Loading...
HomeMy WebLinkAboutC2010-468 - 9/28/2010 - Approved20.0-468 M2010-229 a9~2s~io A~com Commercial Constr. S P E C I A L P R O V I S i 0 N S S P E C I F I C A T I O N S A N D. F O R M S O F C O N T R A C T S A N D B O N D S F 0 R GARGIA ARTS EDUCATIQN CENTER PARKING LOT IMPROVEMENTS ~Nv engineers ~ arci7iiects I contractors 801 Navigation, Suite 300 Corpus Christi, Texas Phone: 36I-883-1984 Fax: 361--883-1986 TBPE Firm No. F-366 FOR PARKa & RECREATION DEPARTMENT City 0~ CTTY OT;' CORPUS CHRISTI, `T'EXAS CO US Phone: 361/826-396D Fax: 361/826-3664 ,~ Chnsti .-...- AN D DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-35D0 Fax: 361/826-35D1 .. ~s ~~i9e~~~A. ~afi~~~~~~i~''t~ -~':~ 9847 =~ ~' @~ ~~t~~~~~~ ••~~ ~~~~ /i/ J a ~ PROJECT NO • E10029 "'CIS PROJk7CTIS FFTNDIi~ THROUGH THE ' AMIItICAN RECOVFd2Y AND RIINVFS'IA'III~]'I'ACT O~'2U09. APPR07~CMA'ffi.,Y18(1%OFTHETIDTAL ES'IIMATID PRO JEC T C O ST W ILL SE IDNDID DRAC~TING NO: PBG 756 THROUGH THIS SOURCE" (Revised ~/s/OO) GARCIA ARTS EDUCATION CENTER PARKING LOT IMPROVEMENTS FrojeCt No. E1U029 Table o~ Contents NOTICE TO $IDDSRS (Revised 7/5/OD) NOTIG$ TO CONTRACTORS - A (Revised March 2009} Insurance Requirements NOTICE TO CONTRACTORS - B (Revised ~/s/oo) Worker's Compensation Coverage For Building or Construction Projects For Governmearzt 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/I.,iquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-l0 Tdage 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 1~ r, .,, .~ .,~F...,, {Not Used) A-16 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy {Revised 10/98) (Not Used) A-24 Surety Bonds (Not Used) A-26 Supplemental Insurance Requirements {Nnt Used) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration staff -., A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Con.txact".Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents ' A ~5 Eit~-Ida-tee __..___..___ _r_-.~-_. ___z-------_---- (Not Used) A-35 Other Submittals (Revised 9/18/00) is 3-~ ate-n~~~Arr-a~etn2~t-a~~ha~~e--~€e~ T+7~te~• F~ur~i~ed bathe Cit f " (Not Usec'E) A-38 4dorker's Compensation Coverage for Building yr Construction Projects for Government Entities A-3r9--C-ex~ifieate ,.F ,,..,..,....,,.... ..a ~+;,.,, T,,..,,,-,,-.,. sue,.. - {Nvt UBed) 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 Drawizxgs [7/5/aa} {Not Usec'i) (Not T7sed) A-4$ overhead Electrical Wires (~/5/oa) A-49 Amend °Maintenance Guaranty" [8/24/00) . A-50 Amend Prosecution and Progress A-51 Federal Project Funding PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D - gEDSRAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS PART S - STANDARD 5PECIFICATIONS Section 021020 Site Clearing and Stripping (S-5} ~, Section 021040 Site Grading (S-6) section 621080 Removing Qld Structures (5-55) Section 022040 Street Excavation (5-10} Section 022060 Embankment (5-13} Section 022100 Select Material (5-15} Section 025222 Flexible Base - High Strength (S-24A} Section, 025404 Asphalt, oils and Emulsioi'is (5-29) Section 025412 Prime Coat (5-30} (Asphalt Material only) Section 025424 Hot Mix Asphaltic Concrete Pavement (Class A} {5-34} Section 025610 Concrete Curb and Gutter (5-52} Section 025612 Concrete Sidewalks and Driveways (5-53) Section 030020 Portland Cement Concrete (5-40) Section 032020 Reinforcing Steel (5-42} `"`~ Section 038000 Concrete Structures (5-41) PART T - TECHNICAL SPECYFTCATIONS Section 666 Reflectorized Pavement Markings Section 5121 Geogrid Base Reinforcement LIST OF DRAWINGS 1. Coversheet 2. General Notes, Legend & Quantities 3. Existing Condition & Demolition Plan 4. Site Plan 5. Grading Plan 6. Miscellaneous Details 1 of 2 7. Miscellaneous Details 2 of 2 ,~~ 8. T~andscaping Plan, NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: GARCIA ARTS EDUCATION CENTER PARKING LOT IMPROVEMENTS, Project Na. E10029; The project consists of parking lot improvements which will include demolition of existing pavement, site grading, embankment, __ geogrid, flexible base material, hot mix asphaltic concrete pavement, 6" concrete curb, header curb, sidewalk, pavement markings, and landscaping in accordance with plans, specifications, and contract documents. Bids will be received at the office of the City Secretary until 2.00 p.m• on Ju~, and then pub~.icly opened and read. Any bid receive3 a ter c osing time will, be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., June 29 20].0 and will be. conducted by the City. The acation o t e meeting w~. be the Department of Engineering Services Main Conference Room, Third - Floor, City Hall, 1201 Leopard Street, .Carpus Christi, TX. This project is funded through the American Recovery and Reinvestment Ac.t of 2009. Approximately 1000 of the total estimated project cost --~ will be funded through this source. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a.non~-responsive proposal which will not be considered. Failure to provide required performance and -~- payment bonds for contracts over $25,000.00 will result in forfeiture of the 5o bid bond to the City as liquidated damages. Biddex'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 goo con ition within two weer 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 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS ~ • Revised March, 2009 A Certificate of Insurance- indicating }roof of coverage in the_ following amounts is required: TYPE OF INSU12AidCE MINIMUM INSidFiANCE CO'iTERAGE 30-Day Native of CainCellati.on required on Bodily Injury and Property Damage all certi.£icates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 9. 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,OOD COMBINED SINGLE LIMIT OR RENTEp WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,D00 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVxRONMENTAL IMPAIRMENT GOVERA.GE Not limited to sudden & accidental ^ REQUIRED discharge; to include long--term environmental impact for the disposal of X NOT REQUIREA contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIREB X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insuranoe Requirements ^ REQUIRED X NOT REQUIRED3 Page ~. of 2 -.._ ._ _ T - ... ........... _ The City of Carpus Christi must be named as an additional insured on all coverages except worker's compensation 1iab.ility coverage. ,_,_, The name of the project must be 1~.sted under "description of operations" on each cert.i.ficate 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 sectS.on of the contract. A completed "Disclosure. of Interest"-must be submitted wa.th your proposal. ~~~ Should you have any questions regarding insurance requirements, please contact the Contrast Administrator at 826-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS ~- gage 1 0~ l I ...:.----r--......... ___ Texas Administrative Code TITLE 28 INSURANCE ....f PART 2 - TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §11fl.110 Reporting Requirements for Building or Construction. --~ Projects for Governmental Entities (a) The following wards and terms, when used in this rule, shall have the fallowing meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Lobar Cade, 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-S1, 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) Buildixrg or coiastruetion--Has the meaning defined in the Texas Labor Code, (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-S 1, form TWCC-82, form '"'' TWCC-83, ox 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 ox part of the services the contractor has undertaken to perform on the project, regardless of whether that pexson contracted directly with the contractor and regardless of whether that pexson has employees. This includes but is not Iimited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of .,_., any such entity, or employees of any entity famishing persons to perform services on the project. Page 2 of 11 _ "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. {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 Wile is a representation by the insured that all ennployees of the insured who are providing services on the project are covered by workers' eomgensation 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 certif cafes 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, ar 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 ('~) 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 certif cafe 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) befoxe the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certifcate shows that the coverage period ends during the duration of the project; (S) retain certificates of coverage on f le for the duration of the project and for three years thereafter; ~-- (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, '!~~ without any additional words or changes, except those required to accommodate {he specif c ' document in which they are contained or to impose stricter standards of documentation: Attached .._, Grr~.hic Page 3 of 11 {d) A contractor shall: {1}provide coverage for its employees providing services an a project, for the duration of the project based on proper reporting of classif cation codes and payroll amounts and filing of any .,,, coverage agreements; {2) provide a certificate of coverage showing workers' corn;pensation 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 w. providing services on the project; and (B} no later than seven days after receipt by the contractor, a new certif cafe of coverage shaving 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 shoirid have known, of any change that materially affects the provision of coverage of any person providing services on the project; {'~ post a notice orr 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 unposed by the Act ar 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 an the sample notice, without any additional words ._,_ or changes: Attached Graphic {8) contractually require- each person with whom it contracts to provide services an a project to: _... {A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements far all of its employees providing services on the project, for the duration of the project; '' (B} provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language iua 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 certif cafe 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 tv the other person beginning work on the project; and {ii} prior to the end of the coverage period, a r~ew certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F} retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (II) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A}-(Ii} of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a prvj ect, other than a contractor, shall: (1) provide coverage for its employees providing services an a project, for the duration of the project based an 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 xepresenting to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper zeporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5} obtain from each person providing services on a project under contract to it, and provide as required by its contract: ,.,.., (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 -~-~_ __ ... ,. T (6) retain all required certificates of coverage on file for the duration of the project and for one '. year thereafter; ~; ('~ notify the governmental entity in writing by certified snail 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 an 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 an the project, and provide as required by its contract: •~- (i) acertificate of coverage, prior to the other person beginning wont 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 f le for the duration of the project and for one year thereafter; (G) notify the governxxzental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and ~-~ (Ii} contractually require each 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 far whom they are providing services. ,~ (f) If any provision of this rule or its application to any person or circumstance is held invalid, ~w 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 ~ this rule does not apply to rnotor 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(x) (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 ar a$er January 1, 1996. Saaree Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 ~.., Page 7 of 11 T28S 110.110(4){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 5~2-440-.789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 ~ssi lo.x ~o(c}{7} Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- A copy of a certificate of insurance, a cert f Cate of authority loself-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC 84), showing statutory workers' compensation insurance coverage far -- the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 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, off ce supply deliveries, and delivery ofportable toilets_ B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certi, ficate 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 eert~cate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to ,_ the governmental entity: (I) 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 an the current certificate of coverage ends during the duration of the project. Wage 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 notify the governmental entity in writing by certified mail or personal delivery, within iD days after the contractor knew or should have known, of any change that materially a„~ects the provision of coverage of arty person providing services on the project_ Il: 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 ftling 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 certificate of coverage ends during the duration of the project; (4} obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b}anew 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 fade for the duration of the project and for one year thereafter; •°-~ (6} notify the governmental entity in writing by.certifaed mail or personal delivery, within 10 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 (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 wr. 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 `" will provide services on the project wild be covered by workers' compensation coverage for- the duration of the project, that the coverage will be based on proper reporting of classi, ficatian 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 14 of 11 ^- Insurance Regulation. Providingfalse or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. __ K..The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A - SPECIAL PROVISIONS """ GARCIA ARTS SDIICATION CENTER PARKII3G LOT IMPROVffiKSNTS PROJECT PTO. 810029 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receivin Pro Deals/Pre-Bid ~3eetxD, Sealed proposals will be received in conformity with the official advertisement inviting bids far the project. Proposals will be received in the office of the City Secretary, located on the first €loor of City Hall, 1201 i,eopard Street, until 2:00 p.m., Wednesday, July 7, 2010. Proposals - mailed should be addressed in the fallowing manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - GARCIA ARTS EDIICATION CENTER PARKING LOT IMPROVSd~NTS, Project No. $10029 Aa ra Deals sot h aicall is osaessioa of the Cit Secret 's Office at the time axx,d date of bid eain will be deemed late sad nos-res oasive. Late ro Deals will be returned un egad to the z oser. The ro oser is solel rea oasible for delive to the Cit Secrets 's Office. Del~,ve of ara. ro Deal, b the ro oser, their a ant/r reaentative, iT.S. Mail, or other delive service, to an Cit addzess or office other than the Cit .,~ 3ecreta 's Office will be deemed non-rea onsive if not in oasession of the Cit Secrets 's Office rior to the date and time of bid eain . A pre-bid meeting will be held on ~7un,e 29, 2010, beginning at 10:00 A.M.. The meeting will convene at the $ngineering Services Main Conference Room, Third Floor, City Ha11, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. Tf requested, a.site visit will follow. No additional or se crate visitations will be conducted b the Cit . A-2 Definitions sad Abbreviations 5ectian s-1 of the General Provisions will govern,. A-3 Description of Project The project consists of parking lot imparovements which will include demolition of existing pavement, site grading, embankment, geogrid, flexible ,_ base material, hot mix asphaltic concrete pavement, 6° concrete curb, header curb, sidewalk, pavement markings, and landscaping. in accordance with plans, specifications, and contract documents. A-4 Method of Award ~- The bids will be evaluated based on the Totai Baae Hid or Any Combination Described Selow Sub'ect to the Availabilit of 8unds. 3.. Total Base Bid (Options ]. or 2), or 2. Total Base Hid {Options 1 or 2} Plua say or all of the Additive Alternative Sid Item No. 1,2,3 for {bgta.ons 1 or 2) It is the intent of the City to award the lowest com'binatian of Total Base Sid sad/or Alternatives, within the available project funding: Sectipn A - SP {itevised 12/15/04). Page 1 of 22 The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public- `~' A-5 Items to be Submitted with Proposal The following items are re iced to be submitted with the proposal: 1. S~ Sid Sond (Must reference GARCIA~ A1Z,TS EDUCATION GErl`PFR PARKING LOT IMPROVEbISNTS PROJgCT NO. $10429 as identified in the Froposal) _„! (A Cashier's Check, certified check, money order or bank draft from any State or National Sank will also be acceptable.) 2. Disclosure of Interests Statement A.-6 Time o£ Completipxt/Liquidated Damages The working time for completion of the entire Project will be 45 calendar days. The Contractor shall Commence work within ten (10} calendar days after receipt of written notice from the Director of Engineering Services or desigxiee { "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, $425 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, -.~~ which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer} may withhold and .deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage Tf 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 an the Project. Furthermore, for each calendar day including and after the effective date of ,~, termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers'. compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, ._ liquidated damages will be.assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer tothe contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. Tn 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 ret,~uired documentation of such coverage has been provided to the Contractor and the City Engineer. section A - SP iRevised 12/15/04) Pace s of zz "° 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 Acknowledcsmeut o£ Addeada The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt- Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could b.ave an adverse effect. when determining the lowest responsible bidder.. A-~.0 wa a Rates (Revised ~/5/Dp) Labor preference and-wage rates for Heavy And Highway. 3~ ease of ee~lie~, Pti.ni~un Prevailing wage Scales The Corpus Christi City Council bas detennisied the general px~ailing mis~imum ~,rly wage rates for Nueces County, Texas as set out in Part C. 'The Ccaitxactor arxi any s~tractor must not pay less than. the specified wage rates to all laborers, v~rl~nen, and mcx~l-~.,n; c:.s employed :by them in the execution of the Ca~ntz.act. The C~xtractor ar subcontractar shall forfeit sixty dollars {$60.00} per calendar day, or portion thereof, for each laborer, worlanan, ar mechanic employed, if such pers~ is paid less than the specified rates for the classification of work performed. The contractar and each subcontractor must keep an accurate record slww.ing the names and classifications of all 3.aboxrxs, wort and mechanics errrployed by them in cormection with the Project and sllaaing the actual wages paid to each ux~rker. 'The Contractor will make bi-weekly certified payroll submittals to the City ~. ~ Contractor will also obtain copies of such c~stified payrolls. Eton all subcrmtractors and others working on the Project. 'I3zese documents will also be svbnLitted to the City ~,Q;,,~r bi-weekly. (bee section for Minority/nrt;,x~r;ty Business Enterprise Participation .Fblicy far - additional fists conceritii nr~r the proper form and content of the payroll submittals . } One and one-half (1~fz} times the specified hourly wage must he paid for all hours worked in excess of 40 Yuaua.~s in any ~e keek and for all hours worked aa~ S~.ys or holidays. (see Secti~i B-1-1, Definition of 'Tends, and Section B--'7-6, TFIOx'kaxag Hour's. ) A-11 OoapPxation with PubLiC P.~g~encies (Revised 7/5/OD} zhe Contractor shall cocslaerate -with a]1 public and private agencies with facilities c~+,ar; r,~ within the limits of the Project. 7.'be Ct~tractor shall provide a forty-eight (48} hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call Syst~n 1-800-245-4545, the Trcne Star Niotification Company at 1-800-669-8344, and the Southwestern Bell EACate Getup at 1-800-828-5127. For the Contractor's c~onvenieru~. the following telephar~ rnmibexs are listed. City Engineer 826-3500 Project Rt'~a;nr-~r .Yuan ~L. Pimentel, P.E. INV,7nr. _ 883-1984 Traffic Eng;nrar;,,Q 826-3540 Police ~~~~*~ 882-1911 Water r~~rf,w}nr. 826-1$80 (826-3140 after hours) Sectioa A.- SP (Revieea 12/ZS/o41 Page 3 of 22 Wastewater De~xzrtment 826-3.818 {826-3140 after hours) Cis ~t 885-6900 `_ {885-6900 after hours} Storm Water nPpa,-t,r,~,,,_ 826-1$81 {826--3140 after hours) "` Parks & RQCreation Department. 826-3461 Streets & Solid waste Services 826-197D A E P 299-4$33 (693-9444 after hours) AT&T/S B C 881-2513. (~.-800-824-4424, after hours) ~.. City Street A:LV. £Or Traffic Signal/Fiber Optic Locate 826-1946 826-1960 Cablevision 857-5000 (857-5060 after hours) .w AC~I {F'ibe'r Optic) 887-9200 (Pager 800-724-3&24) KMC {Fiber Optic) $13-1124 {pager g88-204-1679} ChaiceC~xn (Fiber Optic) 883.-5767 {Pager 850-2981} CAPROCRt (Fiber Optic) 512/935-0958 (Mobile) ~-~ Brooks Fiber Optic (MAN} 972-753-4355 A-12 Mainten.as3.ce of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much i.n£ormation 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 ranteed. Tt is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of la.xs 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. Trr. 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 ar 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 flamed 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. ,_,_; Tt is also the Contractors 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 aad Traffic Coatrol Sufficient tzaffic control measures must be used to assure a safe condition `--' and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This "- may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. 3eation A - SP {Revlaed 12/15/U4) ~~, Page 4 of 22 ~` The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document .are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from tkxe City's Traffic Engineerixa,g Department . All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-].4 Construction Squit~mex-t Snillaae and Trackiu 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-I5 Hxcavatioa anti Removals The excavated areas behind cuzbs 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 taut 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 NOT IISED Section A - SP _ {Revised 12J15/04} Page 5 of 22 A-~.8 Schedule aad secjaence of Constructa.oa The Contractor shall submit to the City Engineer a work plan based only on cAraxna~x 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 far all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. b. Periodic U date: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-7.9 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes,, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature_ Major controls and two 42} bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control paint or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 houxs notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the -City oz Consultant Project Engineer, the required deviation ~,rould 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 oertification 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 Professiox.~al band 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 Section A - SP (Revised i2/15J04) Page b of 22 discrepancies shall be noted by the Th~.rd Party Surveyor anal certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. wastewater • All rim/invert elevatians at manholes; ~` • A11 intersecting lines in manholes; + Casing elevatians (top of pipe and flow line} (TXDOT and RR permits). water: • All top of valves box; • 'V'alves vaults rim; • Casing elevations (top of pipe and flow line} (TXDOT and RR permits), • All rim/invert elevatians at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line} (TXDOT and RR permits). A-20 Tssting aad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City, zn 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 5ias~s The Contractor must furnish and install 1 Project signs as indicated on the following drawings. (Attachment T) 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 Miaarity/Minority Business $r~terpri.se Participation Policy {Revised l0/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the .performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and ,.._. objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade .and for Minority Business Enterprise. S@CtiOn A - SP (Revised 12/15/04} Page 7 of 22 2. Definitions a. Prime Contractor: Any person, firm, partxership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under Contract with a prime contractor ~... on a City contract. c. Minority Business Enterp_r_ise: 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 1~?atives, 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 Pram 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} l~or an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the ~-W ,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 persons}. 2. Controlled 'Fhe 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 ,T; 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, anti. 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 `N 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, Co:rpazatians, or any combination thereof, Section A - SP (Revised 12/15/04) ._, ,, Page S of 22 ° founded to carry oi~ 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 MSE 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 paartner has a 50.o%.interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture mast have either financial, managerial, or technical skills in the work to be performed by the-joint venture. 3. Goals a. The goals for participatian 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 Parrticipatioa Minority easiness Saterprise (Percent) Participation (Percent) ~5 ~ 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 irx each trade- The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance ~- a. Upon completion of the Project, a final breakdown of MBFs 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 Srsgineer. 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 payEnent 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 Iaspectioa,Re~red {Revised 7/5/44)(Not used} ci•_~y~-s-~rx}ldi~i~spee~ie~••--$epart~e~zt, arm all athe~ Eit~€ees, f~el~i~tg section A - 3P (Re~rlaed 12/15/U4) Page 9 of 22 A-24 Surety Boaads Paragraph two {2} of Section 8-3-4 of the General Provisions is changed to read as follows: "NO surety will be accepted by the City from any Surety Company who ~, a.s now in default ar delinquent an, any bonds or wha 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 (1D%} of the Surety Company's capital and surplus, the Surety Company sha11 provide certification satisfactory to the City .Attorney that the Surety Company has reinsured the portion of the bond amount. that. exceeds ten percent {10%) of the Surety ~-- Company~s capital and surplus with reinsurers} authorized to do business in the State of Texas. The amount. of the bond reinsured by any reinsurer may not exceed ten percent {10%) of the reinsurer's capital and surplus_ For purposes of this section, the °~"' amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Cnmpany or reinsurer authorized and admitted to do business in the State of Texas. The _W. 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 $100,00p the bond must be `._; executed by a Surety company that is certified by the CTxxited States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $1DO,DOD from a reinsurer that is certified by the IInited States Secretary of the Treasury and that meets all ~.., the above requirements. .The insurer ar reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax E~cem~tlOII (NOT ZFSSD} ~.~zaiff the--~Peeasa~~eales-ta~~e~its fre~t~he-£rtate ~. „ .__ .I.f the-Ce~tt~aete~ d.+ses-~~a~e~eet to epe~a~~e x~e~ a--se~ga~atpd-ee~t~~~e~t-ne .~. ~r~~€e~ all-Sa-Zee~ifeiee,-end-~„e-T~xee a~lieable to t-~i$-F~~~~e~e~- section A - sP (Revised ].2/15/04) ~,. Page 20 of 22 .- , r ~~s~st~es-~-resale-eertif4e~te `- ''' ~ --~, : ~~- -- ---- --rr----' A-2b Supplemental Insux'aace Requirements . For each insurance coverage provided in accordance with section 8-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellatian or material change that reduces or restricts the insurance afforded by thas coverage part, each insurer . covenants to mail prior written notice of Cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Carpus 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 8-6-11 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 8-6-11 (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 o€ 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 ar damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any . person indemnified hereunder. SecCiou A - SP (8eviaed 12/15/04) Aage 11 of 23 A-27 Responsibility for Damage Claims NOT [3'SED g3~ ~-eex~~age-~s~-die--a~~~l l-F: ~s~~u-€ a-Cent ~ae•te~-r~t~st~ ~-~3~ .~e-ee=r~~ag~iae~.-~}~-aa~~ ~'''" " "" i~s~~ed~a==~~se~~~es-~~ ed~et}ble. 'the Cit~~k~s-t-be e~r-}d}erg sr~eh x~tstrr-aaee ee~r-e~~a -~a~t~ ge- A-28 Considerations for Goatract Award acid Sxecutior~ 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 o~ the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been xeleased, the ,bidder shall state why the claim has not been paid; and 2. Whether. there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun ---~ within the preceding two (2} years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Cartractor 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: 7:. The Superintendent must have at least five (5) years recent experience in field management and oversight of ,projects of a similar size and complexity to this ~., Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state .wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years reaeazt experience in .u~. similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. 3ectioa A - SP (Revised 12/15/04) ,_,; gage 12 of 22 bocumentation concerning these requirements will be reviewed by the City Engineer. 7.'he Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such - superintendent assuming responsibilities on the Project. Such written approval of field admiz~„istration staff is a prea:equigite to the City Engineers cabligatxon to execute a contract fos 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. Yf 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" Re isemeats r3nder "General Provisions and Requirements for- Municipal Construction Contracts." Section 8-3-1 Consideration of Contract add thQ following text: .__ Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders {based on the .Base Sid 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 fixm; 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 bas not completed his evaluation of which subcontractor will perform the work. The City Engineer aretains 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 begixxn:ing work on the Project . If the City .Engineer does not approve ,T 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 section A - SF litevised 12/15/Q43 Rage 13 of 22 of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section 8-7-13; 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 rec;uired pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 16. Within £ive (5} days following bid opening, submit in letter foam, ~-~ info=snation 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 coatracta on behalf of said entity. A-31 Amended Poli on tetra Work and Orders .Under "General Provisions and Requirements for Municipal Construction Contracts° B-8-5 Poles on Extra S+Tork and Change Orders the present text is deleted and replaced with the following: Contractor aclaiowledges that the City has no obligation to pay for arty extra work ~,; for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also ackciowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor aclmowledges that any change orders in an amount in excess of $25,OD0.00 must also .,.,,; be approved by the City Council. A-32 Amended "Bxecutian of Contract" R~,;rementa Under "General Provisions and Requirements for Municipal Construction Contrasts" 5-3-5 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 Wank 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 Pie-Sid Meet' referred to in ial Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard `"' Specifications and the General Provisions will be given last precedence. ~n 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, Section A - SP (Revised I2/3.5/D4) Page 14 of 22. ~"' P.STM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, re€erenced speci€ications, Standard Specifications, and General _- Provisions, in that order. A-35 Cit Water Facilities: S ecial Re iremeuts (T70'T IISSb) .LZri.c.r tg ^ ~..£o : ~~ "~ - ~'i~ ~ f - 3~ ~ i ` i,. _ ~...~. y ~o-Q. aAy- G~~~tor nt~-ac-totes ~ r=i~°-era e~ ~~,_.• S-"""--c ~Bd3 k~e • -r ~~ xc ~ € th m l ~ - e , ~ ae ~ e e~~ egees-~;,ast G~~- ..µte~ aa~-~4.~n4ne~~e.u~el. A Vieite~~~Ee~tr-ae€e~ Sa€ety r ~`e~~ddi-tienal i~€e~'i~tatie~ r~€~~ ~.. a,.. ..._~.._,._~ , ~. ~lve-r~---e~i~tee~t~ ew~~e~,-~~ea1EEr~ -eeat~~l~~e~' ~~oz~e~ tte~a ~~epe:~tFae~,t ~s~~o-tee~ the q~reli~~r~~ ~~3e -..-~ F9$~e1~''~'f C:~~~ C~~R[GiTiTORT4f7t.+......7 ~L4~= ~~w::spe~ta~tie~-~e~}~st~a•3.latian, aid =~s~ee~ie~ a€-gip-er ate= es~€s1~n• to A~e~iea~ ~~P1dTa/tr~~x~al ~ta~r~s ~nstit~~e~Wa~~e~.al ua..y~atie~~ ~e~u-at'YPn ~TJtT~i'~~~~~L~=FG~~~-Q~ C~Y~~teB~~~~~ SE~ G~~ Nree.€-°€-~?ice; ~:Sr.-St~.~~~ El app~e~l €e~ all ta~ial~ va~4e~. =' Section A - SP • (]EteVised 12/15/041 Page 15 of 22 • ~..' ~' Ee~ae-~e~ ~~~--.~~:e~a~~e-~e~e~es €a~ ~e~~~ae~~e~•~ .., • .._.i ~~scx~e~ r~s-~~--~~t-ee~pe~~ve~ia~es . ~t~~~~ wee-3~f~ -~ .~, a•~l~e~e~- . ax3r.3-ee~~~~i ~.3~rar ~rti nr te _____~ r__~_ r ~e~e~~ €e~ e e~e~e~~~i~.ees~3~e~~a~i~~-°•ee`a ~~~~ r~~i~-ee~~~ ~~ie ~e~t~-r-a-e~ r,+, r --+-~ •-~- ... ~ ----- - ~ ---_-. ~~•i~e~ ~e-fie ,W., -e-r~-a~-~~~ ~. rte.. __. _... ..__.. . L 1 F :...7 Z.... ...~.. ......1»........ ,...1. ..~~. u~...=v-.z E-[ -z-s-cacsvr'..r ~ ! ~ ~ r-~ r . ~JeCt10Q J~'~ ~ SP ~ (Revfaed 12/15/04) µ., Page 16 0£ 22 ' ~-~~e-shall ~~~isli ee~ipme~ which is the~~~~e~-a€-ewe ......~.:f~M~y~ey-tv ~:~e-TMaxima~p~~c~ie~l~~ten~-i~~er~ th}s }s ta~:t~ea~l~l•l-e~ipme~t- o€ a~i~e~ tie will be-the p~edt~et of ewe _ ~•_F..~~.._. _ . 8 = P~ie~-~e~€e~-rnee at~t$e-9-£d-~t~e~-eris-~Jute~-T~eet~t~ - ~~.:sa~ ta~l.l-~A uaad-~a.•-~~as~~~~~ SVix~e~3. EBF3fo~a.E~~6~-6~ ._-, ~ . The-Ee~~ae~9~ shall~~edttee all €illed-e~rt~~~•r-~tm~i~g hl.~?~a..-~p~.~-=Aa to-s haw the~~eg~'ammi~g as ~.eeF3eF3--~ ~egtr~ed; -t-ca add '~~tese ewe syste~t5 to the e~is~i~g C~~¢ ~'~PA--systext~~taehed is a•Ft e~€ample -~f-the-~'eq~i~ea --~ axac~aca.mpisra~x lalaa];o-;,rh~e~:- ~~1G E`x~~~'eF,~l3~~'e~ ~e ~~e ~•~3:~~~~e~~~k as~d~s~-ua~}-te the-City-E£trd-}~ee~ with all eggs-~-r~3e. ?__-~... ~_.-- -- ie--i~te ~e sr'^..~~, all of the re~ir~~shect~s= The 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: Tn addition to the required copies, the Contractor shall also submit one {1) reproducible transparency for all shop drawings_ c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number .each transmittal form. Resubmittals must have the original submittal. number wa.th 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 farm. ,_, d. Contractor's Stamp: Contractor must apply Cantractar's stamp, appropriately signed or initialed, which certifies that review, _ verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in ~-- accordance with the requirements of the Project and Contract documents. - e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and "'"" coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data4 supplement manufacturers' standard data to provide information unique to this Project. Section A - 3P (ReviBed Y2/7.5/V~) Page 17 of 22 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. .v.. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on.all submittal forms, by I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all .changes made since previous submittal. ~~ j. Bistribution: 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 grovisions. 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 Re air Re ort 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 e i ment will not be a roved for use on the project. A~-37 Amended "Arrangement and Charge for Water Fuxuished by the City" NOT USA fie-~-e-eenstructi~se meet}ng. '£he~eet~ee~e~~~vill-~~ep-a-~ep~r-a€-tote-i?~n _ . the ~ej-eet site e~tgh~t-eet~tetie~-'~ ~-, A-3S ~Torker~s Com easatioa Covers a for Huildin or Construction Pra'ects for Government Ratifies The requirements of "Drotice to Contractors 'B "' are incorporated by reference .-.~ in this Special Provision. A-39 Certificate of Ocau an and Fina3. Acce tance (Not used} A-44 Amendment to Section 8-$-6: Partial 8stimates General Provisions and Requirements for Municipal Construction Contracts Section 8-8-6: Partial Estimates is amended to provide that approxa.mate 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 Section A - SP (Revised 22/15/Og) ,~,.; Page 1B of 22 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 ozone advisory has been issued, except for repairs. The City Engineer will .~ notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. - A-42 03HA Rules & Re l,ativns 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-49 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements .for Municipal Construction Contracts" 5-6-21 Indemnification & FIold 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 sha11 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 cantractor, ar 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, o:r their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, .and agents that directly or indirectly causes injury to an .employee of the contractor, or any subcontractar, supplier ar 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-contractar°s costs and breakdowns, cost of materials and equipment, wage rates, etc.}. This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions sad brawings {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: Sectiaa A - SP 4Revised 12/15/4) Page 19 05 22 {1) Horizontal and vertical dimensions due to substitutions/field changes. {2) Changes in equipment and dimensions due to substitutions_ {3) °DTameplate" data an 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/S/00) NOT V58D A-47 Pre-Construction lorato Excavatioas {7/5/00) NOT USED ~}peli~e. elev~~i~a~s~f the tep-ef e~isti~~.~~~=1n~-~ A-48 Overhead Electrical gPix~es {7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment laeneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, Section A - 5P (Ravised Z2/25/D4) ..,_, Pages 20 of 22 etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities-occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A.-49 Amended "Maintenance Guarani " (s/z4/oo) Under "General Provisions and Requirements far Municipal Construction Contracts", B-8-11 Maintenance Guarani 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 far any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecutioa and Progress Tinder "General Provisions and Requirements for Municipal Construction - Contracts", S-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 later date, the Contractor may request payment for _- demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." A-sl Federal Project Funding I'kzis project is funded through the American Recovery and Reinvestment Act of 2009. Approximately 100 of the total estimated project cost will be funded through this source. A bid bond in the amount of 5$s of the highest amount bid must accompany each proposal. Failure to provide the 'bid band will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over ,525,400.00 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_ SeCtioA A - SP (&evi~ed 12/15/44) Page 21 of 22 SUBMITTAL, TRANSMITTAL FORM PR0~7ECT: raRCIA ARTS EDUCATION CENTER PARKING LOT IMPROV,~[ENTS PROJECT No. 3310D29 OWNER: CITY OF COi2PU8 CHRISTI SNGIN}3SR: LD7V, Juan. Pi.mentel, P.S_ CONTRACTOR; SUBMITTAL DATE: APPLICABL)3 SPECIFICATION. OR bRAWING SUBMITTAL N[7MSER: SUBMITTAI, Sectfon A - SP c~vieea is/ls~o4) ...~ ~agQ as o~ za A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 28TH day of SEPTEMBER, 2010, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, i State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Alcorn Comiaercial Construction, LLC termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $119,109.40 by City and other i obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: GARCIA ARTS EDUCATION CENTER PARKING LOT IMPROVEMENTS PROJECT NO.E10029 (TOTAL BASE BID + ADD.ALT.N0.2 & N0.3: $119,109.40) 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, ,J_. The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and '~, specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related I documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun-2D10 r--, ,._.. Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-II and Special Provision A-26 of the General and Special Provisions and Requirements for Municipa.~ Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten t10) calendar days from date they receive written work order and will complete same ._ within 45 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 Shawn above. Page 2 of 3 Rev. Jun-2010 _.T ATTEST: City Secretary APPROVED AS TAO LECAT. FORM: By: Asst. City Attorney CITY OFr~C~OR,PUS C ISTI~ B ~` "°v'~ Y- Juan Perales Jr.,P.E. Assistant City Manager Engineering/Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporation) (Seal Below) ~,., (Nate: Tf Person signing far aorporati.on is not President, '- attach copy of authorization ~, to Sign) ~_ Alcam Commercial Construction, LLC ~- ~ Tit 1 e ~ "l ~r~~G!' ~ ~a ~ ap ~ ~ ~c ~. ; ~ f'~°.~ : G~ c,~-- ~, 1214 SO.PADRE ISLAND DR.,STE.101 (Address) CORPUS CHRISTI, TX 7$416 (City) (State)(ZIP) 3fil/510-2252 * 361/882-4795 (Phone) (Fax) ]~~2o i0 -~ ~~~~~~~z~ ~a ~ ~o ~Y ca~~c~~ ....... SEC~~TII~tY ~~. Page 3 0~ 3 Rev. Sun-2010 P R O P O S A L F O R F 0 R M GARCIA ARTS EDUCAT=ON CENTER. PARKING, LOT IMPROVEMENTS PROJECT NO, E10029 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page k of 21 I' 'P R 4 P O S A L .. Place : C~~~0.LLf ~1"~ ~ CaC~ C ~r~~yC. Date: J~~,,~~~ZO~O Paroposal of ~. a Corporation ozganized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The Ca.ty of Corpus Christi, Texas Gentlemen: '' The undersigned hereby proposes to furnish all labor and _ Fnaterials, tools, and necessary equipment, and to perform the work ', required for: G~RCIA ARTS EDUCATION CENTER PARKING LOT IMPROVEMENTS PROJECT NO. E10029 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, t o- wit. P=oposa3 Form Page .2 of 21 B!D PROPOSAL NOTE City Of Corpus Christi Stimulus Requirements "Buy American" Requirement -The Contractor must ensure that all iron, steel and »ianufactured goods used in construction alteration, repair, or maintenance of a public building or public work project assisted with funds provided under this contract must be produced in the United States unless the Secretary of the U.S. Department of Housing and Urban Development finds that: (1) the requirement is inconsistent with public interest; (2) those goods are not reasonably available or produced in ~-- sufficient quantity in the U.S.; (3) or the use of the goods will increase the project cost by more than 25 percent. This bid proposal shall require the hid to have two alternates, with (a) one alternate spec~ing all iron, steel and manufactured goods used in construction, alteration, repair, or maintenance of a public building or public work project assisted with funds J' under this contract be produced in the United States and (b) the other alternate specifying the lowest cost materials meeting the i specifications. The Owner shall select bid alternate (a), with all materials produced in the United States, unless it determines that it would increase the project cost by more than 25 percent. The Qrvner muss receive the Department's prior written r- approval before executing the applicable construction contract if it determines that the required goods are not reasonably ~ ~ available or produced in sufficient quantity in the United States. If bid alternate (a) is selected, the Owner must maintain a record of its determination and the Contractor must require written certification under its contract that all, iron, steel and marrufaetured goods were produced in the United States. The Contractor must comply with this provision for 411 other iron; I- ~ steel and manufactured goads purchased with funds under this contract. Proposal Fozm Page 3 of 21 GARCIA ARTS $DUCATTON CENTER PARKxNG LOT IMPROVEMENTS PROJECT NO. 810029 Alterriate A - "Buv American" Option 1 - Base Ri c3 I II LIT IV V QTY & Unit Price Bid Item ITEM UbTIT Description ~ (In Fig°tlres} ~ctenaion A-1 1 Y,S Mobilization,, Bonds and Insurance c"omplete in place per lump sum 3 5 ~ ~ $ . . , ~ A-2 1352 Geogrid com lete in lace r Q / `4 S; ~ Q V ~ ~'] C~ r' SY , p p pe s are a d ~ e ` + . $ 7 ` l Y r • A-3 1352 ,SY 6" Flexible Base Material, complete in l ~ ~~ ~ $ ~ + p ace per square yard. . A-4 191 ~ ~ ~ r]O GA Prime Coat, complete ixx place per allon. ~ $ ~ $~,y I A-5 1273 s.Y 2" HMACP, complete in place per square ~ V ` ~ $ 4 ~ ~Q~ 6 ard_ 1 A-6 40 LF 6" Header Curb, complete in place per oa ~ ~~ ~ ~ O O 00 linear foot. $ A-7 333 LF 6"~ Currb & Gutter, complete in place per linear foot d~ `~ $ 'T 2, a . A-B LF 6" Monolithic Curb & Gutter, complete in g.~~ ~ . $ ~ 4 + ~ ~ place per Linear foot. .. A-~ SY 8" Concrete Pavement, complete in place oOs O $ ~ ~ ~ ~ per square yard. A-10 1158 SF 4" Concrete Sidewalk, complete in place 3rJ ~ O ~ ~ ` per square foot. Proposal Form PagO 4 of 21 A-11 5 EA Concrete Bollard, complete in pla\e per each bb o 0 ~ ~ v O~+ . A-12 43 LF Cedar Fencing & Gates, complete in place per linear foot (J 2~.~ $ { ,z ~ e 0 . r A-13 1 LS Parfcing Striping, complete in place per turn sum r74~ ~ y ~ O a~0 I . , A-19 - 4 EA Adjusting Monitor We11s, complete in place er each ~ ~ ~ $ ~ p O p . A--15 1 LS ~ Landscaping, complete in p~,ace per lump sum - ~ 70 °L` ~ ~ /~~ Q0 . A- ]. 6 7 EA Cax Stops, complete in place per each. d~ ~ ~ ~". a m ~ 3 ~ $ .~ A~-17 1 LS D~olition, complete in place per lumF 0 ~Q ~Q~ LC („? o ~ j~~(~'~ O ~ Alternate A - "Bily American" Onti_c~n 7 - Racea ~; A _ nT1n T~em~ z ~ z II.I rv v ITEM QTY ~ TJPIIT Desaa~igtion .Unit Price (In Figures) Hi.d Item . Extexxsion A-18 2 EA Ramp, complete in place per each. ~ ~ $ O O c n i A-19 4 EA I.S.A. Signs, complete in place per each a ' ~2~ $ ~a ~4 . Total Base Bid °- ALT A -Option 1 $ J d ~ ~~fo~~`17a1~ £RRa~e - L~ba~c~- ~~k~,T is -~ f~~ Sa,~L.PO ~r ` -' Proposal Form Perna 5 of 7l ~~ Alternate A _ "Buy~American" Option l -Additive Alternate B.id Item No .1 (Additional Entrance) I II III Iv v QTY ~ Unit Frice Bid Item rTEM UNIT Description (Tn Figures) Exten.siors B-1 125 Geogrid, complete in place per s care ~ SY ~. i Q $ ~ B--2 12 5 SY b" Flexible Base Material, complete in place er s cuare ard ~* [}-' ~ $ 0~ ` 2. 0 p ~ y . B-3 16 GA A Q Prime Coat, complete in place per ag llon. ~~ v' ~ O $ ~ B-4 1Q4 SY ~ 2" HMACP, complete in place per s ware oa ~ ~ ~ $ 1 a I yard• B-S 5$ LF ~ " n~O ~ . 6 Curb & Gutter, complete in place per linear toot 2~• L $ 2~/ . B-6 36 LF oD ~~ Laydown Curb, complete in place per linear foot r~ r c„'~ L.t $ 72 ~. . Total Additive Alternate Bid Ttem No,]. - Alt A -Option 1'$ ~ , L Alternate A -~"Buy American" Option 1 -~ Additive Alternate Bid Item No.2 {Additional Parkinv Areal I rr ~ III ~ rv v QTY & Unit Pxice Bid Item ITEM UNIT Description (In Figures) Extension C-1 144 SY Geogrid, complete in place. per s uare ~~~Y l $ ~ ~ yard . ~ . . C-2 109 . 6" Flexible Base Material com lete i 7 ~~~ SY , p n place per square yard ~ $ . Proposal Form Page 6 of 21 I ~. C-3 16 GA ~,o ~ `` ~~ Prime Coat, complete in place per allon. ~• i $ ~ ~ C-4 X09 2„ HMACP, complete in place 'per s uare ard CJ ~ ~ ~ $ y r ~~ ~ ~ {. J v y . C-5 -45 LF 6" Gurb & Gutter, complete in place per linear foot. ~~,5d ~ ~ ~~ ~Q C-6 1 LS parking Striping, complete in place per lum sum d O ~ L ~ ~ $ ~ ~~ p . , Total Additive Alternate B~idQ Illtem No . 2 - Alt A -Option ~C ~~/l-R..r~' ~ok~T 1s -r~"o~ !1{7.10 r Alternate A - "Buy Amerx~an" Option 1 -Additive Alternate Bid Item No.3 (Additional Parkins Areal- ~ 7z I32 Iv v QTY & Unit Price Bid Item ITEM UNIT Descxiptior~ (In Figures) Extension D-1 2bb Geogrid, complete in place per square 5~ °° s~ ~_ ~ ~ S $ ~ a D=2 266 SY 6" Flexible Base Material, complete in OO ~r c?~ 1~p ~ ~ D Q l~ place per square yard. D-3 34 GA ~ ~ ~ fl~ . Prime Coat, complete in place per ag llon. ~ $ ~~fl T~ D--4 226 SY 2" HMACP, complete in place per s uare ~ c7D ~ ~ 00 $ yard- D-5 •27 LF 6" Curb ~ Gutter, complete in place per zr~ ~ $ ~1 ~~ V linear foot. ` D- 6 i Ls d~ 6 O Parking Striping, complete in place per l ~ ~50 5 ~ $ ump sum. P=oposaJ~ Form Page 7 of 21 ~~ Total Additive Alternate Hid Ttem No.3 - Alt A - Option 1 $~Q ~ ~~~ ~ '~, Alternate A - "Buv American" On~i:nn ?. - Raaw R;ri I 22 ~ 222 Iv V L 4TY & ~ IInit Price Bid Item ITSNi UNIT DesCriptioa7, (2n Figures) Exteaeion A-1 1 LS Mobilization, Bonds and Insurance complete in place per lump sum ~ t' 3 ~ ~ 3 ~~ . . $ ~ A-2 1273 SX 6" Concrete Pavement, complete in place ~O ~' ' $~~~ _ ~~ '''7 per square yard. f A-3 478 ~ 6" Monolithic Cu b & G tt l Q Q ~ ~ ~ ~~ L~, r u er, comp ete in ~ O ~~'C $ /1 '"R place per linear foot. - A- 4 3.7 9 SY 8" Concrete Pavement, complete in place ~ 40~ ~ / ~ ~ ~ per square yard. ' 'v / $ ~ A-5 1158 ~ " ~ 3~ SF, 4 Concrete Sidewalk, complete in place er s uare foot ,~ .N $ r F p q . A-6 5 EA ~ 0~ Q0 Concrete Bollard, complete in place per ~ each. D $ A-7 43 LF' ~ Cedar Fencing & Gates; complete in place O~ ~ L ~ Q. $ 120- ~ per linear foot. . A-8 1 L5 O~ Q~ Paxking Striping, complete in place per `7~~. `'~ lump sum. $ A=9 4 EA (~ 0~ Adjusting Monitor wells, complete in ,p 0, A ~~ place per each_ ~ _ - ~ A- l0 l LS Landscaping, complete in place per lump i ~ 4 ~ O $ 5 ~ sum. + Proposal Form Page $ of 21 A-11 7 EA Car Stops, complete in place per each. o ~ , ~ g ~o ~ A-12 1 LS Demolition, complete in place pex lum.~ sum O ° ~ ~~.~ 0 $ ~Q ~O G . Alternate A - "Bt1v American" Oflti~n 2 - Ba cry R; ~ _ nna T~e~~ I II III IV V ITEM QTY ~ UNIT Description Unit price (In Figures) Bid Item Extension A-13 2 EA Ramp, complete in place per each. r~ ~ ~~ $ A--14 9 EA I.S.A. Signs, complete in place per each. "3 ` f~ L $ . ' ~ Q.p~ l Total Base Bid - ALT A - Option 2 $ 1~ 7a; ~Q . Alternate .A - "Buy American" Option 2 - Additive Alternate Bid Item No.1 (Additional EntrancE) i ~ xI IIZ xv v ITEM QTY & UNIT Description Unit Price (In Figures) ~ Bid Its Extension B-x 104 SY 6" Concrete Pavement, complete in place per s uare ard. 0 ~~ od $ ~ . . f B-2 5$ LF 6" Monolithic Curb & Guttex, complete in place er linear foot pb ~T~' I- ~~ $ t~ '' p . . B-3 36 Lk' Monolithic Laydown Curb, complete in place per linear foot ~ 2,' L~ ~ DO $ . Total Additive Alternate Bid -item No. l -~ Alt A - Option 2 $ ~ I4 2. ~ ~ Pzoposa~ Form ~(l RP 4 of 7l Alternate A - "Buy American" Option 2 - Additive Alternate Bid Item No.2 {Additional Parking Area} I Ia Iz2 rv Q~ ~ Unit Price ITEM UNIT Description . (In E'igt~res) C-1 104 6" Concrete Pavement, complete in place p SX per s uare ord. C-2 -45 Qo LF 6" Monolithic Curb & Gutter, complete in place ptr linear foot. ~~' C-3 ~ 1 LS ~ ~ ~~ Parking Striping, complete in place per lump. v Sid Item Extension O ~ ~ g©~o s Q .~ ~ ~ r,Q, «~ Total Additive Alternate Bid Item No.2 - Alt A -Option 2 $ ~ Q 0 O Alternate A - "Buy American" Option 2 -Additive Alternate Bid Item No.3.(Additional Parking Area} .~." I I I III Iy v . ITEM 4~ ~ UNi~ Unit Price Bid ItQ~ _ Description (In Figures) Extension ... D-1 228 SY 5" Concrete Pavement, complete in place per square yard. p~ 4~' S Q 2~ O:'~ '` D-2 27 LE ~ " o~ ~ d 6 Monolithic Curb & Gutter, complete in ~D Lj"' ' ~~~ place per linear foot. ii $ ~ r I~-3 1 LS ~D ~ Parking Striping, complete in place per ~~• S. $ ~~~ s~- Total Additive Alternate Bid Item No . 3 - Alt A -Option 2 $ I ~ , ~ ~ , ~~ Proposal Form Page IQ of 21 Alternate B - "Lowest Cost" Oation 1 - Base F3i r3 I z= zxi sv v QTY & 'C~r.1it Price Bid 2tem ITSM DNTT Description (Tn Figures) Exten.sioxx A-1 1 L5 `• Mobilization, Bonds and Insurance complete in place per lump sum. a ~ ~ $~ L5- Q O ~ $ 3 v~~r A-2 15Y2 G id $~ eogr , complete in place per s are ~- ard ~ 4~ Y $ y . A-3 i3~2 SY 6" Flexible Base Material, complete in l ~O•15Jr,~ ~ r] ~~ L. ~ • p ace per s are ard. A- 4 191 G ""lO ~ ~ QC~ r7 l ~~ A Prime Coat, complete in place per ag Ilon. ~; pp, s A-5 1273 SY. 2" HMACk~, complete in place per s are ard CCA~D Z `U ~ ~ /.~ ~ ,~~ +a y • A-6 40 LF 6" H d C b l ~Q ~ ea er ur , comp ete in place per linear fo t ' $ 7.~ ~~0 o . A-7 333 LF 6" Curb ~ Gutter; complete in place per li f 25 ~ A.~ ~ . ~ ~j `~ near oot. A-8 107 LF b" Monolithic ,Curb & Gutter, complete in p0 ~ ~ O place .per linear foot. A-9 179 SY 8" Concrete Pavement, complete in place c ~' O `~ Q $ l per square yard. A-zo z15a SF ~ 4" Concrete Sidewalk, ~ complete in place r "f a L}, . 6~~~, /~] ~~ ~ ~C~ l ~ i pe square oot_ - A- ].1 5 ~ 0 Q O Concrete Bollard, complete in place per ach ',~ 7 5 ~-7 $ ' / : e l Pzoposal Form Page 11 of ~1 A-12 43 LF ~ Cedax Fencing & Gates, complete in place per linear foot ~~~ D $ ~: a . _. A-13 1 LS fl Parking Striping, complete in place per lump sum. ~~~ ~ - o~ $ A-19 4 EA o Adjusting Monitor Wells, complete in place per each ~~ ~ ~ $ ~ [f?a~ . A-1 S 1 L S ~ Landscaping, complete in place per lump ' ~~ ,. , a4 sum. ~ $ , A-16 7 EA ~ o~ D d Caz Stops, complete in place per each. ~~~ $ } A-17 1 LS Demolition, complete in place per i~ sum. 0~ ~ ~. .. $ ~ ~~ Alternate B - "Lowest Cost~~ Cktii-inn '! - R~va n;.a - ns~r rte.,.-.. I II. III nT V. QTY & iJnit Price Bid Item IT~f [3I~iIT Description (In Figures} Extension A-18 2 EA ~ Ramp, complete in place per each. ~ ~ $ ~ ~•n0 A-19 9 EA O I.S.A. Signs, complete in place per ~, each. $ Total Base Bi.d -- ALT B - Opta.an 1 $ rj 2...~ . `7~~ Proposal Form Page Z2 of 21 Altern ate B - "Lowest Cost" Option 1 - Additive Alternate Bid item No I {Addit . ional Entrance) z ~z xzz Iy v ITEM QTY & Unit Price ~ Bid TtPf UNIT Description (In Figuaces} Extension $-1 125 Geogrid, complete in place per s uare SY } ~Q ard ~- ~a y , ' ~ $. . B-2 125 SY b" Flexible Base Material, complete. in place per square yard 7 ` ~~ -~ $ ~ ~ t 3 L ~~ . B-3 16 GA n Prime Coat, complete iri place per allon. O~ ~ ~~ B-4 104 ~~ SY 2" f3MACP, complete in place per s uare yard. r s `~ S '1 / p Q $. ~ U7 B-5 58 LF ~ o d~ 6" Curb & Gutter, complete in place per ~~O -~ $ ~ ~ lin f } ear oot. B-b 36 LF o° ~ 0 Laydown Curb, complete in place per linear foot ` ~- ~ . Total Additive Alternate Bid Item No..l - Alt B - Option 1 $~ 7a~ Alternate B - "Lowest Cost" Option 1 - Additive Alternate Bid Item No.2 (Additional Parking Area) I II III Iy v ITEM QTY ~ UNIT Description Unit Price (In Figures). Bid Items Extension C-1 109 SY Geogrid, complete in place per s uare ,~~ ~'7~ ~~ 'ard $ , C-2 109 6" Flexible Base Mat i l c l b SY er a , omp ete in place per square yard ~~ ~~ $~{ ~ l . Proposal Form .Page 13 of 2L C-3 16 GA 4~~ Prime Coat, complete in place per allon. l o' ~ ~ $ ~ ~ 0'O r C-9 1Q4 ~ ~ SY 2" HMACP, complete in place per s uare ~ ~. fl`fl C_5 -45 " ~ O~ LF b Curb & Gutter,' complete in place per linear foot ~ ~ ~-- O $ ~ . , C-b 1 LS~ . Parking 5txi~ping, complete in place per lump sum .5 O r ~ ~ $ ~ ~ . , Total Additive Alternate Bid Iteia No.2 -Alt B - Option 1 $ 2„ ~~ Alternate B - "Lowest Cost" Option 1 - Additive Alternate Bid item Na 3 (Additional Parking Area) . I II IIi IV v ITEM 4'I~ & UNIT Description Unit Price (In Fi es ~' ) Bid Item Extension D-1 266 SY Geogxid, complete in place Yard per s uare ~ 5~ ~ ~} ~ 00: ` $ ' D-2 26b SY 6" Flexible Base Nfaterial, l - complete in ~ 5 t $' ~ ~ p ace per ware yard. ~ O C~ D=3 39 GA o0 ~~ Prime Coat, complete in place per allon. Q,. ~ $~ `"1~ D-4 228 4 SX 2" HMACP, complete in place 'ard. per s are C 5 ~` J $ } • l D`5 2 7 LF ~° 6" .Curb & Gutter, complete in place per linear fo t Zo- O ~ $ 6 . _ . o . . D-6 1 L5 o Parking Striping, complete i n place per ~~~' ~ .5 $ ~~Q lump sum. . , Proposal Form Pane 14 of 7~ r- -. -~-~-~.._..__._~-..~.._. _ _- Total Add~itxve Alternate Bzd Item No.3 - Alt ~ - Option ~. $ ~~ Alternate B - "Lowest Cast" Ontinn ~ - RaRf? Rirl z YI IZI ~y v QTX & ~ Dait Pxice Bid Item I~~i ~~ Description (Tn Figuxes) Extension A-1 1 LS Mobilization, Bonds and Insurance 0 ° ~ ~ complete in place per lump sum. ~ ~ $ ~ ~~~ A-2 1273 8Y 6" Concrete Pavement, complete in place per square yard .~a $ 2 . A-3 .478 L~ 6" Monolithic .Curb & Gutter, complete in place per linear foot ~ O O, $'~ ~ J . A-4 179 SY 8" Concrete Pavement, complete .in place ~ `~ '~ per square _ ord. , A-s ~i~a SF' 4" Concrete Sidewalk, complete in place per square foot q5 ~, .- ? ~ . O A-6 ~ EA Concrete Bollard, complete in place par h ~ - $ d eac . A-7 43 LF o0 ~ Cedar Fencing & Gates, complete in place L ~ -~ ~,J~ O ~ per linear foot. F a A- 8 1 LS Parking Striping, complete in place per ~ Q ~ ao Lump sum. :. $ A-9 4 EA ~ O 0 Adjusting Monitor Wells; complete in ~~ } ~0 ~ . place per each. $ . ` A-14 I S ~ ~ , ' Landscaping, complete in, place per lump sum 9 4~4 $ ~ ~~ . Proposal Form Page 15 of 21 A-11 7 EA Car Stops, complete in place per each. q° ~~'' ~~t,. O d ~ 3 7 A-12 ]. LS Demolition, complete in place per lump sum. 0 ° 2 ,~ ~ $ ~ ,p~ ~ Alternate B - "Lowest Gost" botien 2 - RastP R; ri - nnn .t+o,~Q I II III IV V ITEM QTY & UNIT Description ilnit Price (In E'i,guresl Hid Item Extension A--13 2 EA Ramp, complete in place per each. o~ ~ ~~ $ ~ p ~ A-14 4 EA I.S.A. Signs, complete in place per each ~~ 325 $ 00.~4~ . . ~ ~ Total Base Bid - ALT B - Option 2 $ 12. ~, ~~ Alternate B - "Lowest Cost" Option 2 - Additive Alternate Sid Rent No.l {Additional Entrance) I IT TII IV. V- ITEM QTY.& UIdxT Description Unit Price (In E'igures) Bid Item Extension 5--1 104 SY 6" Concrete Pavement, complete ~in place. per square hard. ~„~~~ $~ q,2,~, B-2 58 LF 6" Monolithic Curb & Gutter, complete in lace er lin f t o. o $ ~~?? Q~. p p ear oo . . B--3 36 LF Monolithic Laydown Curb, complete in lace er linear foot O~ 1 }, $ D!9 .p p . Total Additive Alternate Bid 'Item No . l - Alt B -- Option 2 $ ~ ~, o ~ Proposal Form Page 16 of 21 Alternate B - "Lowest Cost" Option 2 - Additive Alternate Bid It~n No . 2 (Additional Parkincx Area] I TI III N V ITEM QTY ~ UNIT Bescription Unit Price (In Figures) Bid Item Extension C-]. 104 5Y 5" Concrete Pavement, complete in place per s care ard. ap !~ $ C-2 -45 LF 6" Monolithic Curb & Gutter, complete in place per linear foot ~ ~ ~ $ ~~$ ~~~.~ . C-3 1 LS ~ Parking Striping, complete in place per lump sum o ~• $ ~ ~ Q . Total Additive Alternate Bid Item No:2 - Alt B - Option 2 $. ~~•" ~D Alternate B - "Lowest Cost" Option 2 - Additive Alternate Bid Item No,3 (Additional Parking Areal I II III IV ~ V ITEM QTY ~ UNIT - Description i7nit Price (In Figures) Bid Item Extension D--1 228 SY 6" Concrete Pavement, complete in place per squaw yard. o ~ ~ $ 4_~~ D-2 27 LF. 6" Monolithic Curb .& Gutter, complete in place ez linear foot ~ ~ ~ ~ ' $ ~ ~~ y 09 p . D-3 1 LS ~ Parfcing Striping, complete in place per lump sum. 'b~ ~ $ O O ~. // QQ 7 OQ - - Total Additive Alternate Bid Item No . 3 - Alt B - Option 2 $^ ~ L~-l ~-- i_ Proposal Form Paae 17 of 2'I Total Base Bid Total Additive Alternative No.2 Total Additive Alternative No.3 Tota! Base Bid Total Additive Alternative No.~ r+ Total Additive Al ~i . ditive Alternative No.3 Bid Summary n Alternate A - "Buy American" (Option 7) (Option 2] ,_ ., Alternate B - "Lowest Cost" (Option 9) (Optian 2) A ~ ~ oa 7~ aQ a ~ o0 Proposal form Amino l R r.f 7i The undersigned hereby declares that he has visited the site '- and has°caxefully 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. - T~pon notification of award a~ contract, we will within ten .-- {10} calendar days execute the formal ,contract and will deliver a Performance Bond (as required} for the .faithful performance of this contract and a Payment Bond {as required} to insure payment for aJ.l labor and materials. The bid bond attached to this proposal, in the ~~ amount of 5fl of the highest amount bid,- is to become the property of the City of Corpus Christi in the event the contract and bonds are not' executed within the time above set forth~as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder sha11, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms .' participating in the contract and a description of the work t o be performed and its dollar va~.ue 'for bid evaluation purpose. '~ Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart .(original signed) sets. Time of Completion: The undersigned agrees to complete the work within ~5 calendar days from the date designated by a Work Order. The undersigned further declares that he will- provide all necessary tools and apparatus, do~ all the work and furnish all' materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents- and the requirements pertaa.ning thereto, for the sum ar sums above set forth. Receipt of the following addenda is acknowledged (adden.da number}: o~ . Respectfully submitted: . Name: t. By: ~-, {SEAL - IF BIDDER IS TUBE) ` a Corporation ) Add s : ~ . Q, ~,~ ~ 5r~- ~Ec~ (P.O. Box} (Street} ~ ~r~ .: {Cit } (State) (Zip) Telephone: fvtfSlO~ Z~SZ- .- ~ Nom: ~o not detach bid from othez popers. - FiZI In with ink and submit complete with attached papers. (Revised August 2U00} r-° Froposa3 FOZm Page 19 of 27. P E R F O R M A N C E B O N D ~^! .. STATE OF TEXAS § BOND IVC}. 7D9S9DD5 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Alcorn, Cammerci.al Canstruct~.on, LLC of NUECES County, Texas, hereinafter called "Principal", and j,,~s~~~ svx~2x cor~~A~~t _, a corporation organized under the laws of the State of soumx DAKO~'A , 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 HUDNRED NINETEEN THOUSAND ONE HUNDRED NINE AND 40/100{$119,309.40) 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: TSE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 28TH of SEPTEMBER 20 10 a copy of which 4 is hereto attached and made a part hereof, for the construction of: GARCIA ARTS EDUCATION CENTER PARKING LOT IMPROVEMENTS PROJECT NO.E10029 (TOTAL BASE BID + ADD.ALT.N0.2 & N0.3: $119,109.40) -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/ar replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date. of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain ~ in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the--terms of the contract,. or to the work performed thereunder, ar the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby ~~ waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Paqe 1 of 2 This bond is given to meet the requirements of Article 5160, ~:~ Vernon's Civil Statutes of Texas., and other applicable statutes of ~; the State of Texas. ~?-~ ~, The undersigned agent is hereby designated by the Surety ~~~ herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. ,~ 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an origznal, this t he z1sT day o f ocTOSBx 2 0 10 PRINCIPAL ALCOM COMMERCIAL CONSTRUCTION LLC By : ~ (~~~. ~-C~~ (Print Name & Title) SURETY WESTERN SURETY COMPANY I By . ~~~ Attorney -fact MARY ELLEP[ MOORE {Print Name) - 1 _ . The Resident Agent of the Surety in _Nueces County, Texa,s~ ~-: for delivery of notice and service of process is: -. Agency: SWANTNER & GORUON INSURANCE :AGENCY ~.~ Contact Person : MARX ELLEN MOORE Address: P.a. BOX 870 ~- CORPUS GI3RISTI, TEXAS 78403 ~~ Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be przor to date of contract)(Revised 3/08) Performance Band Page 2 of 2 ~~ ~,~ I ~~., P A Y M E N T B O N D BAND N0. 7D959005 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Alcvm Commercial Construction, LLC of NUECES County, Texas, hereinafter called "Principal", and w~sT~RN s~rxsTx coMPANY , a corporation organized under the laws of the State of sou~x n~xomA , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE. HUNDRED NINETEEN THOUSAND, ONE HUNDRED. NINE AND 40/100 ($119,109.40) 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 2BTH day SEPTEI~ER 20 10 a copy of which is hereto attached and made a part hereof, for the construction of: GARCIA ARTS EDUCATION CENTER PARKING LOT IMPROVEMENTS PROJECT NO. E10029 (TOTAL SASE BID + ADD.ALT.N0.2 & N0.3: $119,109.40) I 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 ~ band, 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, or to the work performed thereunder, or the plans, specifications; drawings, etc., accompanying the same shall in "~ anywise affect its obligation on this bond, -and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. .~. Payment Bond -~ Page 1 of 2 ~<, ~ ~. This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and `'Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process array be had in matters .arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. rN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 21sT day of ocTaa~R 20 la . PRINCIPAL ALCOM COMMERCIAL CONSTRUCTION. LLC _ ~ ,~' (Print Narne & Title) ATTEST SURETY WESTERN SURETY COMPANY The Resident Agent of the Surety in Nukes County, Texas, fcr delirrery of notice and service of process is: Agen~r; SWANTNER & CORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORS Address: P CORPUS CHRISTI T A5 840 Phone Number: 3 1-S 3-1711 {NpTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08} Payment Bond Page 2 of 2 Western Surety Company `° POWLR OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT I{now All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation - having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does 6y virtue of the signature and seal herein affixed hereby make, constitute and appoint R M Lee, Mary Ellen Moore, Amy Shumate, Tami J Duncan, Individually of Corpus Christi, TX, its true and lawful Attorney(s)-in-Fact with full power and authority hereby wnfersed to sign, seal and execute for and on its behalf ' bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and [o bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed 6y its Senior Vice President and its corporate seal to ' be hereto affixed on this 23rd day oFApril, 2010. WESTERN SURETY COMPANY y~glE `~~ ~PRR4lc~ll;b~ _W.4~ ~i Y~ Paul . Bruflat, Senior Vice President State of South Dakota ss ~.~ County of Minnehaha ,_ On this 23rd day of April, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which f ~ executed the above instnunent; that he knows the seal of said corporation; that the seal affixed to the said instrnment is such corporate seat; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same ro be the act and deed of said corporation. My commission expires }444444hh4h4bbbbb4b4444bY + i D. KRELL r "~ , November 30, 2012 i ~~ Nt7TARY PUBLIC E,qs t r p sourH oalcarn .. +45444444444b4bbbbbtti4bb D. Krell, No Public --, CERTIFICATIF I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed ~' my name and affixed the seal of the said corporation this 27 ~'1' day of ClC'.TdI3ER . , ~ 2fllfl aa~trY`'o WESTERN SURETY COMPANY .~, ~ ~~ Q,ppgg3z ~w`VO )~jq .r ~~S~S{.AV f:iY .. ryrN~ ' L. Nelson, Assistant Secretary Form F428o-09-Ob OD% Western Surety Company Figure: 28 TAC §1.60i(aj(3} 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Western Surety Company a# 605-336-0850. 3 You may call Western Surety Company's toll-free talephona number for information or to make a complaint at: 1-800-331-6053 4 You may also write #a Western Surety Company at: P.O. Box 5077 Sioux Falls, SD 57117-5077 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httpalwww.tdi.state.tx.us E-Mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact Western Surety Company first. if the dispute is not resolved. you may contact the Texas Department a# Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or coridition of the attached document. AVISO IMPORTANTE Para obtener information o pars someter una queja: Puede comunicarse can Western Surety Company al 605-336-0850. fJsted puede Ilamar al numero de telefono gratis de Western Surety Company's para information o Para someter una queja al: 1-800-331-6053 IJsted tambien puede escribir a Western Surety Company: P.O. Box 5077 Sioux Falls, SD 57117-5077 Puede comunicarse con el Departamento de Seguros de Texas para abtener information acerca de companias, aoberturas, derechas a quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512} 475-1771 Web: http://www.tdi.state.tx.us E-Mail: ConsumerPro#ectfonC~tdi.state.#x.us I]ISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una dispu#a concerniente a su prima o a un reclamo, debe comunicarse con el Western Surety Company primero. Si no se resuefve la disputa, puede entonces comunicarse cart el departamenta (TDI}. UNA ESTE AVISO A SU POUZA: Este a~iso es solo para proposito de information y no se canvierte en parts o condition del documento adjunto. Form 1929-4-2068 ,~ ...,~.:~ . ~~3' ~ C~ ~ ~O ~ A~SSIGHE BY"~I'~- PiiRCHASING GM310N . Ci7Y QF CORPUS CHRlSTi D~SCL~SURE OF INTEREST _ City of Gor~us Christi prdinance 1T~i12 as amended, requires ail persons or firms seeking to do business with the City to rovide the fo~iorving informa#ion. Every question must be answered, ~if _ the ~uestion is not app cable, answer with "NA". See reverse side for Filing Requirements, Cert' icatlons and definiftions. ~ nn COMMPANYNAME: ~~Co~.r~.~,~L ~•-or..~~~C'._.,.T. _-- P. O. B4X: . STREET ADDRESS: ~ CiTY: ZIP: FIRM iS: 1. Corporation ^ 2. partnership ~ 3. Sole owner ^ 4. Association ^ 6. Other olsci_osul~ auEsT~or~s - 1# additionai space is necessary, Please use the reverse side of this page yr attach separate sheet. 7. Stafie- the names of each ~ employyee" of the City of Corpus Christ having an "ownership ~- interest" constituting 3°~0 or more of the ownership rn the above named "firm:' Name Job Tithe and City Department (if kno~wn~ 2. State the names of each "official" of the Cihr of Corpus Christi having an "ownership interest'° constituting 396 or more of the ownership in the above named "firm." Neste Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership ', interest" constituting 39+6 or more of the ownership In the above named "firm." Name Board, Commission or Committee I^ ~" 4. State the names of each employee or officer of a "consr~ltant"' for the City of Corpus Christi who worked an an matter related to the subject of this contract and has an "ownership interest" -~ constrtuting 3~ or more of the ownership in the above named "`firm." Name ~ Consultant _. ~-, "`" Proposal Form Page 20 of 21 PIItiING REQUIREMENTS if a person who requests official action on a matter-knows that the rereqquested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action vrill have on members of the public in ggeneral or a substantial t thereof, you shall disclose that fact in a signed w~iting to the G1y official employee or ~nat has been requested to act in the matter, unless the interest of the Ci official or employee m the matter is apparent< The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 [d)] . GERTIFICATION I cart that all information provided is true and correct as of the date of this stafement, that 1 haven knowingly withheld disclosure of any information rre±eqquested; and that supplemental statements will be promptly submittetl~tn the City of Corpus Ghrfstl, Texas as changes occur. Certifying Person: [~~~A~ . ~'~~~?. Tide: [~A~^c'~~.~ _~ mine «~ P mature of Certifying Date: D p Di=FIA1lTIONS a. "Board member." A member of any board, commission, or committee appointed. by the City Gouncil of the Gity of Corpus Christi, Texas, ~ b. "Economic benefit". An action that i$ likely to affect an economic interest if it fs likely to have r- _, an effect on that interest that is distinguishable froim its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or ~` commercial, and whether established to produce or deal with a product or service, including but not limited to, ems operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership yr trust, and . entities which for purposes of taxation are treated as non-profit organizatiians. e. "Qilicial." The Mayor, members of the City Counpil, City Manager, Deputy City Manager, ,~~ . ~ Assistant City Managers, Department and Division Heads, and Municipal Court .fudges of floe Ci#y of Corpus Christi, Texas. f. "O+n-nership Lnterest." Legal or equitable interest, whether actually or constructivelfy held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively head" refers to holdings or control established through voting trust=s, proxies, or special terms of venture or partnership agreements." g. "Consu#tant" Any person or grm, such as engineers and archi#ects, hired by the Gity ~f Corpus Christi for the purpose of professional consultation and recommendation. Proposal Farm gage 21 0# 23 '`'~ ° ~ER?'IFICATE OF LIABILITY INSURANCE °ATE(~tneroorvYYY) 1.0/27/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFI=RS NO RiGWTS UPON THE CERTIFICgTE HOLDER. THI& CERTIFICATE DOt=S NOT AFI:IRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TWIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), At1THQRIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIC)NAL INSURED, the policy{ies) must be endorsed. If SUBROGATION IS WgIVED, subject t0 the tetTtts 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 endorsemertt(s~. PRODUCER HAQMN~ACT Monette Davis Insurance Services of South Texas PiuC"x t: (361)854-3046 FANG Nu: {361)854-2485 4444 Corona #103 nD~DRess:lltdavis@isstx.net ~~O°~u~o,r, „00002459 Christi TX 784 INSURED A].com Commercial Construction I,LC f 203 E. Ligustrum INSURER A •l~iC1>m1r13. Insurance Co . INSURERB:SerV1Ce Y.rlOyCIS InS1.1~a11Ce CO. C: INSURER E ROYJStOWI2 TX 78380 _ INSURERF• _ _ COVERAGES CERTIFICATE IIiUMBER:CL10102700531 REVI510N NUMBER: , Taro ,o r v v4r" ,r ,. ,ran , ~ „~ rv~,~,~J yr m~~rcHnt.c ua i to tStLUW IiAVt ksttN ISSUEU TU THE INSURED NAMED ABOVE FOR THE POLICY P ERIOD tN~ICATE©. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT V1ATH RESPECT TO WHI H ~ C THIS CER71F)CATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFbRDED liY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL TH E TERMS, EXCLUS14NS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED EiY PAID CLAIMS. INSR TYPE AF INS NCE A UBR POLICY EFF POLICY EXP LTR INSR 1NVO POLICY NUMBER MMfDO MMIDAlYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1, 000, 000 X CpMMERCIAL GENERAL LIA9ILITY DAMA T RENTED PREMISES Ea oceurrence $ 100, OOO A CLA1M5-MRDE ~ OCCUR 10001255 10 /22 J2010 10/22/201I MEDEXP(Anyoneperson) g 5 000 PERSONAL & ADV INJURY $ 1 OOO OOO / , , GENERAL AGGREGATE $ 2 DO0 000 , , GEN'L AGGREGATE LIMIT APPLIES PER: PRO PRQDUCTS - COMPIOP AGG $ 2 , OOO , OQO - LOC X POLICY $ AUT Ot1A0E11LE LIABILITY ~ COMBINED SINGLE LIMIT {Ea accident) $ 3 , 000 , 000 ANY AUTO A ALL OWNED AUTOS 10001255 0/22/2010 10/22/2011 BODILY INJURY (Per person] $ BODILY INJURY (Per accident) -$ SCHEDULED AUTOS S / PROPERTY DAMAGE HIRED AUTOS {Per accidern) $ X NpN-OWNED AUTOS $ S X UM9RfiLLA LIAB X OCCUR EACH OCCURRENCE $ ~ OOO OOO EXCESS UAB CLAIMS-MADE AGGREGATE , , $ DEDUCTIBLE $ A X RETENTION $ 1O OO 10000301 0/26/2010 10/22/2D11 $ ~ WOR%ERS COMPENSATFON WC STATU- OTH- AND EkIPLOYER5' LIABILITY YIN ~ X TRY ANY PROPRIETORlPARTNERIEXECUTIVE OFFICERlMEMBEREXCLUDED? ~ N!A E.L. EACH ACCIDENT $ 1 OOO OOO {Mandatory in NHI f/yes tlescribeunder RZ823040-10 10/21/2010 10/21/11 E L DISEASE - EA EMPLOYE $ 1 000 000 , DESCRIPTION OF OPERATIONS below E.LDISEASE-POLICY LIMIT $ 1 OOO OOO AESCRIPTION OF OPERATIONS! LOCATIONS! VEHICLES {Attach AGORA 707, Additional Remarks Schedule, it more space is requiretl) Project: Garcia Arts Fsducation Center Parking Lot Improvements The City of Corpus Christi. is named as additional insured on General Liability and Umbrella. ~E HOLDER City o~ Corpus Christi Engineering Services Attn: .Contract Administration PO Box 9277 Carpus Christi, TX 78469 SHOULD ANY OF THE ABOVE DESCRIt3ED POL)CIES BE CANCELLED BEFORE THE EXPIRATION DATE THER>=OF, NOTICE IMILL BE DELIVERED fN ACCORDANCE WITH THE POLICY PROVISIONS. J AUTHORIZER REPRESENTATIVE , !! J .. ~~iry Larry Grove/t+1D ~'"`~ ~~~ POLICY NUMBER~2121106 ' 1.,~V CN ~ pro / ~ ~ 5 COtIIIMERCIgL GENERAL L1AgtLi`TY CG 2p tp 07 Oe~ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. --~-DDITIONAL jNSURED -OWNERS, LESSEES DR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL i`IABILITY COVERAGE PART SCHEDULE Name of Addiitional insured Person(s) Or organization(s): Location(s) of covered operations City of Corpus Chzisti Information required to complete this Schedule, if not shown above, will tie shown in the Declarations. A. Section II ~ Who IS An lnsunsd is amended to include as an additional insured the person{s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertlsing Injury caused, in whole or in part ]~y: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your ,~ beha~; in the performance a# your ongoing operations for the addifional insured{s) at the location(s) designated above. B. With respect tti the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damageoccurring after. 7. All work, including materials, parts or equipment famished in connection with such work, on the project {other than service, maintenance or r~a irs) to be performed by or on behalf of the add'dional insured{s) at the location of the covered operations has been completed; or 2. That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. .~ CG 20 t0 O7 04 Copyright ISO Properties, Inc., 2094 Page 1 aT 1 ` ~ ~~ ~~~n log' COMM92a;lAL GI3~113tAL. LJABILJTY THIS BVDORSEMENT CHANGES THE POLICY. PLEASE FAD 1T CAREFULL.Y. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: C.4MMERCIAL GI3VERAL LIABILITY COVERAGE PART PRODUCTSlCOMPLETED OPERATIONS COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVET~AGE PART SCH®ULE Name of Additional Insured Person{s} or Organization{s} only as required by written contract: City of Corpus Christi Location and Description of Completed Operations: All locations antl operations designated or contained in the policy terms and provisions and only as required hY written contract or agreement with the al~oire scheduled entity. Section l! -Who Is An insured is amended to include as an additional 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 park by endorsement performed for that additional insured and included in the "Products/Completed Operations hazard". It is agreed that this amendment replaces and supersedes any other coverage or #arm that may contain any terms or provisions pertaining to WHQ IS AIV iNSUfRH] (section l1} or an ADDITIONAt_ INSUIZ>~ as per the named errtity scheduled at~ove. All applicable forms and endorsements are amended accordingly. Aw-c s5s to';r~ of ~~~ i~~~ POLICY NUMBER: I,A~ ~ 1'~ , COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE P(]LICY. PLEASE READ IT CAREFULLY. 30 DAY - NOTICE OF CANCBJ.,ATION This endorsement modifies insurance provided under the following: i COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/OOMPLET® OPERATIONS COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART It is hereby agreed that should the policy be cancelled before the expiration thereof, the issuing company will endeavor to mail 3q (thirty) days writ#en notice of cancellation or material change to the below mentioned: City of Corpus Christi / All other terms and conditions remain unchanged. AWC 027 (08!09) (Replaces: WS-AD-C~27 & AD-W527) r I~QLICY NUMBI~2: '~~~~ ~ ~~~ ~~~ ~ COMMERCIAL GE3VER'AL LIABILITY CG 24 d4 10 93 THlS B~IDORSBVIENT CHANGES THE POLICY. PLEASE SAD IT CAl~FULLY. WAIVHi OF TRANSF~ OF RIGHTS OF ~C4V~11' AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: CQMMFRGIAL GF-IVERAL LIABILITY COVER4GI PAIN SCMI~ULE Name of Person ar Organization: City of Corpus Christi / (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER Ol= RIGHTS OF RECOVERY AGAINST OTHERS TO ~1S Condition (Section tV -COMMERCIAL GENIwRAL LIABILITY CONDITIONS) is amended by the addition afi the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your worts" done under a contract with that person or organization and included in the "producks-compleked operations hazard" . This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Capyrigh#, Insurance Services Office, Inc., 1992 ~PORY~RS C4~Pffi+~SATION AND EMPLOYERS LIABILITY IL~SURANCE PDLZCY TEXAu NOTIGB o~ MATERIAL c~cE ffiJf7oRSE~P ~''h.is endorsement applies only to the insurance provided by the policy because Texas is shy in item. 3.A. of the Infgxmation Page. In the event of caucellatipn or other material change of the policy, wc~ will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown iza. the Schedule. This Endorsement shall not operate directly ar indirectly to benefit anyone :x~.ot named in the Schedule. schedule 1. Number of days advance notate: 30 2. Notice ~vi11 be mailed to: Ck"RTIF2CATE HOLDER AS RFQIIIRED BY CONTRACT This endorsement changes the policy to which it is attached and is i effect~.ve an the date issued unless otherwise stated. Endorse~oner~t Effective: Pola.cy No. sRZSZ3o~o-io / End. Na. =assured: Franco Paving & A1com Commercial Construction Carriex CAde: 21075 2nsurance Company: Service Lloyds Ins. Ca_ - ~/ Countersigned by V WC 4Z D6 O1 Ef:~ective July ~., 1984