACKSON County, Missouri, hereinafter called "Principal", ands Guarantee Company of North Aperica ffiA a corporation organized under the laws of the State of Michigan , 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, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of NINE HUNDRED NINETY-FIVE THOUSAND FIVE HUNDRED SEVENTY-SIX AND NO/100($995,576.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 13TH day JANUARY 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: GOLF COURSE IMPROVEMENTS (EXISTING COURSES) OSO BEACH IRRIGATION IMPROVEMENTS PROJECT NO. 3397 (TOTAL BASE SID: $995,576.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the 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 time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given £o meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 19 day of January 2009 „„~ ~„~ .. PRINCIPAL ~ •"''"•• 1~d-America Golf & L~dsca I ` '' t~ ~~ /`~^ ~~ (~~ p yJ' { i' v :, S ~ By ` '^`` 41 T //y 1 (Print Name & Title) 3VRETY The Guarantee Ccnmanv of North America i1SA 24R/ R~Rt~'• 25800 Nort}metern Highway, ,Suite 720 ~~ ^;/ ! , Southfield, hII 48075 ,`~'~ "•J, _ ~ BY~ ~~ ~ ~ l~I~GG~ ~ f(d' ~s ~ ., T, Attorney-in-fact ;{~ ji 1 !'r, Linda L. Nutt c~O THOMAS MCGEE, L.C. , , .7; ~ > (Print Name) 26ioh41fdST.,.6TE.1766 '-~r"~' ~~~`~~' PO BOX 419013 KA6N/gS4AS CITY, MO 64141-6013 The Resident Agent of the Surety ini Naeces0 County, Texas, for delivery of notice and service of process as: ~ncy; Saantner & Gordon Insurance Agency Contact Person: ~Y IIlen !"bore Address: PO Box 870 Corpse Clu~sti, TX 78403 Phone Number: 3fi1-3B,3-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/06) Payment Bond Page 2 of 2 THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its pdncipal office in Southfield, Michigan, does hereby constitute and appoint Barbara A. Miller, J. Douglas Joyce, Linda L. Nutt, Michael T. Kelly, Brenda L. Linze, Eric Van Buskirk, Eugene A. Klein, Thomas M. English, Thomas P. Latz, Michael L. Swift Thomas McGee, L.C. its Vue and lawful attorney(s)-in-fact to execute, seal and deliver for and on ifs behalf as surety, any and all bonds and undertakings, contracts of indemnity and other wdtings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, centract or otherwise. The execution of such Instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and aGcnowledged by Its regularly elected officers at the pdncipal offce. The Power of Attomey is executed and may be certified so, and may be revoked, pursuant to and by authodty of Article IX, Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authodty; . 1. To appoint Attorneys}in-fact, and to authodze them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other wdtings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authodty given, except as provided below 3. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authodty hereby given to the Attomey-in-Fact cannot be modified or revoked unless pdor wdtten personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocetion. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 31" day of December 2003, of which the following is a true excerpt: RESOLVED that the signature of any authodzed officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of Indemnity and other wdtings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by Its authorized officer, this 12th day o~rA""'EEOO~ of January, 2009. ~` THE GUARANTEE COMP~NY OF NORTH AMERICA US -`T`'~, ~~ ~ ~ ~wMEMS'' STATE OF MICHIGAN Stephen Dullard, Vice President ndall Mus I n, Secretary County of Oakland On this 12'" day of January, 2009 before me came the individuals who executed the preceding insWment, to me personally known, and being by me duly swum, said that each is the herein descdbed and authodzed officer of The Guarantee Company of North America USA; that the seal affixed to said instmment is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said Company. Cynthia A. Takai IN WITNESS WHEREOF, i have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North Amedce USA offices the day and year above wdtten. _ County of Oakland , My Commission Expires February 27, 2012 ~r~~. ,~ „ Acting in Oakland County ~1 / ~.~, ~. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and cerrect copy ^f a rower of Attomey executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. Ifd WITtrESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this ~ q day of ~(2h LaQr~ ~ d O Q ..sNTEE pQ r-,'~~m@. .G ~R~)IwMfP~~P andall Mus n, Secretary State of Texas COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box ]49091, Austin, TX 78714-9091, FAX #(512) 475-1771. This notice of complaint procedure is for information only and does not become part or condition of this bond or policy. CLAIM NOTICE ENDORSEMENT: In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: The Guarantee Company of North America USA 25800 Northwestern Highway, Suite 720 Southfield, MI 48075 Phone: 248-281-0281 "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event The Guarantee Company of North America is unable to fulfill it's contractural obligations under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. 11/21/2008 11:46 8263802 tNU1NttK1NU r.+u~ cu ~.+ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi OrdinE:nce 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following infonna tion. Every question must t>e answered. If the question is not applicable, answerwhh'NA". FIRM NAME: Mid-America Golf and Landscape, Inc. STREET: 1621 SE Summit Ave. CITM;Lee's Summit, MO gyp. 64081 FIRM is: 1. Co ration 2. partnership 3. Sole Owner 4. Association 6. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "empbyee" of the Clty of Corpus Chrlstl having an "ownership Interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) 2. State the names of eaef~~ "offlclal" of the Cky of Corpus Christi having an "ownership interest' eonatltuting 3°k or more of the ownership In the above named "firm". Name Title N/A 3. State the names of each "board member" of the Clty of Corpus Christi having an "ownership interest" constituting S°k or mon7 of the ownership in the above named "firm". Name Board, Commission or Committee N/A A. State the names of each employee or officer of a °consultanY' for the City of Corpus Chrlstl who worked on any matter related to the• subject of this contract and has an "ownership interest" constituting 3°~ or more of the ownership in the above named "firm". Name N/A Consultant CERTIFICATE I certifv that all information provided is true and correct as of the data of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements wilt be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Signature of Certifying 1" Reniaion PROPOSAL FOAM PA06 18 OF 19 ADDENDUM NO. 1 ATTACIt1dENT NO. 1 11/ [t/ t~JL9G 11:4tl tlZbdtll9Y tNCilNttK1NG F'ACit '13/'La DEFINITIONS a. "Board Member+', A me When of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part t(me basis, but not as an independent contred ar. c. "Firm". Any entity ope•~ated for economic gain, whether professional, indus4ial or commercial and whether established to produce o r deal with a product orservice, Inoludng but not limited to, entitles operated In the form of sole proprietorship, as salt-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizatbns. d. °Officlal". The Mayyor, mrrmbere of the City CounGl, City Manager, Deputy City Manager, Assistant Clty Managers, Department and D'nrisior Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Cwnership Interest'. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held thror ugh an agent, Dust, estate or holding entity. "COnstructhrelyhald" refers to holdir-g or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or fine, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional rnnsultation and recommendation. 1" Revision PROP09AL FORM Pecs i9 of ie ADD16D7Dtl1~ NO. 1 ATTACFDQENT N0. 1 ACORD CERTIFICATE OF LIABILITY INSURANCE orc ~ °"'°""°°"""1 MIDAI!-3 01 22 08 PR°DUCM THN3 CERTIRCATE Nl ISBUED AB A MATTER OF INFORMATXIN ONLY AND CONF6i8 NO RNiNTB UPON THE CERTIflC11TE L. C. Thasas Noooe HOLDER. THIS ClJ1TIMCATE DOER NOT AMEND, EXTEND OR , Sox 419018 - P 0 ALTER THE COVERAGE gFFORDEO EY THE POLICIES HELOW. . . Naneaa City LmO 64141-6013 PbOao: 816-892-4800 Pax:316-472-5018 P18URER8 AFFORpp16 COVERAGE ~ NAICA eInIRE° anNF.RA "rYLYn imuwa CaiMY manEae: Amerisure t4utual* A~mmeer~ sandscape, / t n diia Gilt ~ ~ dil G Gpp aa ~ pp t r ~ S8 S 1 ~ Le 1 waraxo: 6908 t s NRXaFR@ COVERAGES nePauc~esaP sm>awce ueieoaaowlMYE eases aaleomna waaEO was:o"BOVEtMnE PoLxwPeaao sprwr~. Norv~nnasvnsc amaEa:slaair, resn orecararla+aPnlr caN:n"Cr atoneeooaMeNrYxtel~ECrmwlsa+ivss eimsic"1Ew~Y ee ren~ ae Lar PD7TAN, rxE smvas+cE rFSOwEOernf Paea:s OEBCRIBEDIEI~N IBSUeJH.7roALL11E . exctusioNe"rro c0lOrtI0NS°F alai palgE8.lYBfpiEe"1E l/AIrS eN0YM71MY 14SYE aBNPEdIC®6YPAID ~. UR IYPa OF P0.IGY IRIM1iR Lmrc6 mercy Fwwo ti 000 000 8 X X N1w6tCU•LOC~wa LUautt CPP2052574 ~ 03/25/08 03/25/09 P Ee~ 1100,000 ~I,ypE O°~qp ~ M~176'Wpe11P~P) i5 000 ~ X XCU PEeeonv.srovwu+Y 11,000 000 X Slkt Contractual ceew.."iE 12,000,000 °Er+t~a"n:LSar/wPLSSPErt: Plwoucra•mwroPAO° 12,000,000 Foua ~Lr Loc Isrt osoesELUeam/ L*"rc 1,000,000 A X X nxvnrco CA2052570 D3/25/OS 03/26/09 PJ°OCb"~1 "u ow~oa~s samxe°auros / ~ ~ i wr+EOwros ~ i Nom tyros I PRW~fN1Y °IYA°e tle + i . Inree N 1 OM"aE UA&LIIY NIr°pLY•EAACC~EENr i MIY NJf0 0711ERTYW EAACC 1 /e1100M.Y: AUC i ~"LUaLm• E/Yg10CC11W1f3/CE 2,DDD,DDD S oms ~ cwassumE CU2052576 03/25/08 03/2 ~ 9 wrE i 2 000, 000 ~ i OFDUCTIBLE : PE7ENrroM1 s 10 , 000 i YY0KKeU GOtl~710NAlA X TpiYLNfS ER A fiC2052572 03/25/08 03/25/09 E.L.EACIIADCIDEM ti 000,000 ~~ 0FFxEPeB.BEREN0.LOEm / ~ ELOreEA1E-FAF]..WLLOYEE s i 000 000 u~~~,l~ eLasFwsE-PLLIGYL 11 DUD DDD OTMa DE OF DP I e L / Re: Project Names - #3397 Golf Course smprovemants (Existing Courses) - Oao Beach irrigation saprovementa. The City of Corpus Christi is named as / additional insured on all general liability and all automobile liability pollcias. City o! Corpus Christi Rapt. o! Engiaeering Services Atta: Contract Administrator P.O. Hox 8277 ' Corpus Christi TX 78968-9277 CORPCH2 wmuLONF/orna"aoveoetcss®POLlcaewCU+cetLE°aKaxEna mmn"non / oAYeTHEReoF.nameuNawas+sav"ucwEAVmmswL 30~aYSVmme+ I+oYlee YoYxe cEensicme Naoee raseoroYxE LEhT, eUf FaLURETO oo soawL arose No amn"YUxae Laesm or urrwlmuroaYle slauwL rcs uxNre a+ nemae~lr"mEe. IMPORTANT If the cert'rfioate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certiflcate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and condftions of the policy, certain policies may require an endorsement. A statement on this certificate does rwt confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Cart'rficate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the oertifroate holder, na does it atfirmathre{y or negatively amend, extend or aRer the coverage afforded by the pdides listed thereon. / .~ Nsmsd inauredt Mid-Aneriae 801€ & Lendacape~ tic poll~cy ITo. CPP 2052574 T1~5 I~DOttb[MENt CHANIitB TH6 POLICY. PL6A3E READ IT C/IitBPULLY. CONTRACTOR'S BLANKET ADDITIONAL. INSURED ENpORSEA~ENT 'nde ettdorernant tnodMles Naerartq peMded tetde-ihe N>IowUty, N oTBte btme, ptavhione.sttt?Iwlone, end emNeltatte otUecowrapetortn attplyataetptae epedlleekysNded beNtw. BtGTION V • YYl10 Is AN Wd11RE0 Nt amended to itduds ee en Ntttund any pnsatt or otyp'tt~lfo0. caAed an eddMOt1M Ntsteed p1 ~ endeteemenC t.• Whom you ers requYad b edd w an addlWmA Ineund an tlde poNgr utder awdllet+oodreat ar agroensnl . nib ypR btn~Ntee~ a . S. WNo k nerved ae en addWatel Nteteed uaderitY pobyoe a oertlfbeM d Netuanoe. ~ Howwrr.lMwNMnaonlract,aQteementotoe~tlAoebdYuuraineemadrotNiro+dtNbaMM~redatadaPoratlmo padoddteMgUe Irm ottltls peloyMtd baaenouled pibrbtlts'bodtY Nrw~/.'P~P~Y~augd.'poreoae~L~rY. ~/ or"adrMpMeOlryirY'yMnOAeeEOedalmutOKfiltpollgr. N, hprNar.'yarwlt eiee ooeettetteed under a MIMt otNtemt orxndc on1~, aw)eot b a wdseetpta~t rodueYsn b n ef~eA p~atMlga~W Mntetada, ~w~adtRlbal b>~ ~ spedMd nl qde enda~ ~ bs 9. YlhssddiBatMiMtttadNr. • {y AA Nelrlduel, tletlr spans Ns also m eddNoml Nutted. Qf) A P ar joYd Yemurs,mute, ptttiners, and tlnirsponeee M eNw eddllonsl hourba. ~ 14MegedAe60t!'aompsnY~nAMl~etsandmrxYMaerlaNpadNdondNtsaradb. (~ M arovad416a~iM NeeerM. Slodclbld~an an~aAO ~Itlonel Natueds. btd q'IyMAUIroeM~E01haYMettllgrMNDd@roldwe. (s) A NwL Yoe eh en Ntetesd. YourlnteMee era eNto Ineurode, ted ordywNh mPeal b ihelr duNss as NueMee. The NqurMloO P b iht adtMtlsnM bettttad N NeAed a totowse 1. • Tlwt psnott a• tttpanleedon k eny an eddgotpl hteured atln tsspeet b lb>yb edNnp atd of. (~ Pmmbeeyauawn~rnt,Nore,orooiagwar . (bl• YburorpttNtpaperetlonepettgnNdNtrlheteddlportMlneusd.uMsalhesnibertcmAretdorsyroenwtttar lheosAlbMledNwrenosrequMa aowreDe(awo~ololMameMMWin+eddchcese rieogv~apepaeWdeOeheMatdendN~NxtlMraddlfarlFinaad. - . PtstN~ee, ae rsttQeohh tlAe pto++Mon. etaN InoWds oatrenonor puMk erap shoal auah praeleen ifso wquNed M Iltswtlhn aonVaatare~psetpent. p~oNpopetrlbtw, as reryteob triispnevlekrt, does not epph ro ~bodyN~ey' or'propsdy detnapd' ooamhtY sear (~~ (~elte~rthemm~nNiattet~ 6epeAamedbY~1nM0~f~eaddMlertalNtewsd(e)at eeake of tlfsaovseeapeteYoetsheebam caeptebd: or Ntdudes copydgitbd tnelerM aI htNaartce 8ervlose OIAos. Nom, vrhh Me pertttpebrt, ()spytlQhtNaureses8antloestltBce, Nto.. 20D8 ccr yeaeos a ~• ~ of s t7) That porllon a 'your work` out of whkh 1M- ~ srdemeps ~ 1bs been put 10 ks UiMndsd uee by arypsrson aaryaNaeiai other ~ e~glMlroonUacloraauboa+haaborrga8ed in pedonnht0 opsndiem lore prkiofpsi ass pertalhssamsprajsol. 2. n~Omraanw.,osepp,c.et.au,eaaa~n,ainnreaareurteanara.sepec~nea~hm.wnw, egrYaetaa0rarnrd,abthsal~os6sdMmrsaealnOoDseYrs9arrtorOYapo2oy. nyoaaleoany antla~hrsNa polo,;.nd0awrlwnclntaaa epnernsrrtaasr~ode sf inelxsnos aegArst9ratlhsadAOorwl ruw.a eeer+e.Mro epphrEo awn llmbrerM polry.an~nlra beerMw.ewleebl.baM,.ddlroaal Maw.a undarrikpdgMarbafiwspao>AedlntMDadueOanaNMpolo). TMgndaotYauerioseppkehNto 9» sddAbrwNnMasM eua t1c11rha d told risth addlon bole ImMs d tnNxana shown kr tlls Dsden4lone. 3. Ths addUolW krurod slaMw proNdsd byll>u adorssmsnt does not udend peynnd 6ro expkatlon a terndnMton ala pralfsss leas a rnw epeelasntner 6syorhi ure term olt-ss po4ayc . ~' ur~.d.re~or°fp ~ 1ona~Nwe a~, rea a ~Aa ~,, area haw 9a NenelN otw.tormsaws«dassmentrhstemawuds «rbresmeMere evader e. rawrl0snaarksdaspresrnNkarsaAlAoMsaMSUra+osasou/lisdabo-anqukw9atsddMtonslMarad status•M piaridsd bl the tars a tx! 20 10 71 00. 9emtiwterms oltMtlrldoresrlaari whldr aroshoww hebw, aR kleDlp01ale4 iMottdl MrderMnlea p IMpeob eueh addNorw4 kllllled~ b 9e/ talent that euohfemu do not roekiot cov«aoa ahsrwNs poadded, hY 0~1e endoreemer~t Annrr~u tlletlRtlo • otwl+eRS. teseas oR CaNTRACI'tNib tt~1tM ~ ThM endoaaftMnt nnotaeslnwr~e provldsdundertlr tolowMO: WNpMiltCY11.0GNt'I~IL ILIBOd~YC011[RAY! PART. H ;A~ rNen. a wraon aorysntm~n: BlarRst when r:equ~ad by writtal candaat, Apmanas, aCatNlaesot irpursnosthatuis teas acs 201011 es apply (n no anlrlrapyasw sbae, kdama9on nr}4roa to oompiets9ie sndersen-ait wip as shown m tM oagwr~oa a apptbehle to0rls srdaramsrrl) wllo 18 AN tWBtltiEU (8aoron n) bamsrdsd toMaYals M ea Maursdlhe person er s ~m~~le,fAaKonywa,-apsottowbitor«Nirgowof'you- Capyria-t, Ineararae swvbss once. Ina,1904 . 1:om 10 l1 ea the lnear«ro. prrn4dsd b de3 addWoral tnwlad dos notappyto'AodMy rdwy". •prolwly darmpe". ~pereand Ma~Y. a'o tnbn+' ~ein9 outaen artlrMiA+e, eranaei's, a eurweyor's nndainpof atalure to rsoider any proleeeioral seMoa Nlaudl+p but not Mmited 40: 1. Ths pnpsfiD. p~o~, a hin0 b prspara a epprovs mspb drawk~ps, opkrions, rspoioe~ !-avsys, ahenps oldaa,dealpn NgeNoadaa aid ~ a+PY, auWeolon, a sapkaerYip serNOas. Any owNMa9aprwidsd to lhls sndersemantMasppoverenYoNxvMd endonlsolbie Mnutanw awYhhM ro the addhbnslhreared rhelher prknsry, ewoen, wnNpant, a anany s0ia batls unMg thswMlsn cadraot, aproemenf, aosnMloatsatrlwxenw rsgdrsstlrllhbYriaanesbeprlmery, N whbh sea qis Mw~ wNt a prlmieywllwiNconYbutlonimmeuchopatYMUnatoe~ Insfaad. Autbori ace rea a ~7~ ~,J ~whh Ne pernlbebn. bMlxareeServioee bRios, PaOe 2 of 2 60 79ls tl8 9! tNIS RneoonsEageNr CHAN13iE5 TI# POLICY. PLEASE RilAD R CAREFULLY: ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT Named Imaurad: bid Anerica Oolf & landscape, Inc Policy No...• CA 1052510 TNe endorsement nroddbs insurance provided underthe ~ f1USIItliL48 AUTO C011ERA6E FORM Wqh rasped>b provided by thb etxiorsement, the psovidene d the Coverage Form appy ur>fess tnodlAed by the etidoreenrent. _ The premptm tortlds endaremartt b i 6ao0.00 1. i.1ITlt'OE•Z CM~EILATION CORN CdMMON POLICY CDNWTIONS ~ CANCELLATION, PeraMeph A.1. b replaced by the following; L We mey canON drb po9ry by mrEng ordeMrodrg b the Mat Named Inared wdtan rxMlce d cancaNatlon at bad a, 10 days bebra dre effective date d raetosibekn E we cancel far rrertpsymasd d premium: or b. 130 days before Ote aefedive ~ d ®nadbtlon E we carrcel for arty atlrer reason. 2. 8ROd1D FORA fNlNJRBO . SECTION E -ti116141nf COVERAGE A.1. WNO IS AN MSURED is amended by the additlon d the Iblbwbla d. Ary orgMti:albn you rtertly acquMe or ferm,other then a peRnarsir~-, jshlt verdure or Nndted NabNly canparrfr, and Over which you nrafma~ owneraldp as meJafty interest, wE qus0y es a Named Insured. ' However. (1) Cov~aga urrdetrtMs provhion Is afforded oMy urdq the end d the pocky petod: 12) Covaraps doss not apply to'aodderda' ar'tofs' chat oocuxed tkbro you scquMed a formed the : anti ~ Cmrorags doss not sPPb'ta an orperdr<aNon tlmt is an'kra:red' under any other pdigt or would be +m hared" batfa b IenMnedort or the exhausting d Ilc Yndt d beurarttx. e. Attfr'trtrgoyad'dyautsusbta N> aatttlunbraihis~al~ier~house did, ptafonnkrgdwbeteboed~~usrrduad orymr penortslalfaUs; or l~ An'yrMrt'tdred or ranted under a corttraC err tin ttral'kmployee'~ rams, vdtlt your permtmlon, wblb polormNg dutNs related to~otxtdral dflour btukress. tiowava-. froze does ~ sts an buured uruler Orb paragraph (21 vdt#s uatrg a oovend'auto" yw ary meraiber 01 der "emfNoyer?s' noaertwld. b vex members, gy aro a wnhed fbbEOrtompay, while using a axrorod-ndd' You do not own, tdre, err bt~rOw, whge perl6m rag dutlesrNated athe cortdutd dyer busNass or your persaal aKetrs. 4 ~ Aaaon err argsrdtatlgt wNr whom you agree In a wrNlar aartract. ertittett agreement or permit. m provkN Ittetrarx.e erxh as b afforded urger ibis poNga but ordfr wid- respect to yov wvarsd'+n~a". Thb pradslon doer rrotappy: . In tAdess the wr(lan aartraa or agreement Is execlded tithe permR b bsr:ed prbr m the'hodGy 21hM' err l~roPeR7 danagC; / Authorised Yepreeentative: ~7~ Inductee copyr>ohied maltrbt of rraranae Savioas fNOae.Inc Rs pertnktdan. CA 711512 Ob CopyrPpht IrKUranae $enrlt0i Oltlce, MC., paw 1 of 6 Named Insured: Mid-Aau3rica Golf .& Landscape, Inc. POLICYNtyABER:.CPP 2052574 /~ ~N~'ti~iERAI'W1~LITY CG 02 067204 THIS ENDORSEMENT CHANtS=B THE POLICY. PLEASE READ IT CAISEFUI.LY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endonemart rrrodiNea 6aurana praulded under ~ taNOwh6: / OOIMIAERCWI. G~IERAL LIABILITY COVERAGE PART I.I000R LIABILITY COVERAGE PART OYVt1ER8 AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION I.IABtLIT'Y COVERAGE PART PRODUCT NRTHDRAWAL COVERAGE PART PRODUCTSlCOMPLETED OPERATIONS LIABILITY OOVERAGE PART RAID PR0IECTIVE LIABILITY COVERAGE PART in the event at ceramlMtlcn a metaid chanya 0rt raduas- or reatrlote rrs Insurars:s eHordad by Oda Coverage Part, we ~ io ma0 prbrrerillsn rv>>as of or material ohanpe ~: 6Ct~DULE ~• ~~ City of Corpus Christi T8 Department of Mngiaeering 9arvices / Attn: Contract Administration 2. Address: P.O. Sox 9277 Corpus Christi,'T% 78469-4277' - oT 30 Ds s I to 1tIN tirtratluN K net shown elUOVe wIN M hie tars. /. Authorised Representatives L~- _ CG 02061404 m ISO Properties, Ina., 2003 Pays 1 of 1 D POLK;Y NUMBER: CA 2052570 COMMttRC1Al AUTO ~ CA OZ 4406 W Tta18 ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREPtJLLY. TEXAS CANCELLATION PROVISION OR /COVERAGE CHANGE ENDORSEMENT TMs srtdasettatd ttrodNiea Irteurenos provided wider the fWlowinp: o~Ar:nc~E FORM ~ frwroR clwRlet cov~aAGE FORM TRUCKERS COVERAGE FORM With -eepeq to X00 ptovldsd by tide entlonameM, tits proviabns d the Cotrxage Form apply ut>tees ntodf- Ned by the endotaattrnl, ' TMs endorearront d~anaee tits poNoy elkdiw on ttre In~llon dsbe of Uro poNcy enM~ errolhe- date is IndMatad i+Now. ~~~~ ~ 113-09 ~ Calatietei0 ~7~~~ GG QQ t~~Mid-9xarica Golf & Landscape Ina. . ~ snttlNe 9Ci6?DULE Nttobsr of Days' Hlotioe 30 Daps j ~ . psh100fPets>nttOrOrpanhatlon City of Corpus Cbrlatl, T% Departttttmt of En6lnessin8 Services Adgnq Attar Contrast~~diniatratpation P.O.llaz 9277, 43fttpne Chriatl, TX 78469-9277 K ftda poNcy b aanseled ar tttstetMlly ohetnpsd to trduoe or teeMet coversps, vra vtlY msN ndbe d csnoaNetlon or ttitsttps to fha person ar orpankedort named In tits Schedule. lNs WRI give the number d day'a notice Indicated in the ScMdule. ~ . CA 02440604 ®ISO Ptopettiet, Inc., 2003 Paps 1 of 1 O WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 UB 01 (Ed.7.84) ~~TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies ordy to the Insurance provided by the potlcy b~ause Texas Is shown in gem-3.A. of fhe Information Peps. bt the event of cencskdon or otlmr mabedat change of the poliq, we wB matl advance ratice to the penal or w~nFcatbn named M the Sduxiute. The number of days advance notloe is shown to Bie 3ahedute. This endorsement Abell not operetta dirodly or bidkectllr to bent anyone net rramad in the 8cheduk. Schedule 1. Number of days advents notice: 30 2. Notice wYl be mailed to: sty of Corpw Cttrietl Depe-tment of Engineering Services Atb1: Contrect Administrator P.O.Bax9277 Corpus Ctxlstl, TX 78469-9277 Thin endoraemaa diangea the polhgr to which it k atleched and is ethc:8ve on the dabs Issued unless othervriee stated. (The Informaton tfelow ie required eNy when this endoroement ie issued subsequent to pneperation of the t~y.1 EndorserrbntEti'eotlve f_13-09 ~~'~• WC 2052572 /EndorsenrentNO. 1 Insured llid-America Golf & Landecape~ Enc. A InsuranceCompany Anerieure IneGOUMer8lpned8y: WC 42 OB 01 Name (Ptkrtedk ~ Kewrins (Ed. 7-84) Title (Prlr~~r ~<