Loading...
HomeMy WebLinkAboutC2009-533 - 10/27/2009 - Approved_ r- a 2009-533 M2009-305 10/27/09 K\TM Commercial S P E C I A L P R O V I S I O N S S P E C I_F I C A T I O N S, A N D F 0° R M S 0, F C O N T RAC T S A N D B 0 N D S F 0 R STATE SCHOOL SPORTS COMPLEX, PHASE 1 OLD STATE'SCHOOL PROPERTY DEVELOPMENT, PHASE 2 ~ ...... ,,~~ ~°°°~ 0 ati~~-~~ Prepared By : ~~~qG .'~ 6 ~ ~~f~°^\f.~.~°'~,ff...~* Naismith Engineering Inc. ~ ~~ ~Ewts B. sHR1ER ~\ ~ (In Association With ArchitecTKO) y ~; 55,8 ~ 4501 Gollihar Road.. ~ ~~~~r '4`~~'a~~~~~r~~$~~ss Corpus Christi, Texas 78411 3~,yJ ~, •~ ~ `~'.~AI.E~~'~ Telephone 361/814-9900 '9~ ~-}- ,, t : , Fax 361/814-4401 ~ Of ~ 8/zl/oq ~~~1~9 P~~OF T~xq 1 FOR ~5'<, +~ DEPARTMENT OF ENGINEERING :SERVICES j• LEE E MON?GOMERY,.1R, CITY OF CORPUS CHRISTI, '.TEXAS / " ' """~ • ; ° ~ 33506 : e~ Phone: .361/880-3500 r/ •o • .~w~ Fax: 361/880-3501 ~I~~,~• ~~CENS~~ ~~~+ ~ Z -off '~a~~ 0 F TF,~,~ ~~! 8"' 1 PROJECT _1~I0: 3144 & 3388 ~ *5.,: ~ • ;~t'*~~i '`,.`~`` 1 ,~ ;4 DRAwzrrG r~o:~ cP 169 & 17.6 ~ AR7UR0 ACUNAJR; ~ ~ ~ ~ 101906 ~~@i ,1~~~•. ~~cEN ~° .~~~~ ~ S, pl ER (~ss~ONA EN;;i / ';' ~ ;'~i 986 ~ ~~~~ Il t19~~c .`6 ENS~p v~a~'~ s-u. e9 (Revised 12/07/06) STATE SCHOOL SPORTS COMPLEX, PHASE 1 (Project No. 3144) OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 (Project No. 3388) Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds m~ n~r~ c-,i,. m, c, ti..,.. (NOT USED) (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims 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 Document's A_-35-_ City. Water. Facilities Special Requirements Rev. 8/03 Page 1 of 5 A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certif.i.cate of-Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory 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-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00} A-48 Overhead Electrical Wires (7/5/00} A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Dewatering PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing & Stripping S5 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022026 Excavation & Backfill for Utilities & Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation S10 022080 Embankment S13 022100 Select Material S15 022420 Silt Fence 597 025 ROADWAY 0252......SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course 523 025205 Removing and Replacing Pavement S54 025210 Lime Stabilization S28 025222 Flexible Base High Strength S24A 0254......ASPHALTS AND SURFACES 025404 Asphalts, Oils, & Emulsions S29 025412 Prime Coat S30 025424 Hot Mix Asphalt Concrete Pavement S34 0256......CONCRETE WORK 025608 Inlets S63 025612 Concrete Sidewalks & Driveways S53 0258......TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings S101 Rev. 8/03 Page 2 of 5, 025807 Pavement Markings (Painted) S45 025809 Thermoplastic Striping 025813 Preformed Striping & Emblems 026 UTILITIES 0262......GENERAL 026201 Waterline Riser Assembly S79 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Iron Pipe & Fittings S81 026210 PVC Pipe - AWWA C900 & C905 S83 026214 Grouting Abandoned Utility Lines S3 0269......WATERLINES 026402 Water Pipe S88 026404 Water Service Lines 026411 Gate Valves for Waterlines S85 026416 Fire Hydrants S86 0266......SANITARY SEWER FORCEMAINS 026602 Sanitary Sewer Forcemain S69 027 SEWERS & DRAINAGE 0272......GENERAL 027203 Vacuum Testing of Sanitary Sewer Manhole & Structures 027205 Fiberglass Manholes 558A 0274......STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 0276......STORM SEWERS 027602 Gravity Sanitary Sewers S61 027610 Televised Inspection of Conduits S125 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Erosion Control by Seeding S14 028040 Erosion Control by Sodding S8 028320 Chain Link Fence S70 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 (Includes Diagram) 037040 Epoxy Compounds S44 038000 Concrete Structures S41 040 MASONRY 042020 Concrete Masonry Unit 5121 050 METALS 055420 Frames, Grates, Rings, & Covers S57 070 BUILDINGS 070120 Rough and Finish Carpentry S120 090 FINISHES 099020 Painting S56 Rev. 8/03 Page 3 of 5 110 EQUIPMENT 113100 Fiberglass Reinforced Plastic Wet UTell 864 150 MECHANICAL 151640 Submersible Grinder Pumps for Wastewater PART T - TECHNICAL SPECIFICATIONS 01450 Windstorm Construction Requirements 02220 Structural Excavation, Backfill, and Compaction for Buildings 02800 High Density Polyethylene Corrugated Pipe 02810 Irrigation 03300 Structural Cast-In-Place Concrete 04720 Cast Stone 05521 Pipe and Tube Railings 06105 Miscellaneous Carpentry 07190 Water Repellents 08110 Steel Doors and Frames 08331 Overhead Coiling Doors 08710 Door Hardware 09255 Gypsum Board Assemblies 10155 Toilet Compartments 10425 Signs 10801 Toilet and Bath Accessories 13120 Metal Building System 15400 Plumbing 16000 Electrical LIST OF DRAWINGS - 'I. TITLE SHEET 2. GENERAL NOTES 3. GENERAL NOTES 4. GENERAL NOTES 5. GENERAL NOTES B. SUMMARY OF QUANTITIES Z. HORIZONTAL CONTROL PLAN $. HORIZONTAL CONTROL PLAN 9. HORIZONTAL CONTROL PLAN 1O.HORIZONTAL CONTROL PLAN 11. SITE SURVEY AND DEMOLITION PLAN 'I2. PROPOSED SITE PLAN 'I3. GRADING PLAN "I4. GRADING PLAN 15. GRADING PLAN 'I6. UTILITY PLAN 'I7. UTILITY PLAN 'I $. UTILITY & PAVING DETAILS 'I9.UTILITY & PAVING DETAILS ZO.UTILTIY & PAVING DETAILS 2'I.IRRIGATION SITE PLAN Rev. 8/03 Page 4 of 5 22. IRRIGATION PLAN 23. IRRIGATION PLAN 24. IRRIGATION DETAILS. 2rJ.CITY OF CORPUS CHRISTI - STANDARD DRIVEWAY DETAILS 26. CITY OF CORPUS CHRISTI - STANDARD DRIVEWAY DETAILS 27. CITY OF CORPUS CHRISTI - CURB, GUTTER, AND SIDEWALK DETAILS 2S. CITY OF CORPUS CHRISTI - STORM WATER STANDARD DETAILS 29. CITY OF CORPUS CHRISTI - STORM WATER STANDARD DETAILS 3O. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS 31. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS 32. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS 33. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS 34. CITY OF CORPUS CHRISTI - WATER STANDARD DETAILS 3rJ.CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 3G. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 37. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 38. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 3J. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 4O.RESTROOMS - FOUNDATION, CMU AND ROOF PLAN 4~.COVERED PAVILION - FOUNDATION AND ROOF PLAN 42. BASKETBALL COURT AND SKATE PARK - FOUNDATION PLAN 43. STRUCTURAL DETAILS 44. STRUCTURAL DETAILS 4rJ.RESTROOM FLOOR PLAN 46.RESTROOM ELEVATIONS 47.RESTROOM SECTIONS 4H.RESTROOM INTERIOR ELEVATIONS 4S. PAVILION FLOOR PLAN rJO.ARCHITECTURAL DETAILS rJ'I. LANDSCAPE PLAN 52. PLUMBING FLOOR PLAN rJ3.PLUMBING SCHEDULE AND DETAILS rJ4.ELECTRICAL/PLUMBING SITE PLAN rJS.ELECTRICAL SCHEDULE AND DETAILS 56. TRAFFIC CONTROL PLAN 57. STORM WATER POLLUTION PREVENTION PLAN JH.TX DOT STANDARD DETAIL (EC3-93) GEOTECHNICAL REPORT NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Rev. 8/03 Page 5 of 5 NOTICE TO BIDDERS L S NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: STATE SCHOOL SPORTS COMPLEX, PHASE 1 (PROJECT NO. 3144) OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 (PROJECT NO. 3388) The project consists of the demolition of existing structures; the construction of two (2) youth football fields; one (1) playground; one (1) skate park; one (1) practice baseball field; three (3) restrooms; two(2) basketball courts; a pavilion with amphitheater; seven (7) soccer fields; two (2) multipurpose fields; civil site work consisting of grading, utilities, parking lots, walking trails, sidewalks, , seeding, fencing, and irrigation; plumbing systems; and electrical consisting of parking lot lighting, conduit and wiring to the various buildings/facilities, etc. The proposals will be received at the office of the City Secretary until 2:00 P.M. on Wednesday, September 30, 2009 , and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, September 23, 2009 at 10:00 A.M. in the Engineering Services Department Main Conference Room, which is located at City Hall, 3rd floor at 1201 Leopard Street, Corpus Christi, Texas. No additional or separate visitations will be conducted by the City. A bid bond in the amount of 5o 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 and 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 subject 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 upon 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 shown for 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/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYP8 OF INSIIRANCS MINIMIIM INSURANCE COVERAGE 30-Day Notice of Caacellation required on Bodily Injury and Property Damage all certificates PSR OCCURRBNCB / AGGR.SGATI3 Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term environmental impact for the disposal of X NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ® REQUIRED ^ NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED . X NOT REQUIRED rage i vi ~ ^The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^The name of the project must be listed under "description of operations" on each certificate of insurance. ^For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have nay questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B .:. NOTICE TO CONTRACTORS - B ` WORKERS COMPENSATION INSURANC E REQUIREMENTS Page 1 of 11 ~'exas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER lio .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 coverage 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 regardless 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. furnishing 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. (8) 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 are 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 of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative 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: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7} 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 conhactor'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; (~ 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 specif cations and contracts, without any additional words or changes, except those required to accommodate the specific document in which they aze contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (I) 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 current 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 certificates 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 en 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) of this section; Page 4 of 11 (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 (I~ contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its 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 foz 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 l 1 (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 of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract:. (i) a certificate 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 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 (1~ contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1;1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §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 are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 3715; 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'sfailure to provide coverage." gage 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 (T'WCC-81, TWCG 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'slperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in X406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any 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 attd filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44} 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 certificate 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 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. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall note the governmental entity in writing by certified mail or personal delivery, within 10 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. 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 persons providing services on the project that they are required to be covered, and stating how a person may verb 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 classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all 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 of coverage showing extension of coverage, if the coverage period shown on the current certifrcate 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 certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereajer; (6) notify the governmental entity in writing by cert f ed mail or personal delivery, within 10 days ajler the person knew or should have known, of arty change that materially a,~`ects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (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 certificate 'of coverage, the contractor is representing to the governmental entity that all employees of the contractor who wilt 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- 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 1'1 of 11 PART A SPECIAL PROVISIONS STATE SCHOOL SPORTS COMPLEX, PHASE 1 (PROJECT NO. 3144) OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 (PROJECT NO. 3388) SECTION A - SPECIAL PROVISIONS A-1 Time sad Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement • inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 PM oa Wednesday September 30, 2009. Proposals mailed should be addressed in the •following manner: ^it-• ~F ^_• ••- ^w..:,...: City Secretary's Office 1 -r-- -------- ^-+-•• ~^^~^+-,w•~:, ^~~'c.. City of Corpus Christi 1201 Leopard StreetL~ Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - STATS SCHOOL SPORTS COMPLEX, PHASE 1 (PROJECT NO. 3144) OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 (PROJECT NO. 3388) Aay proposals sot physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late sad nonresponsive. Late proposals will be returned unopened to the proposer The proposer is solely responsible for the delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, II.S. Mail, or other delivery service, to the City address or office other thaw the City Secretary's Office will be deemed nos- responsive if sot in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Wednesday, September 23, 2009 beginning at 10:00 a.m. The pre-bid meeting will convene at 8ngiaeeriag Services Maia Conference Room, 3r~Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas and will include a review of the project scope. All requests for interpretation shall be made in writing to the City or Engineer no later than 24 hours following pre-bid meeting. _ Inquiries made after this period will not be addressed. No additional or separate visitations will be conducted by the City. A-2 Definitions sad Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project _ The project consists of the demolition of existing structures; the construction of two (2) youth football fields; one (1} playground; one (1) skate park; one (1) practice baseball field; three (3} restrooms; two (2) basketball courts; a pavilion with amphitheater; seven (7) soccer fields; two (2) multipurpose fields; civil site work consisting of grading, utilities, parking lots, walking trails, sidewalks, , seeding, fencing, and irrigation; plumbing systems; and electrical consisting of parking lot lighting, conduit and wiring to the various buildings/facilities, etc. Section A - SP (Revised 9/18/00) Page 1 of 22 A-4 Method of Award The bids will be evaluated based on the availability of fur_ds and in the following priority order: 1. Total Base Bid, or 2. Total Base Bid + Additive Alternate AA.1 3. Total Base Bid + Additive Alternate AA.1 + Additive Alternate AA.2, or 4. Total Base Bid + Additive Alternate AA.1 + Additive Alternate AA.2 + Additive Alternate AA.3. 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. The City also reserves the right to negotiate additional quantities for parking, trails and sidewalk at the time of award, using unit prices provided in the Base Bid. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Boad (Must reference Protect Name as identified in the Proposal) STATE SCHOOL SPORTS COMPLEX, PHASE 1 (PROJECT NO. 3144) OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 (PROJECT NO. 3388) {A Cashier's Check, certified check, money order or bank draft from nay State or National Bask will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time for completion of the Entire Project (including alternates if awarded) will be 240 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. 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 Section A - SP (Revised 9/18/00) Page 2 of 22 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. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy, Heavy and Highway and Building Construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (i 1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- Section A - SP (Revised 9/18/00) Page 3 of 22 eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the DIG TESS at 1-800-344-8377, the Lone Star Notification Company at 1-500-669-8344, and the Verizon DIG ALERT at 1-800-483- 6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer Naismith Engineering Inc. Wilfredo Rivera Jr.,P.E. 814-9900 Traffic Engineer 826-3540 Police Department 882-1911 Water Division 826-1880 Wastewater Department 826-1818 Gas Department 885-6900 Storm Water Department 826-1881 Parks & Recreation 826-3461 pip 299-4833 AT&T/SBC 881-2600 Signal/Fiber Optic Locate 826-1946 Cablevision 857-5000 ACSI (Fiber Optic) 887-9200 Century Tel 225/214-1169 ChoiceCom (Fiber Optic) 881-5767 CAPROCK (Fiber Optic) 512/935-095$ Brooks Fiber Optic (MAN) 972/753-4355 (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) (826-3140 after hours) (693-9444 after hours) (1-800-824-4424, after hours) 826-1960 (857-5060 after hours} (Pager 800-724-3624} (225/229-3202 after hours} (Pager 850-2981) (Mobile} A-12 Maiateaance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and~are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Coatrol Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor Section A - SP (Revised 9/18/00) Page 4 of 22 must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A-14 Constructioa Equipment Spillage aad 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 Excavation aad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour•per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. Section A - SP (Revised 9/18/00} Page 5 of 22 A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 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. A-19 Construction Stakia The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established 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 Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Section A - SP (Revised 9/18/00) Page 6 of 22 Following is the minimum schedule of documentation required: Parking Lots and Drives: • All curb returns at point of tangency/point of circumference; • '~~'~ @33~ g~~~e~ ~~e6d ~~33e w a.w : a~ F a. ~ n n n ~- ., i • Location of Parking Lots (horizontal and vertical); Wastewater: • All rim/invert elevations at manholes and grinder station; • All intersecting lines in manholes; water: • All top of valves box; • Valves vaults rim; . Stormwater: • All rim invert elevations at manholes; • All intersecting lines in manholes; _ ____ __ , Buildings and Sports Fields: • Location of Facilities Constructed (horizontal and vertical; • Location of Baseball, Football, Soccer, and Multipurpose Fields Constructed (horizontal and vertical). A-20 Testiag and Certificatioa All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the-City Engineer. A-21 Project Signs The Contractor must ~~a install two (2) 4x8 MDO Plywood Project Signs (to be provided by the City} as indicated on the following drawings (Attachment I). The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Miaority/Miaority Business 8aterprise Participation Policy (Revised io/9s) 1. Poli It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. ' 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Section A - SP (Revised 9/18/00) Page 7 of 22 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 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate. shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Section A - SP (Revised 9/18/00) Page S of 22 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participatioa Minority Business Baterprise (Perceat) Participatioa (Perceat) 45~ 15~ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspectioa Required (Revised 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. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds - ten percent (10%) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsures may not exceed ten percent (10%) Section A - SP (Revised 9/16/00) Page 9 of 22 of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax $xemption (NOT IISSD) F „ h..~~ ~..~...7 -Li i.4... ..F , i i 1 ~ Fu§lre~eeeu~s e€ ~'e~eas . -. 3 B~evide . _ ~ ~' ' ~ • •. •- rr' Fay-all--files, ~'ae eise, and i3Se~a3ee9 applieable ~ ''`' • n ""`' eamp=iea ~i~# the above ~e~i~eme~~s ~h~-Ce~~~aete~ ~tt~st "'' " ee~ti€}ease `~ `:~ "„ A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Section A - SP (Revised 9/18/00) Page 10 of 22 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Builder's Risk insuraace coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such builder's risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Considerations for_Coatract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the Section A - SP (Revised 9/18/00) Page 11 of 22 party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid;-and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90} days prior to the City Engineer's request, signed and dated by the bidder's owner, president. or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years of recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. The foreman must have at least five (5) years of recent experience in oversight of projects of a similar size and complexity and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. (Foreman cannot act as a superintendent without prior approval of the City). Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration 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 Section A - SP (Revised 9/18/00) Page 12 of 22 proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts oa behalf of said entity. A-31 Amended Policy on Hxtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Section A - SP (Revised 9/18/00? Page 13 of 22 Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Sxecutioa of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to is Special Provision A-1. A-34 Precedeace of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements Tl L r ...y ., i. c_' 4. +- F •, ' ~ ~~.• Ee Z ~r~e'fer--~~ , ~ F.. 4. ~ " . /1,..; ~wE.La. ' T ; ..... ...~7 1 L.e. ~~S~Ge~ Pe~senx21 3T' LC - 4L. .] er e~trae 7 6 ('~' F iT 4 T 4• ~ F fj~'• t hese-=~o~ h ~- '' N ~he de d d L' sire-mo ' •'"'"•__ ae s~te r a ear ~n o s B. Operatioa of City-Owaed 8quipmeat The Contractor shall aot start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. Section A - SP (Revised 9/18/00) Page 14 of 22 C. Protection of Water Quality The City must deliver water of drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. D. Conformity with ANSI/NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute/National Sanitation Foundation {ANSI/NSF) Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform with ANSI/NSF Standard 61 and unless such items are inspected oa the site by authorized City personnel immediately prior to use. The Contractor shall provide the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. E. Handling and Disposal of Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. ~~id~vidt~al e~agleyee • a ~- • ~- --_~:.,_ G. Contractor shall provide telephones for Contractor personnel. ~~ H. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. I. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. • l+'} TT } )'1 } } ,., ~. ..GF Tll_n -} } y.' 7 } 1,. ,. ..1 .~. vl. Section A - SP (Revised 9/18/00) Page 15 of 22 ~keter~tined ham-meeting h>}t ie net , . . ~. a ' aes , • F, ,~ • ..w o .- ed}€ieatiens, a~ ~. , mL.: ,. v,_ i~iens,-~~T , €t}rnishing~ tiens ~ , .ee ,s 3e~wa~e speei€ied e~ "'' 4" r i ~~e is ~egnia~lr--engaged mo w„ .. ~._ ,a .,~. ~.. _ .,a ' ,-~e~ and 5da9te6iate~' "~ ,, F a U -.~~ °~"~T- ~ ~ ~ e F rr ,.., ' ss ~ ~- m~~' zz . r _ _ _ ~ ~„ ...i r ~ ~ ~ '- ~ ~ k- d }n '-~ r ~r _ _ _ _ = ' • F • a w -enga g 3 ge o r r i -+ E•x~inee~~-T~n ~l~~tzSGG ~ SS g ~h} sxsce~ to s ~e~e st~ge>.'y~se r,. ~ vrhB have ^F „1''s en 5. •FFCr--cmpleYS-~e~senne --, ~ a F a. ~~~ a. t, rem€ie ,__.r,.~ ~$~ ~h~ cvrrc.ccce~ . ~,.-- eettEg~t F.. t M nmR te~s, ~r~ l,.. e.* F ~ • J , ~ a Fem.. S rY F •7 ' ^^' 6--zie ma~n~a}ns a--permanen eal}bate, a - ..w h } i , e _ nt - -r- vah}eh .y rr - ~ F, ,.~ ,~~-.,,... }s the~~edt~et ef- $ne e~ s ~ ~ small fr:~n i. l , l ... i. , .F,.. i-. th Pme _.F - 9 ~7 J- J ~•. , 1 L... }gyp-}~~A ~~e TT ~ T ~_„~~ T,, .,.... ~~z _ i -~~ e 8 :--i-rter-~~€ee~anee a~ _ __ the^nedi aae~~e fe=__}w ~ nr h ll ~~..,.~ d ~, , F: , , r-- ea_ ~ ~-, ,-- -~~e a 8 The--Eent~ae~e~ s these ~ ,. ~ ~w arz--example-e~f-the i eq~}~~es-~~e-be F: , , .,a •e~iange s-made-a-~~ air-e~ax~ple-and-}s-net-~ The C-e~r~e~te~ dill-g~ev nee ,... ~a ~a ~ e g ~a e~ }de .~ ~z ^ tM' mm~}ng-p~h ~e-sheda " r ~ ~ anTT,T .. T,..~_..,_, ilcc: ~ ::w_=!=-~!._ t::., C ' t j D_ • : ~,., --=,.w -_----- a s e-~~~~a ehe~shee sl~l-ef-the~rcd- c:: ,,., ,... „a .a =s ~'_t j• ~, , t~-s cct~ - L. Trenching Requirements All trenching for this project at the ~ ~7--Stu ~T-~T~ate~ '~~eatmentt• shall be performed using a backhoe or hand-digging depending on the number of existing underground obstructions. No trenching machines shall be allowed on the project. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially Section A - SP (Revised 9/18/00) Page 16 of 22 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. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct 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 Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the. Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government 8atities-' The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. Section A - SP {Revised 9/18/00) Page 17 of 22 A-39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert . '' F '' '" ""' "' ° a ,.w a ~ , , l r°°p° 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 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. Section A - SP (Revised 9/18/00) Page 18 of 22 A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) xorizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water,. particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction gxploratory 8xcavatioas (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work oa the project until all exploratory excavations have been made is their entirety, the results thereof reported to the 8agineer and until Contractor receives $agiaeer's approval of report. Exploratory excavations shall be considered subsidiary to the utility cost. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. Section A - SP (Revised 9/18/00) Page 19 of 22 A-48 Overhead 8lectrical Wirea (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 AEP/CP&L and inform AEP/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 "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B- 7 Prosecution 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 late date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-51 Dewatering This item is considered subsidiary to the appropriate bid items or shall be measured by the linear feet of trench as described in Section A-4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated-work area or by manmade berms) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Creek/Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to sanitary sewer or wastewater Section A - SP (Revised 9/18/00) Page 20 of 22 plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A-52 Electroaic Submittal of Bids The following paragraph modifies Section B-2-7 "Preparation of Proposal", of the Part B - General Provisions and Requirements for Municipal Construction Contracts. The bidder has the option of submitting a computer-generated print-out, in lieu of the Proposal Form (Pages 1 through 14, inclusive). The print-out shall list all bid items (including any additive or deductive alternates) contained on the Proposal Form (Pages 3 through 10, inclusive). The print-out shall be substantially in the form attached on the following page to these Special Conditions. If the bidder chooses to submit a print-out, the print-out shall be accompanied by properly completed Proposal Form pages 1, 2, 11, 12, 13, and 14. In addition, the print-out proposal shall contain the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. (Bidder) acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV} shown on this print-out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts. Signature) Title} (Date) section A - SP (Revised 9/18/00) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: STATE SCHOOL SPORTS COMPLEX, PHASE 1 (PROJECT NO. 3144) OLD STATE SCHOOL PROPERTY DSVSLOPM$NT, PHASE 2 (PROJECT NO. 3388) OATNER: CITY OF CORPUS CHRISTI ENGINEER/ARCHITECT: Naismith Sagineering Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAATING SUBMITTAL Section A - 3P (Revised 9/18/00) Page 22 of 22 A G R E E M E N T TAE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 27TH day of OCTOBER, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and RJM CO~II~RCIAL, INC. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,800,845.30 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: STATE SCHOOL SPORTS COMPLEX, PHASE 1 OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 PROJECT NOS. 3144 & 3388 (TOTAL BASE BID: $1,800,845.30) 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 t STATE SG340L SPORTS COMPLEX, PRASE.1 tPR~D3ECT I3O. 31~A) L (' ~. L ~- L C L L - -- ~~ ~-. L ~. .~ C nxnv aTrti nno~n s ... aot•OT~r•rl+~rrTQaT_ al~tfS CTR17[!Ti7RnT. - ---ii--- --- III Iv V Bia QTY t UNIT ITEM '' DESCRiP?ION_ UNIT PRICE ~T~' PRICE IN FIGURES 1 1 LS A 8AS88ALL FIELD, complete in place per Sys'?Q8. $ s Z '~Z . L5 - 2 2 BA A YOOTii FOOTBALL FIELD, complete in ..~ ~ p/ L, 7S ~~' s ~/ . ~~ S j+-f- . pia.ca per EA A.3 1 ~ ~~~ FACILITY 1i0. 1, complete in 8 S` piece per EA ~ 2 EA SOCCER FIELd, complete in place GE S~7 77 •~ S~f~ A. ~ ~ DUMFSTER ENCLOS(TRE, complete in place ~ S~ ' ' A. 5 1 EA per EA ~ ~ J.S`1L sva-so~rAL, PARS ~, - ARCHITECTURAL ADD a ZOIO Z~' •~ STIWCIVRAL tA.1 •- A.S~ SASE SID PART 8 -- CML SITSFTORK I II xii Iv v SID QTY L UNIT DESCRIPTION UNIT PRICE 'T'OTAL PRICE Tyr IN FIGURES '83~g71,~ B.1 1 LS DgrIOLITION, complete fn plane per LS S~~ S_~Y~.s~B a, 2 S, ! SO SY SURFACE (TYPE "D" ![NIl4C) , complete in $ „-) $,~~Z~r~`-~-~ ~ 7~ place per 5Y 3 818 GAL B PRIME COAT, MC-30 10.15 GAL/SY-, S s ~~ - 8~~,' ~t ~, ~/ . complete in place per GAL PLACEMENT OF 6" RF7CYCLED B.4 S, 730 3Y ASPHALTlBASE, caaiplete in place par ` S ~ . [D Z S 2 Z SY 8.5 S, 730 SY IXCAVATION AND SUBCRADE PREBARATION, S s 7.9~ j-- - S It~~~'~~, ~ Y complete in place per $.6 2,180 LF NT STRIPING, complete fn place EiE P A V S " Z 7 S~d F p e r 6.7 340 LF ~~~ tTHERMO-PLACTIC>, ca~,plete S ~. S 3!072.04 in place per LF B.8 24 ~ WIISEL STOPS (RDA SPACES), cea+plete in ~~ $ $ place per EA 9 24 EA 8 ACCESSIBLE PARKING SIGNS AND $ / 6 ~ . ~ S S3 , s2„ ~,~G . STRIPING, canplete in place per EA /-~ B. 10 10, 000 SF CONCRETE SIDEtfAI.iC, complete in place S Z ,? S 2'7 per SF 8.11 16, 900 SF PHAI'T TRAIL, complete in place per S S . t. jQ S23 7 2 F 8.12 3 700 LF iF'=~E SWAi,E, complete in place per s ~, ~ j~ s 'Z_ q,_q?a, , PROPOSAL FORM Page 3 ai 14 r• t~ .- i 1. L~ L L L L L L G c C I II ITI IV V BID ITEM ~LTY Z UNIT DESCRIPTION ttNIT PRICE pT~ G RURIFcs~ 8.13 9 AC SEEDING, complete in place per AC $ 2 ~ . ~ 6 '7 B.li LS S ~~,~~ f-,"'~" 1 LS IRRIGATION, complete in place per s.~.~~ 8.15 125 SY SODDING, complete in place per SY S •~ S~_ 8.16 1 EA ~Ix ~ GATE, complete in plats s S 03. per EA 17 B 180 SF WMPSTEA ENCLOSURE E~OUNDATION, s ~ Q s j 72.08 . couplets is place per SF 8.18 2,180 LF SEbIMENT OOt9TROL FBISCE, complete in S S ~3 place per LF D.19 1 gp RaGK FILTER DAM, complete in place ~ ~/'I =~- $ per EA 20 B TEN.PORARY CONSTRUCTION EXIT -TYPE ~~~ 1 LS $ Z . . +1«, coApiete in place per LS $-~=+~ - SUS-TOTAL, PART 8 - CIVZL SZTEWCRK / X5.1 - 8.20} 5~ 1 SASE HID, PART C -- WATER S2STEI~I I II III IV V BID QTY i UNIT DESCRIPTION L'NI, T PRICE ~~ ~~ IN F GU[tES ITEM C.1 1220 LF ~F WATERLINE, complete in place Pc 8 ~ ~ r 2 C 3o yg 2" PYC WATERLINE, complete in place $ 2 ~ CJO $_ /Q~G, G~ ru . per LF 6" D.I.,H.J. 90 bEG BEND, complete in ~~ ~ /~ $~ C.3 2 FA place per EA S 2i_ C.8 1 ~ 6" D.I. , M. J. t 5 DEG HEND, complete in Qr ~ dd S ~/~(r d a -"~L-~ Plato per EA C.5 1 ~ 6" D. I . • M. J. i1.25 DF7G BEND, couplets ~~ ~ S ~~ in place per EA C.6 1 EA b" D.I.,M.J. GATE Vr-LVE, complete in s ~b s_~~ place par EA 6* AG TO DI ADAPTOR COUPLING, SJZ~ s ~~~ C.7 1 EA complete in glace per EA _ - C.8 1 EA FIRE HYDRANT ASSEl7HLY, complete in ~gD ~ ~~~g0~ place per EA C.9 1250 LF TRENCH SAFETY, complete in place per ~r ~ ~ 5 ~2S -~-- _ - LF SUS-TOT]-L, PAR? C - iil-TER SYSTEM (C.1 ~ /L DD - C.9} ~:D;~f~ ~j~ ~ ~~~ . PROPOSAL F'ORNI Page 4 of 14 t t ~' 1~ i .~ 4 .,. E~ f i.. L L L L L ..~.. .,.,. w~ A _ C.f1TTTII~V ~•rnn+ri eve•r~wt I II III IV V 8ID QTY Z UNIT ITFS3 DESCRIPTION] UNIT pRxCg ~TAL PRICE IN FIGIfRES GRINDER PUMP STATION tiiE? WELL AND ` ~ ~~~'9 R3/ 3 0 D.1 1 Ls APPURTANICES, ccxnplete in place per LS D.2 1 EA b* CLEANOUT, complete in place per EA S~~ 5 Y~ Z 3 20 ~ D 6' PYC GRAVITY SEVER WI7M MiYE S Cj ~ ~•- $ Id -'~ . CONNEC?ION, eo~leta in place per I.F - 4 1080 LF D 4~ PVC FORCEMAIN, complete in place S ~ S_~~O . per LF 5 1 EA D !~ D•I.,M.J. 4S DEG IIEND, complete in s G c~~ ~i~ G~ s=1~.,~- . place per EA 6 1 ~ D !" D.I.,N.J. 12.25 DEG 8Elt0, Complete S- ~~~b0 S 3s2- b° . is place per EA 7 1100 LF D rRE~cH SAFETY, co~aplete is place per s /,~ ; /~' 3~ . LF 808-TOTAL, pARx' D - SJINITARY S rT'WER ~~~~~ 8Y8TEH (D.1 - D.7) ..~ws dom.. .,wsa. sa cw.nban~~rla1! CYQT~Yt I II III IV V BID ' QTY ~ Ui3IT DESCRIPTION ONI1' PRICE ~~' ~i~ ~N GURES £F! I1 384 LF 19• HIGH pF1dST?Y BOLYBTFIIL~IE CORRUGFITEQ $ . ~2 E.1 PIYL, complete iII place pet LI ~ E 2 b ~ CONCRETE SLOPED END TREATMENT, JO ~ ZD $ 37, D, ~ ?~ • complete is place per EA ~ oUTFALL STRUCTURE, complete in place s ~ 3y~Q g q3q end E.3 1 LS per LS 4 E 384 LF TRENCH SAFETY, complete in place per S 1~ ., 8_ /~ 3.3~ . LF StJB-TOTAL, PART lG - $TORi~U-TEEL SYSTEM a g la ?i t8.1 - 8.4) ~ehlLC~ ~A'/inNai ~^?'11/fr i w~..^r~ PROPOSAL F1DRPf Page 5 oP 14 BASE HID, PART F - ELECTRIC7~L 1• ._ c t #. t' ~..., L L L L i I' I II iII Iv V BID ITEH rY i OMIT DESCRIPTION UNIT PRICE NrAI'G RICE F.1 1 L5 SITE ELECTRICAL LIGHTING AND P4i~iER, eoatplete in place per LS $ ' ~~~, S[39-TOTAL. PARZ p - ELECTRICAL ~P.1~ S~~ ~'T"_ TOTAL ~~ ~ - ~~ ~~: s ~ ~l, ~,~~~ -- tSt}M OF P(A~RTS A, B, C, b, E, 0 ~ ?/1,02®.~l `t~ C~nrt~ bklFirb~m 7+'~-~1 PROPOSAL FARM L- Paqe 6 of 14 t OLD STATE SCHOOL PROPERTY DEVELOPI~NT, PHASE 2 (PROJECT NO. 3388) r• t r. {' M ..,. _ 1 ._ ~- ~• .- ~' - - t~ ~. ..~ -. V RASE 82t] _ pAB'i~ G - ABCHITSC'1'[?RAZ AND STRUCTLJAAL I II III IV V 8ID IT~t QTY ~ UNIT DESCRIPTION OMIT pItICE TOTAL PRICE IN FIGURES G.1 1 LS COVERED PAVILION, complete in place $~ s!~ per LS G.2 2 ~ BASKETBALL COURT, complete in place ~~ $ per EA G.3 2 EA MOLTIPOAPOSE FIELD, cOlEplcte in place ~~~ s'T per ER ~ _ G.! 1 ~- RE5TROOH FACILITY tW.2, complete in_ ~-~~ $ ~'/ S ~~~~.Ll place per EA G.5 3 EA MEDIt7t! SOCCER FIELD, complete in ~~f~~ 2~ ~ 7 sZ G~ g~~~ 9 ~ place per EA .ir. . . G.6 2 ~ SMALL SOCCER FIELD, coalsiete in place ~r~J~~~ =' ~ Z $Cj/~`J ~Z -~--~ per EA - C.7 2 ~ DUMPSTER ENCLOSURE, complete lit place )) T~7-~ ~ 7~~ 8 per EA T T Sl7B-TOTAL, PAR? G - ARCH2TECTOR7IL AND g. STEWCTt3RAL tG. S G.?} SRSg S2D _ paR.T H -CIVIL SI'PEWORIC I II III IV V I ~ 4TY i~ .WIT DESCRIPTION tri~tlT PRICE ~~ G RES H.1 8,670 SY SURFACE tTYPE "D" HMAC}, co_~plete in S jZ, ~p~ $ ~~? ~~ ,~ place per SY ~ H.2 1,301 CAL PRIME COAT, MC-30 10.15 GAL/SY}, S 1 $ complete in places per GAL H.3 8,585 SY PLACEMEirT OF 6 RICYCLEO ASPHALT/BASE, complete in place per S ~ ~i $__~r~~~ SY H.4 8 585 SY EXCAVATION AND SUBGRADE PREPARATION, ~ ^7 Ag ~ $~~~ 2 , camplets in place per SY -~Li- J H.5 4,820 LF PAVEMEIrr STRIPING, complete in place S 2~ s/ 3D~ ~~ per LF H. 5 170 LF CROSSWALK tTItER~tO-PLACTIC} , ccaaplete ~ ~/1 ~~ ~ ~ C~~3~. aD $- in place per LF f- ~- - 1 H.7 16 EA WHEEL STOPS tAt)A SPACES}, complete in S . ~ Z~ SJ~ place. per EA H.8 16 EA ACCESSIBLE PARKING SIGNS AND ~~'/"~~' (`~( $ S ,_." $ STRIPING, complete in place per EA -~ H.s 17,sd0 SF CRETE SIDEWALK, crnaplate in place S Z , g ~29~ per SF H.10 28, 23d SF ~PHALT TRAIL, complete in place per S Q d /_ «/ice ~8 ~ H.11 6,404 LF LRAINAGE SWALE, complete in place per $ .$.3 $~,r3 7 ,~ r~}~JI/ 8~1~Pds ~~~`~C~. Pa e 7 of 14 4 .~ _~yf ~~ L f C C L L L L 4 .~ ~. ~. L i zI III Iv v BID ITEM QTY ~ UHIT dESCRIP?ION UNIT PRICE TOTAL t~RICE IN FICURBS H.12 30 AC SEEDING, complete in place per AC 7G 8 ~ .~ H.13 1 LS IRRIGATION, complete in place per LS S 7~ S 7 l6 H.14 i ~ TRAFFIC CONTROL PLAN, complete is $ dd $ 7_-T~l} place per LS ---~_ H.15 3,025 LB SEDIMENT CONTROL FENCE, complete in l ~ , ~'T =~-~-~.- s ~ p ace per LF H.16 1 FA ILTER DAM, complete in place F ~ x s /,C 3 ~ s //3 ~ E R 8.17 1 EA ~`N~ TRANCE GATE, complete in place ~20 $~~~=~ S Q ` uj - H.18 360 SF DOMPSTER ENCLOSURE FOUNQATION. $ Q' g ~ 9 ~ oQ complete in place pes SF 8.19 1 LS LANDSCAPiIJ~. ALLO'~IANCE, complete in l g 20.000.00 S 20 000.0 p ace per LS S(I8-TOTAL, BART H - GIVIL $ITEWORK ~ SASE 8ID . PlIRT I -~ ~-TER SYSTEM l . °° -~ I II III IV V I IE2D9 QTY i UNIT DESCRIPTION UNIT PRICE ~~ ~RIC~B I.1 2195 LF ~F WATERLINE, cocrtplete in glace ~ $ ~ ~ - ~a $ ~ ~. r i.2 t5 LF 2" PVC WATERLINE, complete in piece S ~ $~[~ [ per LF --- I.~ s ~ 6" D.I.,M.J. 90 DEG BEND, complete in S ` $ // 33 d~ place per EA 2.4 1 EA 6" D.I.,M.J. 45 DEG BEitD, complete in c~dyQ~ ~ $ ~Q~ place per EA - I.5 1 ~ 6" D.I.,M.J. 22.5 OEG sF.AtD, Complete S Q ~U $ ~ d in place per EA _ I.6 2 EA 6" D.I.,b.J. 11.25 DEG flENO, complete S ~jS'9 .StS S in place per EA ~_ I.7 1 EA 6" D.I.,M.J. TAPPING SLEEVE WITH GATE S'~! ~ '~ ~ ~~~ ~~'=~~ S VALVE, complete in place per FA - - I.8 2 ~ FIRE HYDRANT ASSEMBLY, Complete in S ~ 8~~ I place per EA I.9 22~i0 LF TAENCH SAFETY' complete in place per ~ S LF ~- I.10 TO LF 12' DIA S?EEL CASING (TO BE INSTALLED eY ' ~ ~ ~d $ ~;'''~ d0 s[ ~ ~ OPfiti Ctl1 ? . complete is place pas LP ^ , r SUS-TOTAL, PART I - WATER SYSTEM (I.1 ~ 2 - Lt0) ~ ~~ ~ ~ ~r~- PROPOSAL FORM Page 8 of 14 -~ 1 X Q~ • ~o i V `~ M' ~r 1 ~... L L L L C C L RASE BID, PART K-- STORMWATER SYSTEM I II III Iv Y BID I YZ~ SIT DESCRIPTION ~INIr pRTGB TOTAL PRICE IN FIGURES TEM ' 18" HIGB DENSZ2Y POLYETHXLENE OORAUGATED S ~ 2 $ s K.1 560 LE PZP6, complete iri place psr LF 36" R~NFORCED ~~~ PIPE, complete 1A ~ O g~~y K.2 32 LF piece per LF CONCRETE SIAPF.P END TREATMENT, ~~ g K.3 2U ~ complete in place per EA CONCRETE G1iATE INLET• complete is $/~ir/S/~ 7(~ ~ ~ $~ ~v0 K.4 1 EA pia-ce per FA ~x~ -. 5 K 592 LE' TRENCH S~~• complete in place per . LF SUB-TOTAL, PART X - STOid?dATStt SYSTEM $'i~~~ 'T'!' (K.2 - K.5) T 3° SASE HZD, PART L~- ELLC1'AICAL ~ I II III IY Y 8ID QTX i tSNIT DESCRIPTION UNIT pRiCE TOTAL PRICE IN EIGURE~ ITEM 1 1 LS SITE ELECTRICAL LIGATINC AUiD POKER, ~~ ~i ~ L. . complete in place per LS _ SUB-TOTAL, PART L -ELECTRICAL (L.1 ' f 0~9~ Oo2 . .. ~ TOTAL PHASE 2 -- BASE BID; S . ~~.._,.,~..~-. (SLAM 08 8AR'S$ G, H, I, J, K, ~ L~ PROPOSAL F'OEt14 ~.- Yage 9 of 14 w~w~. wow ws w.n .t _ ~iV1MaDV Q4TiTt7!Z! ~VSTi~'M ._.. L (~ 1• .• L ALTERNATE HID PART AA 2 -POND AND ]1ML~AITHEATER BERM L L f L L L .... __ STATE SCHOOL SPORTS COMPLE7C, PHASE 1 {PROJECT NO. 3144) OI.D STATE SCHOOL PROPERTY DEVELOPMENT, PHASF. 2 (PROJECT NO. 3388) ADDITIVE BIDS .. ALTERN ATE BID, PRAT AA.1 - RESTR+OOM FACII.IZ7[ I xi III Iv ~ v HID ~~ DESCRIPTION UNI? pRICg roTAL PRICE 1N E' GURIS ITt~f UNIT RESTROOM FACILITY tom. 3, complete in S ,3 ~~ 3 AA.i-i i EA place ' ,~ 1~1~0 17r SID PART AAi.l '1'4TJ1L ALTERltA 7 I II III IV v IIID $T7~ i DESCRIPTION UNIT PRICE OTAi' PRICE I,~,b'M UNIT ---- IN FIGURES AA.1-1 3000 CY RETENTION POND EXCACYATION, complete ~ ~~{ ~/ in place per CY PLACEMENT OF MATERIAL I'OR ~; AA.1-2 5231 CY AMPBITHEATER BERM, complete in place S S~ D ¢~:~?~s_ er CY $ J~ TOTAL ALTERiRATJi 8II? PART AA.2 -•rrw~~~.ws ~~~ 7~~flwr ifl 7 ~ @Y~~Iq! OS4Y I sI xxI xv v BID Q Y i DESCRIPTION ~I~ pRxCg BTU' DICE IN 6IGVRES ITEM UNI? SICATBPA~RK FOUNDATION, complete in S ~ Q 4 /_/ /j~~s0 AA.3-1 1 LS place ` ~Y'`-`'~ rr ~ . J~ TOTAL ]ILTER1iATF.. SID ?RAT 11A. $ -;~ ~anuekl~knc;m-,~~C PROPOSAL FORH Page 10 of Y4 ~ • ~~ L l: L L L L i C L f• .... ~. ._ ~. f ._ ~. ~. SID SUMMARY A. TOTAL EASE BID s B. TOTAL BASE BIO + ALTERNATE SID AA.1 $ C . TOTAL E~BI D ~G~~$'~A.1 ~T`E BID AA.2 TOTAL BASE BID + ALTERNATE BID AA.1 + ALTERNATE BID AA.2 + ALTERNATE BID AA.3 ~e ~~ PROPOSAL E'ORM - Page lI of is 031 s 27 . ~'/ $1t9~s~ 239.3/ The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 240 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 . City Secretary APPROVE AS TO GAL FORM: By: Asst. City Attorney Agreement Page 2 of 2 CITY OF ORPUS C IS By : G~~ Juan Perales.~ Jr., P.E. Assistant City Manager Engineering/Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR KJM Commercial, Inc. By: Title : 'I' f` L5 ~-~.~. w-~-- 1814 HOLLY ROAD (Address) CORPUS CHRISTI, TX 78417 (City) (State)(ZIP) 361/991-5600 * 361/991-5616 (Phone) (Fax) ~~,^,~ ~(-~ ~ SAUTHOKIIE~ ~Y COUNCIL._tQ12 Q ,: . ; z~ PRO POSAI~ F O R F O R M ~~ . '~. L L ~~ L L f `~ L STATE SCHOOL SPORTS COMPEER, PHASE 1 (PROJECT PIO. 3144) QI~D STATE SCHOOL PROPERTY DEVELOPMENT, PF~ASE 2 PROJECT N©. 33883 DEPAATMENI' OF EtJ6IliEERiNG SERVICES CITY pF CORPUS CiiAISTI, TEXAS PROPOSAL. FORM Page 1 of 14 L P R 4 P fl S A I. tV Place: City of CC .. • Date: Al~nloa Proposal Of KJM Commercial, Inc. , ~~ - a Corporation organized and existing under the laws of the State of Texas f aR L.. a Partnership or Individual doing business as ~' TO: The City of Corpus Christi, Texas Gentlemen: _ _ The undersigned hereby proposes to furnish all labor and materials, tools, ~~ and necessary equipment, and to perform the work required for: i~ STATE SCHOOL SPORTS COM~'LEX, PHA.SB i {PROJECT NO. $144 i-- OLD STATE SCHOOL PROPERTY l)ENF.I.OPI~NT, gHASB 2 (PROJECT NO. 3388) i' 1 . at the .locations set out by the plans and specifications and in st=iet 's accordance with the contract documents :for the following p=ices, to-wit: ~.. ... Lt . PROPOSAL FORM '-~ Page 2 of la STATE SCHOOL SPORTS COMPLEX, PEASE 1 (PItID~TECT KO. 3144) r i... f' L I... L ,- L C ~... L L ~` •-,. r L C na ~•4 nTn ~aO•11 a ... ~O[rfZTM•S*l•-IR~4aT_ a1d1'f CTQY1t`_Tt7'AAL I-- ---1I---- Iii IV V BID ITEM QTY ~ DNIT '• DESCRIPTION WAIT PRICE i'OT~' PRICE IN FIGt)RBS A.1 1 LS ~ sue' FIELD' complete in place per $~~~~Qo. $ s_ ,?u~.32 A. 2 2 FJ1 Ya1TK 1'OOYSALL FxBLD, complete in .~ S t/ L,_ 7$ s~ S place per EA A.3 1 ~ Rt;STR00N FACILITY liO. 1, complete iD S $ ' place per 1:A A.~ 2 ~ ~ER FIELD. complete in place ~ ~7 77 ~ S~~ ~ A. 5 i t:A DiAYlPSTF1t ENCLOSORE, complete in place Q ?~ 7 ~ '~ ~ s~~ ; 7? .~ per FA ~ ' ---' svs-sosAL, rARr A - ARiCttITECTORAL Arm i ZtaO 233 8TAOC?Uit71I. LA. i - A. 5~ • HASL SID PARS 8 -- CIVIL SITEFTORK I II xII Iv V 8ID QTY L UNIT DESCRIPTION UNIT p^ RICE 'C'AL PRICE ITt~t INS R S ,53147 (,. 6.1 1 LS Dt~IOLITION, complete fn plats per L3 ~~ S 8.2 s, DSO SY SURFACE iTYPE "D" ~It~4C) , complete in t i,~ -~~ ~.-=~~ S ~a_ Y _ . ~o ( ~ ?~ place par SY e.3 8i8 GAL PRZN>: coAr, ~-3o t0.is GAL/sYl, GAL s s ~g _ S ~l2 p. ~/ ~i coa~pleto in place per PLAC1?lENT OF 'RECYCLED 8. ~ 5.730 SY AsFt3ALT/BASE, complete in place per s l . to Z S 2 . SY 8.5 5, 730 SY F~CCAVATION A1s10 SUItGRADE t?REPARATION, S S . 9 $ ~~~ Y complete in place per B. 6 2,180 LF ~Y ~~ STRIPING, complete in place s ~ Z 7 S (p~j B.7 3~0 LF cxosswALx (THFRt~-FLACTICI. complete S ~. S 3~O?Z- 00 in place per LF 8'8 2! ~ WHEEL STOPS (ADA SPACES) , caaplete in ~ J / • ~ Z -~-~,.ll~ ~ place per EA 9 2! ~ a ACCCESSIBLE PARKING SIGNS AND S / ~O ~ . ~ s S3 • S2 . STRIPING, complete in place per EA . T3.10 10.000 SF ~_~~ SltiErtALK' complete iA place S Z, •? S 27 8.11 16, 900 SF ~P~'T TRAIL, co~nglete in place pee s I . ~D~ s23 7 Z ~ 8.12 3 700 LF D~ ~'E' complete in place per s a • ~p g Z9 q~• , L PROPOSAL FORM Page 3 of 14 ~. r S' .r r- --1.. ~. ~. L L I 2I III ~ V BID ITEM QTY i ONIT DESCRI~'PION UNIT PRICE TOTAL r~RF~S 8.13 9 AC SEEDING, complete in place per ABC S 2 •~~ ~ ~[~ ~-_,~~~~.2_7 B.li 1 LS IRRIGATION, complete is place per LS S. 5.,~~~7~ 8.15 125 sY SODDING, complete in place per SY S .~ S~_ 16 8 1 EA ~aIN ~ cATE, caaplets fa place s , S ~a3 . per FA 17 B I80 SF DOMPSTEA ENCLOSnRE Fdt1ltDATION, s ~ ~ q72. 0~ . Mete is place per SF '8.18 2,180 LF SEDIMENT CONTRpL FENCE, complets in ~ S ~3 ,~ . place per LF Y9 D 1 EA Rpex FILTER DAM, aamplete sn place S~ . ptr EA 20 8 1 ~ TEl'SPORARY CONSTROCTZON EXIT -TYPE s ~29~0o s Z , P~ . »i«~ complete in place per LS RK $-~f-!~ 8U8-TOTAL, PAAT 8 - CMI, SZTRWO X8.1 - 8.20} 8A58 HID, PAR Y I II III IV BID QTY 4 UNIT DESCRIPTION CNIT PR CE ---~--- 7q'PAL PRICE IN F G~ittES I?EM C.1 1220 LF WATERLINE, ccHapleto in place ~ PV C S /~. (~ s~/4/`72. r L F C.2 30 LF LF WATERLINE, complete in place pe S 2 ~CJO 5~~~~ r 6« D.x.,M.J. 90 DEG BEND, c~nplete is ~o ~~3P S C.3 2 Ea place per EA _ C 4 1 ~ 6" D.I.,M.J. 95 DEG BEND, cc~piete in $ ~ ~ a+d $ ~ ~ da . place per EA C.5 1 FA 6" D.I.,M.J. i1.25 DEG BEND, complete e~~~J~ ~~= s ~~~ is place per EA 6 1 EA 6" D.i.,M.J. GATE VALVE, complete in S S C. place per E1- -,, 6* AG TO DI ADAPTOR COUPLING, ~~~~ S ~~ C.? I EA eoa~lete in place per FA _ . 8 C 1 EA FIRE EiYDRAliT ASSF178LY, complete is ~ ~9D.~ s~:;~;~0~ . place per EA C.9 1250 LF TRENCH SAFETY' complete in place per S f ~(y __ s~ LF $n9-TOTAL, pAA? C - WATEE 57C$TENi (C.1 ~ /L OD - C. 91 T C -- iaAT1CR S2STEZ~I PROPOSAL FORD! Page 4 of 14 r~ ~~ ~~ ... f L.. ~. V .~ SASE BID, PART D -- SANITARY SEi~iER SYSTEM I II III IV V 8I0 ITF.~i gTY t UNIT DESCRIPTION UNIT 2~ ~A IGVRES GRIt1CER PgMP STATION wsT xEw. AND g3/ 3 ¢ t-~c~/~ Q D.1 1 Ls APPORTANCES, coaplete is place per LS D.2 1 EA b" CLEANOti?, corplnte is place psr EA y~~~ $_LZ1_~ 3 D 20 LF 6' PVC GRAVITY SEiiER NI?I! NYE S Cj ~'! ~••- $ !D ~- . CONNEC?IOD1, caa~piete is place per I.F D.4 1080 I.e !~ Pvc FORCEI3AIN, completa in place $ ~ ~ s /S, per LF D.S 1 ~ !" D.I.. M.J. 45 DTuG IIEND, complete in ~~~ SJG~-~- ~~,~j Q s=~~,,~- place per FA D 6 1 ~ !' D. I • ,M. J. 11.25 DEG 8END, complete ~;3 ;-~ ~aD g 3SZ - °s' . is place per EA 7 D 1100 LF TRENGH SAFETY, complete lit place per k .-~ 8~~_ . LF 8U8-TOTAL, B11R1 D - SJINITARY SCR s~~~~~ SYYSTEM (D.1 - D.7) BASE BID, PART E - STORMEATER SYSTEM I II III IV V B~ QTY L UNIT DESCRIPTION UNI? FRICE TOi'l1tL PRICE N GURES 1S' HIGH DElTSZ?Y POLYB?HYL~IS CORttUW~TEC ~ s_~/.~_Q'/2 E.1 384 LF PIYL, cappiete in place pet Lt S ~Y'"'-=• CONCRETE SLOPED END TREATMENT, I~• 20 S_~~T Q~~ E.2 6 ~ caaplete iA place per FA 8 E.3 1 LS ~~'2' STRUCTURE, complete in place ~~~ s~6(~ per LS E.! 384 LF TRENCN SAFETY, complete in place per ~... S . 3 LF SUB-'DO"1'71L, BURT R - $TOi~t11'1T.R SYSTEM ~~ (R.1 i. 4) Crnacek/ t~ha, ~~s PROPOSAL FiDRM Page 5 of 1! L... ._ Y r ~.. c• L L L I~ L. L t SA~~'sL g~ _ p~IZT' F r ~._T.~_L`'~'QT("~T. I II III zv V BID QrY ~ UNIT DESCRIPTION ITEIi UrtIT PRICE ~~' PRICt: ~b~ F.1 1 LS SITE ELECTRICAL LIGHTING AND BOoWER, co~aglete its place per IS ' $~%r~)_ 8U9-'TOTAL. IIARZ it - ~tLECTRZCAL (p'.li 8'~~'7~_ TOTAL ~ - ~~ ~~: s -7 ~l , ~ SS ~ tsars or PARTS A, s, c, a, s, t ~ PROPOSAL FOR!! Paye 6 of 14 OLD STATE SCBOOI. PROPERTY DEVELOPi4ENT, PHASE 2 (PROJECT NO. 3388 ~,_, BASE BID, PART G - ARCHITEC'i'tJItAL AND STRUCTVItAL r- t f• .r t t t... f ... ..~ ..~ ~.. V [~ 1 • I II III IV V SID IT~1 4TY ~ iniIT DESCRIPTION I1tiIT PRICE ---- TOTAL PRICE IN FIGURES G.1 1 LS a PAVILION, complete in place ~~~ $~ d $ /~ ~D LS G.Z 2 FA BASKETBALL CO(IR1', complete in place g~~~`'~ par F.11 7 G.3 2 ~ lJt3LTi~R['OSE FIELD, complete iA place EA S'~• s ~QT per G. 4 1 EA RESTRGOH FAiCILITY iW.2, complete in. E l ~~~ CJ~7L.~ L:11 ~~ $ p ace per A , G.5 3 EA NIEDIUiB SOCCER FIELD, complete is S~ ~~9 place per EA ~ G.6 2 ~ SMALL SOCCER FIELD, eon~.plste in place $ $ Cj ~ .~Z ~ ~ par EA G.7 2 ~ DUilPSTER ENCLOSURE, complete in place ~~r17 F~ L='~ S par t3A ~ SUB-Y'OTIIL, PARt G - ARiCEtITECTUR7IL AND : STRUCTURAL tG.1 - G.7) BA3$ HID. PART H - CIV2L SZTEi40P1C I II III IV V BID ITS!! OTY i WI? DESCRIPTION tnilT PRICE TOTAL PRICE Iii F I G UR ES a.1 8, 670 SY SURFACE (TYPE "b" HMAC) , complete in S ~2 , ~p`~ /~ J ' ~ ~ S /'~=~, u place per SY ~ 8.2 1,301 CAL QRIME COAT, MC-30 10.15 GAL/SY), S J $ camglete in place per GAL ` H. 3 B, SSS SY LACEKENT 6 RfiCYC ASBHALT/BASE, complete in place per S ~ ?i $-'~r~ '-`---• ~ SY - x. 4 8, 585 SY ExcAVATIOti AND SUBGRADE PREPARATIOIS, l l s ~ • 9q S JG~ j In// ~~ = comp ete is p ace per SY _ F- - H.5 8.820 LF PAVF~IENT STRIPING, complete is place SZ~ per LF H.6 170 LF CROSSWALK (TItER.~O-PLACTIC) , complete S O S ~D :~L~f~ in place per LF _ Ii.7 16 EA ~E~' STOPS tADA SPAsCES), complete in S ~ Z~ S place per EA H.8 16 EA ACCESSIBLE PARKING SIGNS AND )•/"LL' ~frF $ GG, Ci~~ 7U STRIPING, complete in place per EA --~ H.9 17,900 SF CONCRETE SIDEWALK, complete lit place $ Z ' ~' ~ S par SF _ H.10 28.230 SF A S PHALT TRAIL, complete is place per S ~ ~ /_ maple 6B S F H.il 6, 400 LF LRAINAGE SWALE, complete isti place per S ~~3 $~,r37 ,~ ! ~~f VJAL i Vi~L7 ~~~f ~`~ ~ Pa e 7 of 14 9 ,~ ~7~ ~~ L t --- ~. .~ 1._: 4 t. ... ~. I TI III Iv V ITIEtd QTY i UNIT aESCRIPTION UNIT PRICE I~ j~R~ H.12 10 11C SEEDING, coa-glete in place per AC ~V S ~~~~=ls~ H.13 1 LS IRRIGATION, complete in place per LS S 7~ S 7 l6 H.14 1 ~ TRAFFIC CONTROL FLAN, complete in $ ab s ZT place per LS . H.15 3, 025 LF SEDIMENT CAIiTRaL FENCE, Complete in l ' e , ~~ ¢ •- ~ + t ~ S I/~1 ~i 'C L L2G ~ . p ace per Ll . .- _ _ . .~ E1.16 i EA ROCK FILTER QAM, cotdpiete i.a plats ~ ~ ~ ~ ~ JC~ L s //3~ par EA . ^ H.17 1 EA ~=N~ TRANCE GATE,. complete in place S~~'~ '~ ~2S S~$p • - H.18 3b0 SF DUMBSTER ENCfASVRE FOtlDTQA?ION, 8~ Q S_ J~~? ({ DO ` complete is place pet SF _ R.19 1 LS LANDSCAPING AltdiANCE• complete in place per LS S 20.000.00 S 20000_00 SQS-TOTAL, PART H - CI`-ZL $ZTEWORK s tB.l -x.19) BASL SID . PART I -• TiATER 3YSTF.[a r ~.~° -~ I II III Iv v ~I~ QTY i UNIT DESCRIPTION t)NIT PRICE 1T N J ~~ ~ I.1 2195 LF 5" PVC WATERLINE, comglete in place s / F - 7b $ ~ (o, ! per LF i.2 t5 LF 2" PVC WATERLINE, complete in place $ ~ s ~ (~ per Lff i.3 5 FA 6' D.I.,M.J. 90 DEG nEND, complete to s ` S // 3~dd place per EA I.4 1 EA 6' D.I.,M.J. 45 DEG BEND, co~lete in $~ place per EA ' I.5 1 ~ 6• D.I., M. J. 22.5 OEG SEND, coa~pletc S ?~Q~~U $ ~ a in place per EA _ I.6 2 EA 6' D.I.,M.J. 11.25 DEG BEND, complete ! ~ ~~ ¢ Q is place par EA L ~s I.7 1 ~ 6' D.I.,M.J. ?APPING SLEEVE idlTil GATE ~~ s~~ ~,~, ~~ l lL $ ~ VALVE, complete in place per F1i :L3.Lt_ ~ - _ 'L I.8 2 EA ~~ HYDRANT ASSEMBLY, complete in s~~OS $ 7~1 place psr F.)1 _ I.9 22~ 0 LF ?~~ ~~• complete in place per ~._ /_ /_ $ LF _ :~~ I.10 70 LF 12" DIA szEEL cnsxNC rro sE INSTALLED BY s 3~ 9d $„~~O OP6ti CUT), complete in place per LF SUS-TOTAL, P11R:! I - HATER SYSTEM ZL1 ~ ~~ , f~~i' ~ i.~c~~, L . ~ ~~- PROPOSAL FORM Page 8 of la ' _.. L v ..~ .- L L L L C L L Qaer nTn ~aQ~ s S~tti~lAAY S~3t SYSTEM I -. II III IV v BIR 2TEM QTY s UtJIT DESCRIPTION Oi~fIT PAICE ~~ PRICE IN E'IGUR~~ 1 J 6" PVC GRAVITY 5E'~IER (0-S E'T DEPT1i), 515 LF ZJ ~j~ ~~'-'- S ~`LQ', . eoa~lete in place per LF J 2 250 LF 6' PVC GRAVITY SEfiER (5-7 FT DEPTH), $ , f j~ s~~.L./J ~_ . complete in place per LF J 3 2S0 LF 6" PvC GRAVITY SEWER (7-9 FT DEPTH), g 27~ ;5~ S-1~~~~ . con~piete in place per LF J.4 1015 LF TRENCH SAFETY, complete in place per SZ .'7~ ~ ,Z LF J 5 2 EA E'I$ERGLa1SS MANHOLE (0-5 FT DEP?Hj, S O 5,~~~,~ . complete in place per EA J.6 3 ~ S" PVC CI.FAHOll7, complete in place ~~~ $ ~'Z~ per EA $i78-TDT11L, PI1RT J - 311NI?ALtY S rTWEA a`-=~~~ BASE BID, PART K- STOP SYSTEM I II III Iv V RID Y i IiIT DESCRIP?IOII ~T p~~ ~A I URES ITEIi --~----~-- K.1 560 LF iB" Higt DENSITY pOLY~THYLENE OORAVGATED LF l i $ ~ 2 ~ ` ace per PZPL, complete ll p K 2 32 LF 96~ RSINFnRCED ~~~ PieE, complete lA ~ d S~2 . place per LF 20 E~ CONCRETE SIAPED END TREATMENT. g ~~~ S i~~ ~/~ K.3 ! Mete in piece per EA - =~ ~' 4 1 EA CONCRETE GRA?E i[ZLET, complete la Q/f~/S/) 7(~ K. place per FA ~~=-~- K.5 592 LF TRENCM S~~' complete in place per LF SV9-'PO'lAI.. PART K - STOI~tATSR SYS?EM[ (1C. Z - K. 5) 3 -°° ~ SASE SID, PART Tr ELECTRICAL ~ I II III IV V SID ~~ QTY t UIiiT DESCitIPTION UNIT PAICE ~~' PRYCB IN FIGURE 1 L 1 Ls .SITE ELECTRICAL LIGHTING AxD POWER, ~[j/„ ~~ ~ ~ ~_~ . caaaplete in place pez LS F4 bvB-zv-rws., xwecr a. - i:+.o~.asc~~w~. ~~..+ roT~L rw,s~ 2 - HASB am: S l~~~_,G.~-~. • ~ {StAt 08 p71RTS G, H, Z, J, 1C, i L) ~ PROPOSAL FORM Page 9 of 14 ~~s~ ~ ~~- ~__. ~. STATE SCHOOL SPORTS COMPI~E7C, PHASE 1 {PROJECT ti0. 31;4) OS.D STATE SCNOOI. PROPERTY DEVELOpi~NT, PHASF. 3 (PROJECT NO. 3388) L 11DDITZVB BZDS _. ~t ~ANx~r~ Bin _ pis ~ _ i _ ~s~eeM Fucni~c :' t.- L L L L L C L x xi IIx Iv v SID Y i DESCRIPTION UNIT PRICE TT~~' PRICE 1N ITEId UNIT RESTROOM FACILITY NQ. 3, complete in ~ 5~ ~~. 3 S )u1.i-i i EA place . , , ' ~l '~ ~~~J~~~i rOT11L ALTERitATR 9ID PART AI-.1 iLR'F1ZtiATg 9ID _ i~A,AT AA _ 2 - P~Nfl AlID ]11~HITbF.ATER BE1tM D I II III IV V i ID U IT DESCRIPTION UNIT PRICE IN~4 1-1 RA 3000 CY RETENTION POND EXCACYATION, complete ~ ?J~& $~`~QQ . in place per CY PLACEMENT OF MATERIAi. FOR 5 ~ r/ -~-y~ .~y PU-.1-2 SZ31 CY AMPHITHEATER BEAM, caoapiete in place ~ S / / Ne- S~ r CY s,~0~ 32l TOTJIL ALTERTUI'17t BID P]1RT' AA.2 aT_T~41fi+P0! ATif _ AIRT la ~ .. CICAMI~.' pRA2C I II iiI IV V BtD ITEM ~ i UNIT DESCRIPTION UNIT PRICE ~~ ~T~ 12' CURES AA. 3-1 1 LS ~PARK FOUNDATION, conTslete in ~ ~ Q ~ p1 SA ~` /_ / 1~i asp { ~ 1 a / .. SD TOTAL ]-LTER1iAT8 . BID PART 711.3 ~ e+rour,/s/~hns;~n~6lnc PROPOSAL FORH Page IO of 14 i~ L C L C L i C L f• ,... I ._.. SID St]fMMARY A. TOTAL BASE BIO B. TC?TAL BASE BID + ALTERNATE SID AA.1 C . TOTAL E~BI D ~~~~;t~T1;,,/~~.1 ~~'T""~E BID AA.2 TOTAL BASE BID + ALTERNATE BID AA.1 + ALTERNATE BID AA.2 + ALTERNATE BID AA.3 ~` ~~ ~~ P_~QPOSAL E'aRM - Paye 12 of 1~ /~~OD, Sys 30 ~ S $ - --- ~ J 81,~-~9.30 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. The - City reserves the right to negotiate additional quantitfes for parking, trails, and sidewalk at the time of award; using unit prices provided in the base bid. Opon notification of award o! contract, we viii within ten (10) calendar days execute the r' foraai 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 x-ateriala. Tha bid bond attached to this proposal, in the anaunt of 5t of the highest amoant bid, is to become the property of the City of Corpus Christi is the eveAt ~ the contract and bonds are not executed within the time above set forth as liquidated damages for tha delay and additional work caused th@reby. . Miaority/Miaority Susiaaas Eaterprias Partioipation: The apparent tow bidder shall, within five days of receipt of bids, subaait to the City Etsgfneer, in writing, the names sad addresses of N.BE firms participating in the contract arxi a description of the work to be perfomed and its dollatr value for bid evaluation purpose. Nusber o! Signed Sets o! Documents: The contract and all bonds wi12 be prepared in not leas than four counterpart (original signed) seta. ?ins o! Co:pisti~: The undersigned agrees to co~rplete the work within 24d calendar days i frOm the date designated by a ieork Order. Tha undersigned further declares that he will provide all necessary tools and apparatus, do a12 the work and furnish all materials and do everything required to carry out the above a-entioned work covered by this proposal, in strict accordance with tho contract documents and the requirements pertaining thereto, for the su:a or suns above set forth. Receipt of _ ~t~e _ followiac~ ad~e~pda~ , is acknowledged (addenda number) 1 ,__. E V - f L 1 L (SQL - IF BIDDER IS a Corporation} 230?E: Do sot detach bid tro® other papers. Fill in xith ink sad submit complete with attached papers. PROPOSAL FbRM Yage 12 of 14 Respectfully submitted: Name: Kenn Mantor By. ~s=c~- f Address: 1814 olly Rd. (P.O. Box} (Street) Cor us Chris i Tx 78 17 ~tCity} (Stated (Zip) Telephone: ~6t-99t-„~5(~~ ~Revisea August 2000) ~ clnr of cow>us cHRlsn O1SClOSURE OF INTERESTS City oP Corpus Christi Ordinance 1?112, as amended, requires a21 persons or firms seeking to do business with the City to provide the following information. Every question must be ~-- answered. if the question is not applicable, answer with "tiA"'. FIRNINAME: KJM Commercial, Inc. g~~ 1814 Holl Rd. , Cry; Corpus Christi Lp; Texas FIRM is: t. Corporation 2. Partnership 3. Sole Owner 4. ~lssociatlon 5, ORtter OtSCLOStJRE QUESTIONS if additional space is necessary, please use the reverse side of this page or attach separais sheet , 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constidting 3',ti or more of the ownership m the above named "firm". Name Job Title and City Department {~ lmown) N/A f •. Z State the names at each "official" of the City of Corpus Christi having an "ovimership Interest" constituting ~X or more of the ownership in the above earned "firm". L Name Title N/A .... S. State the names of each "board member" of the City of Corpus Christi having an "ownership Interest" constituting 3X or more of the ownership in the above named "firm". - ~ _- Name Board, Conimiss~rr ~ Committee 4. State the names of each employes ar officer of a "consultant" for the City of Corpus Christi who worked on ar-y matter related to the subject of this corrtract and has an "ownership interest" carstitrrtlr-g 3r. or more of the ownership in the above Warned "firm' t .Name- Consultant . L • N/A .... CERTIFICATE it ~ I certiy that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld i~. disclosure of any hformatron regsa;sted; and that supplemental statements wi0 be prnmptty submitted !o the Cry of Corpus Christi. Texas as changes occur. Certifying Person: Kenn Mentor T-~s• President (Type or Print} • ... SignaturB of Certifying Berson: ~Q; 9 / 3 0 / 0 9 ~. PIWPOSAL FORM Page 13 of 14 { u~~NmoNs a. `Board Member. A member a1~y board commission aroomrnidee appointed by ttte City Cowl of tha Cdy of Carpus Chrlstl. Texas. b. 'employee'. Any person employed by the City of corpus Christi. Texas, either on a tu>< or part lima basis. but rat as ~ f ir~perrdent oontrac~or. t~ ~ '~'• ~Y~~hop~~ for economic ggain,whett~er professional. ioduslria~t orcommerciaftorm as~ate~ e~i ~ produce or deal wrttt aproductor setvioe.icrckrcirr~ but notl'anited 10. entit+es In tiro proprt~ash self-empk~ person. paRnership,corporation, stack vomparrlt. joint w~~x~~e~recxivership orh~ustand erdv. for purposes of taxation. are trea as non-pro ~ organizations. d. 'Official'. Tha Mayor. members. of llte City CouncR, City ManaB~. Deputy C+ly ~~ Assistant City Managers. . Department and Oivisior~ Heads and Municipal Court Judges of the Cky of Corpus Christi. Texas. e. '~ tnterest : slags! or equitable interest, whether actuauy a oonstnx~ivey held, in a fem. when such interestis held through ar agent, trust, estate or hatd'rng entity. '~Gonswctvety held" refers to holdrg a c~ ~ >hnxigh votir+q trusts, proxies. or special temps of venture or partnership agreements. f. "C~. Any person ~ firm. such as engineers and architects. hired by tha Cit)t of Corpus Christi for the purpose of pratessionat consultatyon and tecommendation. f~ L L - -- I - t .. `, PROPOSAL FORM • Page 14 oP 14 P E R F O R M A N C E B O N D STATE OF TEXAS § Bond# 0313454 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT KJM Camme~ctia]., Izta. of NUECES County, Texas, hereinafter called "Principal", and International Fidelity Insurance Company , a corporation organized under the laws of the State of New Jersey , 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 ONE MILLION, EIGHT HUNDRED THOUSAND EIGHT HUNDRED FORTY-FIVE AND 30j100(~1,800,845.80) 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 OBLrGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 2_ 7TH of OCTOBER , 20 09 , a copy of rthich is hereto attached and made a part hereof, for the construction of: STATE SCHOOL SPORTS COMPLEX, PHASE 1 OLD STATE SCHOOL PROPERTY DEVELOPMENT, PHASE 2 PROJECT NOS. 3144 & 33$$ (TOTAL BASE BID: X1,$00,$45.50) 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 ar addition to the terms of the contract, ar to the work performed thereunder, ar the plans, specifications, drawings, eta., accompanying the same sha11 in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration ar addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1. of 2 This bond is g~.wen to meet the requirements o~ Axt~.cla 5160, Vernon's Civil. Statutes of Texas, and other applicable statutes of. the State o~ Texas, The undersigned agent is hereby des~.gnated by the Surety herein as the Agent Resident in Nueces County to whom any requ3.site nptices may be delivered and ~ on whom service o~ 'process may be had in matters aris~.ng out o~ such suretyship, as provided by Art. 7.19-~., Vernon's Texas insurance Code. xN WITNESS WHExtEOF, th~.s instrument is executed in 4 copies, each one o~ which shall be deemed an orig~.nal, this the and day of November 20 09 k~RxNGxPAL KJM Commercial, Inc. 13y . ~..o..~.. iPx~.ztt a e ~ x~ ze) A~'TEBT t~lnn rw,~. 11 ~ Q (2 ~ lDA4 -' ~~{f'f11~C1 1'1S`?T± (Print Dame & rills) StTRE'SY International Fidelity Insurance Company gy, . ~ .: Attoxney~in--f:act Richard W. Daiker jPrini~ Name) • y::. a .:.Co~~v:,~. ~ Texas.; T~ta~=l4eeiciez~.>i+ ~.i'i~en~~ ~'oaG~`: =~irrha~~YSu~etiy•:a~nt;~,~S~TueC._.~s:; • 4>n~.. ?a:. ~`eZ~idei:~i';`'o.~~~faotice :~~~ud•=~~aerv~t'~+e~~`of~~;~roaess'~,:3~s;~ K & S Insurance Agency ,t3gesa:ay: Con~aot Pereen: Richard 1N. Daiker AddresB: 6434 Leopard Corpus ¢hristi, TX,78409 P~om~ ~UmbBX: 361-853-8064 . - ~tJ~~. (NO#`Es Date oP ,per~axmance Aond must net be pra.or to .data of contract} (Rev~€ssd 3/08) Pax~oxmance Bond Page 2 of 2 P A Y M E N T B O N D STATE OF TEXAS ~ Bond# 0313454 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT KJM Comineraiai; Iaa. of •NUECES County, Texas, hereinafter called "Principal", and International Fidelity Insurance Company , a corporation organized under the laws of the State~of New Jersey , 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 "Ci.ty", 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 ONE MILLION, EIGHT HUNDRED THOUSAND EIGHT HUNDRED FORTY--FIVE AND _ 30/100 ($1,800,85.34) 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 27TH day OCTOBER , 20 09 , a capy of which is hereto attached and made a part hereof, for the construction of: STATE SCHOOL SPORTS COMPLEX, PHASE 1 OLD 3TATE~SCHOOL PROPERTY DEVELOPMENT, PHASE 2 PROJECT NOS. 3144 & 3388 (TOTAL BASE BID: $1,800,845.30) ~~ 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 teams 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 band, 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 to meet the requirement's o~ Article 5160, Vernon' s Czva.l Statutes of Texas; and other app~.icab~.e statutes o~ the State of Texas. The terms "CJ.aimant", "Labor" and "Material", as used herein are in accordance with and as defined in said ,Axta.cle. The undersa.gned agent as hereby designated by the Suxety herein as the Agent Resident in Nuecea County to wham any requ~.site not~.ces.~ may be delivered and on whom serv3.ce oaspprovid d ~y eArta in matters arising out o~ such suretyship, 7.19-1, Vernon's Texas znsuxance Coda. IN wTTNEfiS ~THERLOF', this 3.nstxumsnt is executed in 4 cop 3 mss, each one of which shall. be deemed an oxigina~.- this the day of November 20 09 BRTNCTBAT+ KJM Commercial, Inc Syt {px~.nt Name & Tit e AT'I.`EST ~`~ r:. ~~ ~~~~~~ ~ T N ~ ~ C tLQ,~xtX~ ~ ~xrt~n ~ 55-t;~ (Print•Name & Title) • sc~Ty international Fidelity Insurance Company By: Attorney-irs--fact Richard W. Daiker (Print Name) e:~_};~~~~•4~,~~f~~:.~;Agelp4'~~i=;ot'•s,:!~~ie' ";'•>Bu~et~-':.,.~t=% ~I~i ~..,....-_ .t <.. d~~~vsx'Yoft=rio~x~iie~'aic~~~~seice ~'o~='~izoaes~.4?~~_..'.:;~. Agettay: K & S lnsuranee Agency • - Coa~aa~ Person: Richard W. Daiker AddresB: 6434 Leopard Corpus Christi, TX 78409- ~~_~._ Phone Number: 361-688-7866 {Np~N; pats of payment Bond must not be pxf.ox to date o~ contxavt) (gevzsed 3/Oa) t?aXnnent Bond Page 2 of. 2 ~ 7 '1 coRa CERTIFICATE OF LIABILITY INSURANCE OP ID AR ~ DATE (MM/DD/YYYY) „_:~ KJMCO-1 11 02 09 PRODUCER A Carlisle Insurance Agency, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Corpus Christi Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 500 N Water Suite 900 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Corpus Christi TX 78471-0019 Phone: 361-884-2775 Fax: 361-884-3470 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Mt Hawley Insurance Compat>lr ` / INSURER B: TexaB Mutual Insurance CO KJM Commercial Ina V Attn: Kenny Manton INSURER C: American Hallmark Ina Co of TX 1814 Holly Rd 78417 h i i INSURER D: Ace American Insurance Co Corpus C st TX r INSURER E: COmmerC@ & Indust Ins CO COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURAN POLICY NUMBER DATE MMIDD/YYYY DATE MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ lOOOOOO A X COMMERCIAL GENERAL LIABILITY MGL0152804 12/20/08 12/20/09 PREMISES (Eaoccurence) $ 50000 CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ 5000 ~ PERSONAL & ADV INJURY $ 1 OOOOOO GENERAL AGGREGATE 2000000 GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $ 2000000 POLICY X PRO LOC JECT Em Ben. 1000000 AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 C X ANY AUTO 44CL45704404 12/20/08 12/20/09 (Ea accident) ALL OW NED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ }~ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE SOOOOOO E X OCCUR ~ CLAIMSMADE BE 027725792 12/20/08 12/20/09 AGGREGATE $ 5000000 $ DEDUCTIBLE $ X RETENTION $ lOOO $ WOR AND KERSCOMPENSA710N EMPLOYERS' LIABILITY - X TORY LIMITS ER $ ANY PROPRIETOR/PARTNER/EXECUTIVEa TSF0001127149 12/20/08 12/20/09 E.L. EACH ACCIDENT 81000000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) ~ E.L. DISEASE - EA EMPLOYE $ 1000000 If yes, desalbe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1000000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS RE: #3144&3388 State School Sports complex, Phasel & Old State Prop Dev.#2 / Certificate Holder is named as Additional Insured on General Liability Auto V Liability when required by written contract and a Waiver of Subrogation provided on General Liability, Auto Liability, & Workers Compensation when required by written contract. Umbrella follows forma CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR/E THE EXPIRATION `+Ir~O01 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O f~ DAYS WRITTEN Clty of Corpus Christi NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Engineering Services ~ IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Attn: Contract Administrator P ~ B X 9277 REPRESENTATIVES. O Corpus Christi TX 78469-9277 AUTHORREDREPREHEN IVE ~ / ACORD 25 (2009101) 071988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ~~ OP ID: AR ALVKU `.,.~~ EVIDENCE OF PROPERTY INSURANCE DATE (MMR)DIYYYY) 12/03/2009 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE OF PROPERTY INSURANCE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. AGENCY ~N~ x:361-884-2775 Carlisle Insurance Agency, nc Corpus Christi Office 500 N Wah3r Suite 900 Corpus Christi, TX 78471-0019 I CODE: ~ SUB CODE: ~ COMPANY Ace American Insurance Co INSURED KJM COmmerClai InC LOAN NUMBER POLICY NUMBER 1814 Holly Rd j IMCt20816429004 Corpus Christi, TX 78417 Y EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 12120/0$ / 12120/09 ~ X TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATIONIDESCRIPTION 902 Airport State School Corpus Christi, TX 78469 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. rnv~oer-c IucnoueTlnN COVERAGE /PERILS /FORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Covered Property At Reported Location . / 3000000 2,50 Covered Property In Transit Y 50000 2,50 Covered Properly At Temporary Locations 50000 2,50 Windstorm- Texas Windstorm Ins. Assoc #tbd lzroaros-osros~lo Pavillion 116733 1,18 Restroom 1 % 83971 1,00 Restroom 2 '~/ 83971 1,00 VNI~{.rCLLJ'111v1~ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE ADDITIONAL INTEREST NAMED BELOW, BU7 FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATNES. ADDITIONAL INTEREST NAME AND ADDRESS MORTGAGEE X ADDITIONAL INSURED LOSS PAYEE LOAN # City of Corpus Christi Engineering Services AUTHORIZED REPRESENTATIVE P O Box 9277 Corpus Christi, TX 78469 ~~~~ ACORD 27 (2006/07) ®ACORD CORPORATION 1993-2006. All ngntS reserveO. The ACORD name and logo are registered marks of ACORD Policy Number. MGL0152804 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - 01NNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: •J COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organfzatlon(s) Location and DescNption of Completed Operations Afl persons or organizations where required Blanket as required by written contract. by written contract Information required to complete this Schedule, If not shown above. will be shown in the Declarations. SECTION II -WHO IS AN INSURED is amended to Include as an addfilonai .Insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for °bodily injury" or "property damage" caused, In whole or in part, by "your work' at the location designated and described in the schedule of this endorsement performed for that addilionaf insured and included in the "products-completes operations hazard" x~~ CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 Insured Poiicy Number: MGl_0152804 ~ Mt. Fawley insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAfVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO uS J This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organfzatlon. Ati persons or organizations where required by written contract. {lf no entry appears above, information required to complete this ondorsoment will be shown in the Declarations as appli- cable to thls endorsement.) Thy Transfer Uf Rights Of Recovery Against Others To Us Condition {SECTION IV -- COMMERCIAL GENERAL t..iASii_1T'- Cpt~l3t'TtON5) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of rrayments ure tt-ake for injury or darrmdge arising out of your ongoing operations or `"your u~rorlc" done under a contract with : . ~h9f Pr'JP¢.-•~'i N!' A4WeY^aRl°•:J°~~`:14 Sq4~ !°aRfB Ba`~t~r§ FP6 f~'?~ ~iasr~.- .~nre~sq °snaN,:'~e i. Ff: ~,. e: ~c'e.- ti, e~.lc€ j~f` `4_seR~^~ {_5. ~ _ S; ~:v,._pp~~~:py~.,•. ~...~,.n. a..ypy.~s_e~Ce ..[el.~C~,~..nt~fJ~.._ ~~.c.~. _. ~_... ._l.~.{... 2_ ,~.-v:.-v.....J.:, ~.:_.-~. r... ., ~. - - ~~iVVrS cr Vr~Gfi ~ibUll \i~i +i{IV O11c1 E3i aiiG V~.D~~~~4iiv 4FiVYV. ~ - ~s`V~ E "'~+'' b~ v F d _ ~-~. -, -~~- _'- ^r .,s - ~:C1!?{FFI€7{',f ~1S49,n~"~' i1PA ~tj w';f;;~~; i.`fsc:r~; 9T~~_; '1.ci~? gage "ivT `1 - - ° _ .~. - lriSlit~ti POLICY NUMBER: ~ j~{(,L ~ t D~' { t1~ COMMERCIAL AUTO • CA 04'f?3 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUU.Y." - ~ . ' TEXAS ADDITIONAL INSURED _ ~ `` ' ~ This endorsement modlCes insurance provided underthe taitowing:• - ' BIJStNBSS AUTO COVERAGE FORM • ~ ~~ GARAGE COVERAGE FORM , , - i`j~rJ~!'1`' • f~ObTOR CARRIER COVERAGE FORM (~ TRUCKERS COVERAGE FORM . • ~" ~ 1iVittr respect to avverage provided by tMs endotsernent, the proriaions or the Coverage Foitri apply unless moll- ' tied by the endorsemsnt . • This endorsement dranges the policy effective on the inoeptlar date o! the policy unless apottrer ate Js Indicated • below j Endorsement Effective: ~~' n r1'® ~3 ~ ed 8y: Namsd frtsured: ~i ~ ~ ~ . ~~.__~~.<~..-_.. a? R __ ~.: .- - -- - • --~ ` t~s w eeaa3 e^~we~:r~ ~e i~eaca~e~ r~€ ~~-:.=~aa~~~ - ~ TF4 Y~eE ~h-:e:.- - - _ _ "0.+:f:: ~3 Cf't ...: ~ i ~F PGk~eo ~k`r£ +tf ~n a 4; r 2-~2i't 2{.!etrs c"i~:irty ^-r` ;r< <~n, a4rrr4 ~r meta?~ #~s„ ?ra!n;+~3~c ~ eat~';g h~ ~~.-aa,n k.a 3~;p i 4~ S~r~T rrtc ~c ~Gplieaq„» to i~tis Ltli~or9at'r9erk;, i - _ . i -- ~k ~f;~r~ !fie P~;n !t};ect~t.;! -~°,>$yflE,.~ ~} !e ~rr~n~$~ @ra fr:C~Ud9 s~ srl nlrlslSf?Q"?~2E~ ~G'rSrt1'S~ n* oM2E?i~3= i~©ii48} Sii~~r'i iri ili$ ~i:.e12L2(ti~c, 67i1$•~r'S1~F lAi~er rir- ~lGCiL CJ` t:iC:5 [G~~::IfiL:{tC3' YL:S C.b'F: =: G:i: S:S~tl1: t'i ~:: r.e~-~ a ..-L~°"• R` ~ } r~ i•}f~ 'lz d P_^.Po..lp a dh ES L• 6 P "r*E f.,t i. ltrp?s s#2fe~ trt t#4?? nalf~~ i7" ~s nc~ r€n;eR ~Tf? ~?I~r~, - ;-iii f i ~ttiffYt ~F'er~iiliE~? sF"iQ ai iq t~iV(c~srK~, s~ at~~iil4a- - ui~, i~~asz;c uy u Masi ~ `;;~iiv gue:. ~.., ~r5t. ae~ c~•i~l;^~3~~~a ~'~ s-3~ fzr 4he3 ~r+'klsf~{~ra! €ZStirro{+. r?~!s!E'd it± the Schedule or IaeclaranvnQ I?t est ~~- ~~ ~zriaininr zra at~is irss~r-a„cs. t,1,. ~tf18 1/df~ I~sali Ei"ii9 add'tfiottai ift~la?Lt9 ft~YtE~ fit L~'i4' eiCiarCil3i~ or vk5^virBr2,iivSly e`ECl:(L'ii' iiirsiag :i~El'v''wiEG- 3!'dti E'.' i!2 •j gll ii it "}ry 'a'ei'1 Ree[< -~ Y °f'iii ,u,1i ~' f F' w s.., - - ~. - .rigs. - ~ . - .....:~.~....~ ... CA Q4 03 06 (i4 ®iS0 Properties, Inc., 2003 .Page 1 oT 7 O • .. ... ....r• - ... ~. .~ Poi'~cy Number; MGL0152804 v Mt. Hawley Insurance Company THIS ENDORS&MENT CHANGES THE POLICY. PLEASE RFJrD IT CAREFULLY. Amendment of Cancellation Provisions In the event of caneellation, we agree to mail 3Q days priorwritten notice (exceptfor non-payment of premium is 10 days} to: - I City of Corpus Christl, PO Box 9277,. Corpus Ch/risti, TX 78469 V ~,'" ~ ~~ ALL OTHER TERMS AND CONDtTIONS OF THIS POLICY REMAIN UNCHANGED. MAN-DBD-918(12108) Page 1 of 2 Ensured A=nerican Hallmark Insnranee Company of Texas 7T7 Nain St Ste 10D0 Port Yorth, flf T6402 ENDORSTsNfENT SCHEDIILFy POLICY N0. 44-CL-457044-04/007 RENENAL OP 64-CL-OOQ434993-4 . NAMED INSQRED ANU MATLINd ADDRESS AGENCY AND MAIfi~IN4 ADDRBSS 7430 KJM COMMERCIAL INC ~s~ ~TE~7DEa NAB) / C~3RLISI,E ~~t~vR~N~~ ~.~E~~ I?~3C ~, °t ~ 1~ DOLLY RD ~ '~ t2 ~ N ~XATER #9 {Z C~ ~~ t~ CO~,~sr,~ ,rc~s+I T~ ~~a.13 ~i f CQ~4,.n~S r~sc~~rg n°x 75~7~ •-~-.-••.•••' F"` iFti ~~i=d'~{` 4 +` EIS F? i T?sy: F} F"s-+RB s a1ih vp*4M a it MA i~~PiY wen@~$$ fur: tii~ Fit. 1 e .. ta.==~ rt,F tF-Ye ,..9F. VBIYavFtv\v t <w r.~ avw ~ ..~~.- ..~ .. ... ~. .tivxv~ scF uye 6-6=V~4f kte 6?Y!GV4.t ~. 6.oLSt9 ass'`r° - 1=3d=4iFiF7 6sd~'44.idae~23~dd`Stb i*t~®`S Sib6SY=k M'b°da5` `48d~ Y r a+. `'~ raxcrm. ~.r ~,.a. ~.. X416 ~€'d~.--'--_ '~ -~4?~__ 2~ c i~a cm_ a nl'ye F .. [:. ..[:___ . ..... .. .. .. s `a.j p°°3awi~_,IEf ue d_.-N'T. .>TRFOti .I .`-re .'~e-`i m ~ ?gyp Yt f+.f SF._ `E-?tkele pie, `i5..!t IY€"f:t~4~ __ ~ ~~ -4.y ~ - E A ` -a ..; t La t C+RIGIa'~~ VL-L4-V^ YI tl1CAt v c.. ~a .. POLICY NUMBER: ~~~~~ `O~`~ v ~ ••COMMERCWL AUTO • ~ - ~ - - CA~O 89 G8 Q4 • ` 'THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY: :~~~~ ~ , ~~ TEXAS CHANGES iN TRANSFER t~F RIGHT'S ~F ~` •I~E~C~~/ERY AGAINST ~TNE12S TO l1S • ~,~~ - - ~ ~A11~ER C'1= SBI~~~ATIN~ . s hts endar~enrent tnac#Ifiies tt~surance prsvided under the fdio+Mng: . Bi~Sii3ESS AU'T`O COVi=t~GE rrOE~fVi - - $~iB6f~f=S; AUTO P~FiYB1C~ ~33~fdf8~GE CQI~ERAGf= ~€~Rtv~` . G~AG~ OG1fEt?AGE i~QRnS ~ ~ ' ' ~:RQ~'Q3~ t;f~gRif='3 00llERRGE FtS~f~i 'TRUCKtsRS G01lERACiM FOF2f~ - . 1t4'~h rasped tts c~~rerage pr~~oideri iry tiai3 encze,~~~rn-rert, the p~esi+i,ic,~s r~~ iha Oe~et~~~c~ f+4erti appi~ unless inc~rf(- ~ed by th8 enCft9rserr!ent. . TtCfs endorsearsertt Charges the p613c~~ ef!eotha:a Lr~ the irsce~ior date Qt: the pciiey ciniess erather data is ir~ticated - be(c~w, t=ndorss;r{ettt Ettcctti~: ~ L s ~t~ ~ ~ ' neei By: , i l~arrled Ingltr~~t.~~ {~ V , ~..f~ ~ C .~~~~ ~,.~ ~ ~ - m 4~ ~ Representative) SC}iERUi,~ ' Name eft F~erson(sj ter Organtzatwn(s}: s~~xe ~ caat~ f46-Q4: razes c~sr.~~s pia ~~~si:~ ~ s~t,~•r€ c~ ~:=sev~ev ~ - ~~a~ras° at~ss 'tC ~s €s~tK~t u~..~~za l~ldd€aieieei tareanFrai~a fit ra entry appears above, ir,E'orrr:aeioet regraired to oorttpiete this eneiorsernertt mill be shown ~ the 6eciaratirsns es ap~iioabie 4o this eradcrserraent.g - 'Ths 'Grans€er 4f Rights Q! recovery A$air~t ~t#aers Ta €}s ~!?dittoh d~ coot epgiy tc the ppn ~?(s? nr o~~?!z~• tionfs) shown in the 8checiuie. We will ratatrt the additional premium shown above, regardless of anY eariY tesmi- •nafion ofithis ende~tsemerzt ©r the poifoy. i • ~i3 ~: ~~ €~~ ~ ~ i8G i~rcaperriies, i~~c., c~3+~3 page ~ of 9 ® WORKERS' COMPENSATION AND EMPLOYERS ~~~~ ~ LIABILITY INSURANCE POLICY U Ltsurancer„omFany WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3 A of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1 Number of days advance notice• 30 2 Notice will be mailed to: CITV OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below (The following "attaching clause" need be completed only when/this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on December 20 , 2008 " at 1201 A..M standard time, forms a part of Policy No. TSF-0001127149 2008122Q of the Texas Mutual Insurance Company issued to KJM COMMERCIAL I NC ,/ Endorsement No. 2 Premium $ 0 , 00 ~ ~1,4~s ** ~ x* Authorized Representative ~'` WC420601 (ED. 1~4) AGENT'S COPY AXMEDINA 2-13-2009 ® WORKERS' COMPENSATION AND EMPLOYERS ~~~~~~~ LIABtL17Y INSURANCE POLICY • InsutyrxxCompany WC 42 D3 04 A TEXAS ~NAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 'This endorsement applies only to the Insurance provided by the policy because Texas is shown in Item 3.A. of the information Page. We have the right to recover our payments from anyone liable for an injury covered by this poticy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury a,sing out of the operations described in the Schedule where you are required by a written rontract to obtain this waiver {rim us. • This endorsement shall not operate directly or indire~ly to benefit anyone not named in the Schedule. 'site premium for this endorsement is shown in the Schedule. ~ r Schedule ' . ( ) Specific Waiver ~ - Name of person or organization :~O $lanket Waivc>r ~ , • ~ Any person or o:~anizatinn for whom the ivamed Insured h=rs ayrei'ci by t•!ritt?n c.oniract to furnish this waiver. • . , ~,~ :,~ratioi,~: nl.s_. ?~-~.XNS OPEt~AT1:DNS ,~+,• 2 G;~• ..... •' +~remium :•:;e premiurn charge for this endorsement shall be 2 . oo percent of the premium developedT:on • payroll in•• • • ~ ~::;nection with work•performed for the above person(s) or organization(s) arising out 4f the operation~,~lescribed. %~.:•:Ltvance F'remiurn i NCI_UDED . SEE I NFORMAT 1 oN PA3E . ~ ~ :. i ;ieb >hdurserrent han~;es tote policy to which it Is attached eiiecrive nn the inception date of the poticy unless a different datF ~ + is:?~4dtpy..'+ri :N - . !The fr,Iluvhrig "a?tacch yr rtaa~~" need be ev?mpl2ted orty Nhen this endorsement is issued subsequent to preparation n! the ~oG v.i Thr~ endorsement, effective on ~ at 72:01 A.M. standard time, forms a part of -~r.,ri;y u. TSB-OOU1?:719.:?00?R122U ofiheTexasMutuat!n~urance0ompany ~, is=.:Fd to !C.IM ~:OMMFRC 1 Al. 1 NC • ndorsement No. F: -~~~ium s ~ ~~~, 1 _ _ Authorized RepresentativeT lf1 ~d1.9'.9AA (ED. 1-Ii1-2000) INSURED'S CQPY NXGOMEZ 12-22-2008 General Endorsement General Policy Information Endorsement Information Page 1 of 1 Form CC-3R19 (7/97) Named Insured: KJM Commercial Ine Policy Symbol: IMC Policy Number: 120816429 004 Endorsement Number: 8 Effective date of Endorsement: 08/1ZR009 Policy Period: 12/20/2008 to 12/20!2009 Issued by: ACE American Insurance Company (Name of Insuremx Company) This Endorsement changes the policy - PIease read it carefully This endorsement modifies insurance provided under the following: Builders Risk Xtra COVERAGE FORM Additional Insured added: City of Corpus Christi Engineering Services Attn: Contract Administrator P O Boa 9277 Corpus Christi, TX 78469-9277 if we cancel for nonpayment of premium, we will send you at yeast 15 days notice. If we cancel for any other reason, we will send you at least 30 days notice. , No change in premium. All other terms, conditions and exclusions remain unchanged. U S Risk Inc Dallas, TX OS/12R009 YD ~~ Authorized Agent