Loading...
HomeMy WebLinkAboutC2010-541 - 11/9/2010 - Approved2010-541 M2010 -274 11/09/10 Bluebay Construction S P E C I A L F R O V I S I E. t. 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 O R CORPUS CHRISTI (NORTH) BEACH ENTRY DEZVELOPMENT AND SIDEWALKS BOND 2 PREPARED BY: Wright Architects 719 N. Upper Broadway Blvd., Suite 195 Corpus Christi, Texas 78401 Mobile: 361 /`?74 -7669 Voice Mail: 361/882 --1678 Fax: 361/882 -1632 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361 /880 -3500 Fe,�: 361/880- PROJECT NO : 3394 ENTRY PROJECT NO; 3395 SIDEWALKS DRAWING NO: CP -178 y (Revised 7/5/00) CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS -A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS-3 (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project. A -4 Method of Award A-5 Items to be Submitted with Proposal A -6 Time of Completion/Liquidated Damages A -7 Workers Compensation. Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and `Wracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A 1:7 Field Gffiee (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification. A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy A-23 Inspeetlen Required (Revise 7/5i 00) (NOT USED) A -24 Surety Bonds At-25 Salesr- `Faii Bi tle (NO LONGER APPLICABLE) (6/11/98) A--26 Supplemental Insurance Requirements A- 27 Respensibility fems Damagti —alai =tee (NOT USED) A--28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended "Policy on Extra Work and Change Orders" A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents (NOT USED) A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 OF 4 A-38 Worker's Compensation Coverage for Building or Construction Projects �y for Government Entities A 39-- Geytd:fdeawef- eeupaney and Final Aeeeptanee (NOT USED) A -40 Amendment to Section B --8 -6: "Partial EstiMates" A--41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended "Indemnification and Hold Harmless" (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7 /5/00) A 46 Dispesal — ef Highly G i e-- __.,.te W (NOT USED) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Cleaning and Stripping S5 021080 Removing Old Structures S55 022 EARTHWORK 022040 Street Excavation S10 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions S29 025412 Prime Coat (Asphaltic Material Only) S30 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 0256 CONCRETE WORK 025610 Concrete Curb and Gutter S52 025612 Concrete Sidewalks and Driveways S53 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025807 Pavement Markings (Paint and Thermoplastic) S45 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 038000 Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings and Covens S57 TABLE OF CONTENTS PAGE 2 OF 4 PART T - TECHNICAL SPECIFICATIONS 025 ROADWAY 0252 SUBGRADES AND BASES 025223 Crushed Limestone Flexible Base 060 WOOD 06192 Fabricated Wood Trusses 028 SITE IMPROVEMENTS & LANDSCAPING 028100 Irrigation System 028061 Landscaping 100 SPECIALITIES 10400 Directional Signage GEOTECHNICAL REPORT: LIST OF DRAWINGS: SHT NO. DESCRIPTION 1 Title Sheet /Vicinity Map _ 2 Surfside Blvd_ Estimated Quantities 3 Location Map 4 Surfside Blvd. SW3P Demolition Plan - 5 Surfside Blvd. & Coastal Ave. /Shoreline Blvd. Intersection Demolition Plan 6 Surfside Blvd. Sidewalk Improvements & Grading Plan 7 Surfside Blvd. & Coastal Ave. /Shoreline Blvd. Intersection. Sidewalk Improvements & Grading Plan 8 Surfside Blvd. Staking Plan 9 Surfside Blvd. & Coastal Ave. /Shoreline Blvd. Intersection Staking Plan 10 Sidewalk Improvements Landscape Plan 1 of 2 11 Sidewalk Improvements Landscape Plan 2 of 2 12 Sidewalk Improvements Irrigation Plan 1 of 2 13 Sidewalk Improvements Irrigation Plan 2 of 2 14 Landscape & Irrigation Details 15. Paging & Sidewalk Details 16 -A Miscellaneous Details A 16 -B Miscellaneous Details B 17 Striping and Signage Plan (SHT 1 of 2) 18 Striping and Signage Plan (SHT 2 of 2) 19 Sheet Deleted 20 -A Entry Archway Plan and Details (Sheet 1 of 2) 20 -B Entry Archway Plan and Details (Sheet 2 of 2) 20 Sheet Deleted 21 Entry Development Irrigation Plan 22 Entry Arch Structural Plan & Details 23 Sheet Deleted 24 -A Directional Signage Plan & Details TABLE OF CONTENTS PAGE 3 OF 4 24 -B Entry Archway Plan and Details 25 Access Ramp Details 26 Curb Ramp Details (Sheet 1 of 3) 27 Curb Ramp Details (Sheet 2 of 3) 28 Curb Ramp Details (Sheet 3 of 3) 29 Crosswalk Details 30 Miscellaneous Details Sheet 1 of 4 31 Miscellaneous Details Sheet 2 of 4 32 Miscellaneous Details Sheet 3 of 4 33 Miscellaneous Details Sheet 4 of 4 -� 34 Traffic Control Plan (TxDOT) NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND y 4 ti! 1 TABLE OF CONTENT$ PAGE _4 OF 4 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI (NORTH) BEACH ENTRY DEVE LOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 is a tourist area improvements project which consists of construction of approximately 12,600 SF of new 8 wide concrete sidewalk,1,790 LF of Concrete Curb & Gutter, 135 LF of Concrete Retaining Wall, Driveway replacements, ADA ramps, asphalt pavement repairs and curb & gutter replacement, minor area drainage improvements, new arch entrance, traffic signs replacement, directional signage and landscaping and irrigation which includes planting palm trees and scrubs of various species in accordance with the plans, specifications and contract documents. will be received at the office of the City Secretary until 2:00 p.m. on Wednesda y, Sept. 22, 2010, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre --bid meeting is scheduled for Tuesday, Sept. 14, 2010 at 10:00 A.M. The pre -bid meeting will convene at the Engineering Services Mai Conference Room, 3 rd Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. The meeting will be conducted the City and include a discussion of the project elements. 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 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /1.00 Dollars ( $50.00 ) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ( $10.00 ) which is a non- refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engr. Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY- -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH IT OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED? SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long -term environmental. impact for the disposal of NOT REQUIRED contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. DThe name of the project must be listed under "description of operations" on each certificate of insurance. ©For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B --6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTERS EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined_ (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCG81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - - Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83; or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one. of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project_ (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) --With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of I I "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. (S) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the .. commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and . (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Gr_ aphis Page 3 of I 1 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons �- providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers` compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the com missiods Division of Self- Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of l l (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the .provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, _ for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the proj ect; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of `- coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the and of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement. in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §46). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self- insure that is delivered, issued for delivery, or renewed on or after January 1, 1996, Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512 -440- -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate of authority to self- insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC -83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes 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 any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or - materials, or, providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from.each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H_ The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its .employees providing services on the project, for the duration of the project; (2) provide to the contractor; prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for.the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each otherperson with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, Sept. 22, 2010 Proposals mailed should be addressed in the following manner: City Secretary's Office_ City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 Anv nronosals not ohvsically in Dossession of the City Secretary's Office at the time and date of bid openipg opening will be deemed late and non -res onsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any pr2posal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date anti time of bid opening. A pre -bid meeting will be held on Tuesday, Sept. 1.4, 2010, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted l the Cit A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394& 3395 is a tourist area improvements project which consists of construction of approximately 12,600 SF of new 8' wide concrete sidewalk,1,790 LF of Concrete Curb & Gutter, 135 LF of Concrete Retaining Wall, Driveway replacements, ADA ramps, asphalt pavement repairs and curb & gutter replacement, minor area drainage improvements, new arch entrance, traffic signs replacement, directional signage and landscaping and irrigation which includes planting palm trees and scrubs of various species in accordance with the plans, specifications and contract documents. Explanation of individual bid sections 1. Base Bid A , Intersection and sidewalk improvements between Breakwater Ave. and Coastal Ave. on Surfside Blvd. consisting of approximately 7,950 SF of 8' wide sidewalks with 1,032 LF of new curb and gutter, approximately 1,540 SF of concrete driveway, 210 SF of ADA pedestrian ramps, 51 LF of sidewalk drainage trough, 1,172 LF of pedestrian pavement markings, and landscaping with irrigation. Section A - SP (Revised 9/18/00) Page 1 of 22 2. Additive Alternate 1 of Base Bid A, Intersection improvement at Shoreline Blvd. and Coastal Ave. consisting of approximately 585 SF of 8' wide sidewalks with new curb and gutter, ADA pedestrian ramps, 196 LF of pedestrian pavement markings, 2 new storm water manholes and landscaping with irrigation. 3. Additive Alternate 2 of Base Bid A, Intersection and sidewalk improvements at the Northwest corner of intersection of Coastal Ave. and Surfside Blvd. consisting of approximately 1,880 SF of 8' wide sidewalks with new curb and gutter, approximately 240 SF of concrete driveway, 16 SF of ADA pedestrian ramps, 135 LF new concrete retaining wall, 120 LF of pedestrian pavement markings, and landscaping with irrigation. 4. Additive Alternate 3 of Base Bid A, Intersection and sidewalk improvements at the Southwest corner of intersection of Breakwater Ave. and Surfside Blvd. consisting of approximately 1,440 SF of 8' wide sidewalks with new curb and gutter, approximately 306 SF of concrete driveway, 32 SF of ADA pedestrian ramps, 51 LF of sidewalk drainage trough, 180 LF of ,pedestrian pavement markings, and landscaping with irrigation. Y; 5. Additive Alternate 4 of Base Bid A, Intersection and sidewalk improvements at the Southeast corner of intersection of Breakwater Ave. and Surfside Blvd. consisting of approximately 920 SF of 8' wide sidewalks with new curb and .gutter, 32 SF of ADA pedestrian ramps, 51 LF of sidewalk drainage trough, 180 LF of pedestrian pavement markings, and landscaping with irrigation. 6. Base Bid B , Entry Development Improvements on Timon and Surfside Blvds. median at Burleson /Breakers Ave. consisting of an entry archway structure spanning over Burleson /Breaker Ave., directional signage and landscaping with irrigation. 7. Additive Alternate 1 of Base Bid B, Letters and images of the Entry Archway structure shall be constructed a. synthetic material mounted to the wood truss archway as specified. S. Additive Alternate 2 of Base Bid B, 362 SF of signs for directional signage constructed of a synthetic material, all mounted to wood posts as specified. Logo image shall be integral with sign background. 9. Additive Alternate 3 of Base Bid B, 362 SF of signs for directional signage constructed with synthetic logo material mounted to wood routed out sign, all mounted on wood posts as specified- A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Base Bid A + Base Bid B, or 2. Base Bid A + Base Bid B + any or all of the individual Additive Alternate Bid items The City intends to award the lowest combination of Total Base Bid A and Total Base Bid B to one contractors. Alternatives will be evaluated subject to available funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Section A - SP (Revised 9118100) Page 2 of 22 ` A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference NORTH BEACH AREA IMPROVSMSNTS BOND 2008, PROOECT NO. 3394 & 3395 as identified in the Proposal.) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion/Li9yidated Dania es The working time for completion of the Project will be: 1. Base Bid A and Base Bid B 240 calendar days 2. Each Individual Additive Alternate will add 15 Calendar days 3. Base Bid A and Base Bid B with all Additive Alternates 330 Cale Days The Contractor shall commence work within ten (10) calendar days after receipt of written notice to proceed from the Director of Engineering Services or designee ( °City Engineer "). For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.0__0_ per calendars 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 Porkers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. Section A - SP (Revised 9118100) - Page 3 of 22 A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -14 wa a Rates (Revised 7/5/00) Labor preference and wage rates for Construction Type(s): Heavy Highway and Heavy construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain.copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section. for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) one and one -half (1 -1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 13-1 -1, Definition of Terms, and Section 13-7 -6, Working Hours.) A -11 Cooperation with Public A -envies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1 -800- 344 -8347, the Lone Star Notification Company at 1- 800 --669 -8344, and the Verizon Dig Alert at 1- 800 -828 -5127. For the Contractor's convenience, the following telephone numbers are listed: City Engineer 826 -3500 Project Engineer 826 -3500 A/E Project Architect, John Wright Wright Architects 774 -7669 Traffic Engineer 826 -3540 Police Department 886- -2600 Water Department 826 -1881 Wastewater Services'Department 826 -1800 Gas Department 885 -6900 fax: 882 -1632 (826 -1888 after hours) (826 -1888 after hours) (885 -6900 after hours) Section A - SP (Revised 9/18/00) Page 4 of 22 Storm Water Department 826 -1875 (826 -1888 after hours) Parks & Recreation Department 826 -3461 Streets & Solid Waste Services 826 -1940 A E P (1- 877 - 373 -4858 after hours). S B C 881 -2511 (1 -800- 824 -4424 after hours) City Street Div. for Traffic Signal /Fiber Optic Locate 826 -1946 826 -1960 Cablevision 857 -5000 (857 -5060 after hours) ACSI (Fiber Optic) 887 -9200 (Pager 800 - 724 -3624) KMC (Fiber Optic) 813 -1124 (Pager 888 - 204 -1679) ChoiceCom (Fiber Optic) 881 -5767 (Pager 850 -2981) CAPROCK (Fiber Optic) 512/935 -0958 (Mobile) Brooks Fiber Optic (MAN) 972/753 -4355 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed It is the Contractors sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown or not shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.) , flow must be maintained. sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface, and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Section.A - SP (Revised 9/18/00) Page 5 of 22 A--13 Area Access and Traffic Control '1 Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All- weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. payment will be FRade to Centr A--14 Construction Equipment S ills a and Trackin The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must . be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb lines 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 the storm sewers is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment will be made to the 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 the Contractor. A -17 Field Office (NOT USED) efflee at the eenstr- site. The field efflee must eentain at least 120 square be furnished with an ineliRed table that meast��es a' least " " , ehalLce. The Gentr-aeter shall meve the field effiee en the site as requ*red by City Fngii=±eer- er- his- repreeentative. The field effiee must he f=:ar-nished with a Section A - SP (Revised 9/18/00) Page 6 of 22 A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first workday of each week. 3. Submittal Dates Indicate submittal dates required for all submittals. 4. Re- Submission Revise and resubmit as required by the City Engineer. S. Periodic Update Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A--19 Construction Staking The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and benchmarks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. The Contractor will furnish lines, slopes and measurements on the ground for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the A/E Consultant 48 hours notice so that alternate control points can be established by the A/E Consultant as he deems necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the A/E Consultant at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City Engineer prior to deviation. If, in the opinion of the City Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shad provide supporting measurements as required for the City 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 Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. - The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided "and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Section A -- SP (Revised 9/18/00) Page 7 of 22 Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference; • Curb and gutter flow line b^th des of st�i? - on a 200 interval; -- - -- - meet ere wns on a 20 0 1 interVal and all— �23rt��9eGzZ$T39— • All interseetr ; •- 9asing -eleva -hens (top - of pipe - and flow lid Water: • All top of valve boxes; • valve vault rims. A -20 Testin and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project signs The Contractor must install two (2) Project signs as furnished by the City and as indicated in Attachment I. The sign must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the sign will be determined in the field by the City Engineer. A -22 Minorlty/Minoru X Business EnteE2rlse Participation Poli (Revised 10/98) 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. 2. Definitions a. Prime Contractor Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. Section A - SP (Revised 9/18/00) Page 8 of 22 c_ Minority Business Enterprise A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan. Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enter rise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or- interests in the corporate shares are owned by one or more women. f. Joint Venture A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Section A - SP (Revised 9/18/00) Page 9 of 22 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 inspection Required (Revised 7/5/00) (NOT USED) ON - - - - - 11 - - MM _ _ _ w - - - - - - - - - - A -24 SuE2ty Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with re- insurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any re- insurer may not exceed ten percent (10%) of the re- insurer's capital and surplus. Section A - SP (Revised 9/18/00) Page 10 of 22 For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or re- insurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be.executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a re- insurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or re- insurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exem tion (NO LONGER APPLICABLE) (6/11/98) fellewing in lieu thereaf. net gaallfy fer ememptiens of Sales, B-Ee1se, and Use Tames unless the— Eentrae-ter r er saeh —ether rules —er regulatiens —as any —be- pEemialgated by t h e GeffptE , , e v . f Pebl4:e Aeeeunts —ef Texas. If the Gentr -aeter e1eets-- to —eper- ate - under - a— separated eeiitreet, he sh - fr Statemen�= of Mater-ials and Other ,r inte the r'�e_'t . -a - 3. Pre-�-ibe ta pp :. _ - reaale - eertifieates. value — ef- materials r f-er a31 Sales, &Eeise, and Use Tames -- applieablet = *=his Prejeet_ Sabeentraeters ar-e eligible €er sales tax e-z emptiens- if the stabeentraeter al se r A -26 Supplemental Insurance ReVirements For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name City of Corpus Christi Engineering Services Department Attn: Contracts Administrator 2. Address P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Section A - SP (Revised 9/18/00) Page 11 of 22 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a Certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6--11 of the General. Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6 -11 (a) of the Genera. Provisions, the Contractor shall obtain an endorsement to this coverage stating: "Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder." A -27 Responsibility for Damage Claims (NOT USED) A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. Section A -- SP (Revised 9/18/00) Page 12 of 22 A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent.experience in the day -to -day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. -- Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to'execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor .fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section B -7 -13 of the General Provisions. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -3--1 "Consideration of Contract " add the following text: "Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only or Base - Bid plus any combination of Additive Alternates, subject to the availability of funds) 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. Section A - SP (Revised 9/18/00) Page 13 of 22 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm, and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. if the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13 of the General Provisions. 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference. 8. Documentation required pursuant to Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision A -29 concerning "Contractor's Field Administration Staff ". 10.. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state (i.e., Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity." A -31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8 -5 "Policy on Extra Work and Change Orders'_ the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." Section A - SP (Revised 9/18/00) Page 14 of 22 A--32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts ", Section 8 -3 -5 `Exe 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 of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor." A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1 A--34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges ", ASTM specifications, etc., the precedence will be'given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) All i-Raterials and equA:pfaent esed in the i reassem r it ems , Section A - SP (Revised 9/18/00) Page 15 of 22 _ w�_ . w w_ NNO if ._ All i-Raterials and equA:pfaent esed in the i reassem r it ems , Section A - SP (Revised 9/18/00) Page 15 of 22 _ StandaiA Sgeeifieat4:e -- All ti-ash generated by the Gent�-aeter er- his effpleyees, agents, er , be allowed T14e Geiq�=raeter shall keep werk areas elean at all times and 3Femeve all GGNTRAGT9PP S -SITE PREPAF,'�,:TFGN and eentr-el systeH r by I yequiEed in this C-entr -aet prat least three prier- pEe -mss. - sitby auther-ized Eity persennel immediately prier- to use. Engineer All ti-ash generated by the Gent�-aeter er- his effpleyees, agents, er , be allowed T14e Geiq�=raeter shall keep werk areas elean at all times and 3Femeve all GGNTRAGT9PP S -SITE PREPAF,'�,:TFGN and eentr-el systeH r by I yequiEed in this C-entr -aet prat least three prier- pEe -mss. r as i�c i iea iex Engineer 1 emieyee fer 8entr-aeteE use. Ret , aEe net - a{ra}iabie , e se r 1. Re is icegialar-iy engaged in the eempiAer- -based meniter-ing and eentr-el systeH deteE%lned by yequiEed in this C-entr -aet prat least three prier- pEe -mss. r as • 3 et--- Engineer 1 • , but is Ret , medifieatiai±s , e se r , i ns t a lli ng, , r , 1. Re is icegialar-iy engaged in the eempiAer- -based meniter-ing and eentr-el systeH type, yequiEed in this C-entr -aet prat least three prier- pEe -mss. r • 3 Engineer 1 er speei r Section A - 5P (Revised 9/18/00) Page 16 of 22 i bleeks whieh the Gity r-equir-e5 te 15,e filled 4!n and given te the Gity Engineer iofi-t-h -a!! ehangea made duaring the preqi�affaing phase. The atteehed sheet is an eiEample a T7. TL= R _ i All tr-enehing feE this p�-ejeet at the G. N. Stevens Water- Treatment Plant shall A -36 Other Submittals (Revised 9/18100) 1. Shop Drawing Submittal The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. -- b. Reproducibles In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms Contractor shall use the Submittal - Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Re- submittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Section A -- SP (Revised 9/18/00) Page 17 of 22 bleeks whieh the Gity r-equir-e5 te 15,e filled 4!n and given te the Gity Engineer iofi-t-h -a!! ehangea made duaring the preqi�affaing phase. The atteehed sheet is an eiEample a T7. TL= R _ i All tr-enehing feE this p�-ejeet at the G. N. Stevens Water- Treatment Plant shall A -36 Other Submittals (Revised 9/18100) 1. Shop Drawing Submittal The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. -- b. Reproducibles In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms Contractor shall use the Submittal - Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Re- submittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Section A -- SP (Revised 9/18/00) Page 17 of 22 i. Re- submittals Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. 2. Samples The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Re it Report When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not.be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City "_ Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B--6--15 " Arrangement and Charge for Water Furnished bD► the City " - , add the following: - "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought .Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Constructio Projects for Government Entities The requirements of "Notice to Contractors 1 B 11 ' are incorporated by reference in the Special Provisions. A--39 Certificate of Occupancv and Final Acceptance (NOT USED) A -40 Amendment to Section B -8 -6: "Martial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B -8 -6 "Partial Estimates" is amended to provide that approximate estimates from which partial payments will be calculated will not .include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Adviso Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will a the G..R ct ,,.- G t x th � not be counted a5 a calendar day �aixv- r'-�'x� cvrracv will � C ��'Q�p�'i3wra'�E3� @ -� �zzzc�is -rte R d ated i the ,i Section A - SP (Revised 9/18/00) Page 18 of 22 A -42 OSHA Rules t. Regulations It is the responsibility of the Contractors) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended "Indemnification and Hold Harmless" (9/98) Under "General. Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -21 "Indemnification and Hold Harmless " text is deleted in its entirety - -- and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materiaiman, 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, waterialman, or their officials, employees, agents, or consultants_ The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." A -44 Change Orders (4/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish _ the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of - materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A--45 As -Built Dimensions and Drawings (7/5/00) 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. 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: a. Horizontal and vertical dimensions due to substitutions /field changes. b. Changes in equipment and dimensions due to substitutions. C. "Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e_ Any other changes made. A--46 Disposal of Highly Chlorinated Water (7/5/00) (NOT USED) - , . it w Section A. - SP (Revised 9/18/O0) Page 19 of 22 A -47 Pre - Construction E2MIoratoLy Excavations (7/5/00) Prior to any construction whatsoever on the project, the Contractor shall excavate and expose all existing pipelines of the project that cross within twenty feet (20 of proposed pipelines of the project, and the Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10`) of proposed pipelines of the project, the Contractor shall excavate and expose said exiting pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet O.C. maximum intervals. The Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. The Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and Contractor has received Engineer's approval of the report. Exploratory excavations and associated pavement repair shall not be paid for separately. Exploratory excavations shall be considered subsidiary to items that require excavations. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 _Amended "Maintenance Guaranty" (8/24/00) Finder "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8-11 "Maintenance Guaranty", add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 9/18/00) Page 20 of 22 A -50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", . B -7 Prosecution and Progress, and the following_ "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 9/18/00) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: Corpus Christi (North) Beach Entry Development and Sidewalks Bond 2008, Project No. 3394 &3395 OWNER: City of Corpus Christi ENGINEER: John Wright Architect CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE. SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 22 of 22 �r A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 9TH day of NOVEMBER, 2010, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and _BluebM Construction, LLC termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of ;321,239.30 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008 PROJECT NO.3394/3395 (TOTAL BASE BID A + ALTS. NO.3 and NO A and TOTAL BASE BID B + ALTS NO.1 AND NO.2: $321,239.30) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their " attached bid proposal supplying at- their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all reaps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Sun -2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A -26 of the General and Special Provisions and Re for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 300 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents_ City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. 7 - Page 2 of 3 Rev. Sun--2010 ATTEST: City Secretary APPROYM AS LEGAL FORM: By: Asst. City Attorney ATTEST: (If Corporation) (Seal Below) (Note: Sf Person s igning for corporation Is not President, attach copy of authorization to sign) CITY OF Ca�dd RPUS ST By: YL Juan Perales, Jr.,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services Loi s) "VW' s - Elueba Construction 9 LLC By : Title : e&- 4'� -' C� 2400 AUGUSTA DR., STE.453 (Address) HOUSTON TX 77057 (City) (State)(ZIP) 713/458 - 1816._* 713/850 -8307 (Phone) (Fax) 1 U 0 10 - A r xUTHORUM Ox COUNCIL '1q'1 SECRETARY Page 3 of 3 Rev. Jun -2010 f R E V I S E D P R O P O S A L F 0 R M F 0 R CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008,PROJECT NO. 3394 &3395 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS ADDENDUM NO, 1 ATTACHMENT No, 2 PAGE I OF 32 P R O P O S A L Place: Date. Oq ax Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as .6"t£ 9 -" C_ot4CT x.c«'n o N TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CORPUS CHRISTI (NORTH) BEACH ENTRY DMLOPMENT AND SIDEWALKS BOND 2008, PROTECT NO. 3394 & 3395 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: ADDENDUM No. ATTACHMENT No. 1 PAGE 2 OF 32 CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS ` BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A - CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS c , r II III IV V HID QTI & MIT PRICE BID ITS TENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY x UNIT PRICE IN FIGURES) A-1 430 Scarify & Re- compact 8" Sub - SY grade, complete in place, per Square Yard $ 3 - ate A -2 430 S" Crushed Limestone, complete SY i in place, per 5 re Yard S $•00 - ,Do — A-3 580 Remove Existing Asphalt SY Pavement & install new 2 TYPE "D° Iiot Mix, complete in $ 33 •flo L{ D. 0 0 _J place, per Square Yard A-4 84 Prime Coat, complete in place, GAL per Gal $ .2. �( S $ aos - c O A 2,050 Remove Concrete Driveway, SF complete in place, per Square $ a $ _ T, t Do - Foot. A-6 1,540 Concrete Driveway, complete in SF p lace , , per Square Foot $ 3•10 $ S 7.3 6 . o p A 432 Reflective Pavement Marking LF (Type 1) (W) (4" ) (SLD) , $ D -??S $ I'# complete in place, per Linear Foot A - 8 1 Relocate Street, Traffic Signs LS including new pipe sleeves in $ l� Saa_ oa $ i Sno concrete, complete in place, per Lump Sum A -9 2 %0 galvanized pipe sleeves 1 installed, complete in place, $ so • oo $ �o • ad LS per Lump Sum (14 Parkin Meters by others). A - 10 1 Traffic Control, complete in LS place, per Lum Sum $ a $'aa •oo $ 02 $ao - o0 ADDENDUM No. 1 ATTACHMENT No. 1 e PAGE 3 OF 32 i c f i -� CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASS BID A - CIVIL IMPROVMONTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (Contizlued) c, c . I II III IV V BID OTY UNIT PRICE BYD IT3� T C8 EIS UNIT DESCRIPTION IPT FTGIIR8S (QTY S UNIT PR IN �IGU�as) Supply and install 2° Sch 40 320 PVC pipe sleeves for $ f (• $a t S3fo.o0 A -11 LF irrigation line complete in 'place, per Linear Foot 5 Sea Grapes, 45 Gallon, A -12 EA complete in place, per Each $ .21C-00 $ ' - b . 6 A -13 16 Florida Sabal Palms, (14) 10, EA (1) 14 16' trunk feet $ '•¢ob 60 $ Complete in place, per Each I A - 14 16 Native Lantana, 1 Gallon, EA complete in place, per Each $ •oo $ lg q 0 A -15 4 Esperanza, 3 Gallon, complete EA in place, per Each $ 2 ( t-00 $ 'I to • Db 18 Supply & install planting mix A -16 CY for plantings beds complete in $ 6S-00 $ `fi`fC1 • o a place, per Cubic Yard Supply & install 70' Linear A - 17 1 Feet of 6° x 6" vertical $ DD $ .0p LS timbers, complete in place, per Lump Sum A -18 450 Supply & install a Landscape SF fabric in the planting beds, $ l7 3g $ 1� 1 . by complete in place, per Square Foot 3 A -19 3 Supply & install 4" of mixed CY gravel topdressing for 3 $ %�S•00 $ 'otZS -Cp planters, complete in place. Per Cubic Yard A - 20 2 CY Mixed Gravel, Poles Opening $ Do $ 1 5 0-00 I ADDEMI)m No. 1 ATTACHMENT No_ 1 PAGE 4 OF 32 CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A - CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPR0V7NnR TS (rnnti' g,.,e�l' c c I II III IV v BID QTY & UNIT PRICE BID ITEX =TM8ION ITEM UNIT DESCRIPTION IN FIGURES (QTY % UNIT PRICE IN FIGURES) A -21 5 Supply & install 5" of Oyster CY Shell topdressing the timber $ SS o $ i[25. o0 �beds, Complete in place, per ; Cubic Yard A -22 General landscape clean up of 1 existing Plant material $ (vDo - Do $ 000.0 LS Timon Blvd. including trimming, pruning and weed control, complete in place, per Lump Sum A -23 Repair & replace any of the 1 existing irrigation to provide $ IDD- 0 0 $ c toD • o O LS 100k irrigation cover @ Timon Blvd. complete in place, as per Lump Sum A -24 Supply & install a Rain 1 EA i Sensor, complete in place, per $ a5U - 00 $ " SD - 00 Each Supply & install a 1" battery A -25 2 operated valve, complete in EA Place, , per Each $ (09 $ 3ba.DO A -26 15 Supply & install a 1" PVC LF mainline w /bends and fittings, ;$ L2•5O $ 1$ q.5D complete in. place..,, per, Linear Foot A -27 Supply & install a 1" 1 Pressure Vacuum Breaker $ t bn $ 0 0 -0 0 EA w /enclosure & certify (1) existing pressure vacuum breaker, complete in place, per Each 1 Supply & install a 1" quick A -28 FA coupler valve w/ (1) key, complete in place, per Each $ 5 oo $ 25 0•a b ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 5 OF 32 CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A­ CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (Continued) c, c. I II Supply & install 5 /8 ", 1 GPH IV V BID QTY & subsurface Drip w/ air vents, UNIT PRICE BID ITEM RXTENs3:ON ITSiI 688 flush valves, fittings, IN FIGURES (QTy X UNIT PRICE A-29 LF complete in place, per Linear $ 9. 10 $ Foot A - 3I 1 EA Supply & install a irrigation junction box, 18 "x 24 box & $ [OOO-00 $ LooD - bo A -30 EA lid, complete in place, per Each $ K5 - $ 8; •Ot> CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A­ CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (Continued) c, c. I II III IV V BID QTY & UNIT PRICE BID ITEM RXTENs3:ON ITSiI UNIT DESCRIPTION IN FIGURES (QTy X UNIT PRICE IN FIGURES) r A - 3I 1 EA .'rap & meter 1" w/ permit & fees, per Each $ [OOO-00 $ LooD - bo Supply & install 2" Sch.40 sleeve w/ a PVC subsurface 720 supply line complete in place, A -32 LF per Linear Foot i $ ` 94 $ _; "f9 - ?0 2" PVC Sch. 40 irrigation 83 bored sleeve w/a PVC A -33 LF subsurface supply line, $ �Lo. $ complete in place, per Linear i Foot A -34 12 month of landscape & 1 irrigation maintenance, $ :Zba - oo $ a � O_ oa LS complete in place, per Lump Sum SUB - TOTAL BASE BID A — CIVIL IMPROVEMENTS (ITEMS A -1 TO A -34) $14 35v •' to ADDENDUM No. 1 ATTACHMENT No_ 1 PAGE 6 OF 32 BASE BID A - DRAINAGE CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS KM SUS -TOTAL BASE BID A - DRAINAGE IMPROVEMENTS (ITEMS AA-1 TO AA -7) $ 31 R6 a (W r ADDENDUM No. '1 i ATTACFDENT No. 1 PAGE 7 OF 32 ' C s' , 2 j { i. I II III 3V V HID QTY & UNIT PRICE BID ITEM E=EXSION ITEM UNIT DESCRIPTION IN FIGURES {QTY 8 UNIT PRICE IN FIGURES) AA - 1 1, 6° Concrete Curb & Gutter, complete in lace mp place, per Linear $ �� $ ( S 3�5 - � LF F ; Foot AA -2 733 Remove Concrete Curb & Gutter, LF complete in place, per Linear $ Foot AA -3 2 EA Sidewalk Grated drains, $ �$�•oa $ d-do complete in place, per Each AA -4 6' wide concrete Valley Gutter complete with sub -base $ (s - 5 preparation and related asphalt SF SF repairs, complete in place per Square Feet AA -5 i 1 Storm water Pollution LS Prevention Plan (MP) , $ 2� mod_ Da $ 2"5 complete in place, per Lump Sum AA - 6 51 Drainage Trough, complete in i LF place, per Linear Foot $ to - v d $ aL b To o� i AA -7 3 Remove & replace Grate inlet, EA complete in place, per Each $ (t�20 -00 � $ _L {TZD•06 SUS -TOTAL BASE BID A - DRAINAGE IMPROVEMENTS (ITEMS AA-1 TO AA -7) $ 31 R6 a (W r ADDENDUM No. '1 i ATTACFDENT No. 1 PAGE 7 OF 32 ' C s' , 2 j { i. BASE BID A •- ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS I II IIZ I V v BID QTY $ ;Z S6o0. 00 UNIT PRICE BID ITEM xxTMSION ITEK UNIT DESCRIPTION IN FIGURES (QTy X UNIT PRICE AB -5 210 ADA Pedestrian Ramp, complete IN FIGURES) 3,971 Remove Concrete Sidewalk, $ a o $ 1�� 00 AB SF E complete in place, per Square i s a .0 o $ '-T Foot j AE -2 4" Min. 8' wide Concrete Tied 7,950 Sidewalk with sub -base $ 3.25 $ 25 5 5 b SF preparation, complete in —` place, per Square Foot AB - 3 420 Reflective Pavement Marking Type I (W) (24 ") (SLD) , $ j LF complete in place, per Linear j Foot j CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS (W BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A - ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMP ROV&MKTS (CONTTW11 n) AS -4 320 Reflective Pavement Marking LF Type I (W) Crosswalk 10' wide, $ $.00 $ ;Z S6o0. 00 :complete in place, per Linear Foot AB -5 210 ADA Pedestrian Ramp, complete SF in place, per Square Foot $ a o $ 1�� 00 SUB -TOTAL BASE BID A -ADA REQ.IMPROVEMENTS (ITEMS AB -1 TO AB -5) $ q3 vsq . sb ` TOTAL BASE BID A (ITEMS A -1 TO AB -5) $ IS.7 dim. r(P ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 8 OF 32 I BASS BID A- ADDITIVE ALTERNATE BID NO. 1 - CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS c. c c. I II III IV V BID QTY rX planting, complete in place, UNIT PRICE RID ITEM R X PRI ITEM . UNIT DESCRIPTION IN FIGURES (QTY R VU31T E� Supply & install a landscape IN FIGURES) B -1 120 Scarify & Re- compact 8" Sub - SF complete in place, per Square Foot $ O 9 SY grade, complete in place, per Square Yard i e $ S- 00 $ 316 0 • op B -2 120 B" Crushed Limestone, complete SY in place, per Square Yard $ FS o b $ 'U 0 - 00 B -3 BO Remove Existing Asphalt SY Pavement & install: new 2 TYPE j "D" Hot Mix, complete in $ 3 3 - e y $ place, per Square Yard �^ B -4 10 Prime Coat, complete in place, GAL per Gallon $ 9.• $ a.4 -5b B -5 1 Relocate Street, Traffic Signs LS including new pipe sleeves in concrete, complete in place, $ a1li ; bo on $ - 2 $00 -0 U per hump Sum B -6 1 Traffic Control, complete in L5 place, per Lump Sum $ 3, Sbo•a o ! $ 3 S6D 00 B -7 1 Florida Sabal Palm 10' Trunk $ $r, •Ga EA Foot, complete in place , per , Each CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A- ADDITIVE ALTERNATE BID NO. 1 CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (CONTINUED) B -8 .3 Planting mix for tree CY planting, complete in place, $ bb $ . per Cubic Yard Supply & install a landscape B -9 15 fabric in the 3 planters, SF complete in place, per Square Foot $ O 9 $ 1 l S ADDENDUM No_ 1 ATTACHMENT No. 1 PAGE 9 OF 32 c. c, B -10 Supply & install 4" of mixed .125 gravel topdressing for 3 $ '4d $ 2,-5 CY planters, complete in place. Per Cubic Yard Supply & install a Rain B - 11 1 Sensor, complete in $ x.20 0 b $ A 2 - d t EA place, per Each Supply & install a 1" Battery 1 operated valves, w/ laterals, B -12 EA l pres•, reg., filter, complete $ q -00 $ If Oo ran yin place, per Each Supply & install a 1" PVC B -13 20 ;mainline w/ bends and LF fittings, complete in place, E per Linear Foot $ 12• CIS $ , 2.5 , 9 . no B -14 1 Certify the existing Pressure LS Vacuum Breaker, per Lump Sum $ 35 .c>d $ 3 S - a o Supply & install a 1" quick B - 15 1 coupler valve, w/ (1) Key $ 2ft -4 0 $ 2gb • 00 EA complete in place, per Each i Supply & install a 5/8" 1 GPH B - 16 10 Subsurface Drip w/ air vents, LF flush valves, complete in $ (;L -to ;$ i2(• o place, per Linear Foot - 2" PVC Sch. 40 irrigation B - 17 bored sleeve w/a PVC 30 subsurface supply line, LF complete in place, per Linear $ a�-g $ �� • `IQ i Foot 12 month of landscape & B -18 1 irrigation maintenance, LS complete in place, per Lump $ goy D a $ S Sum SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 1 -CIVIL IMPROVEMENTS (ITEMS B -1 TO B -18) $ 13 S�'f• ADDENDUM No. 1 ATTACHMENT No_ 1 PAGE 10 OF 32 c . CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A- ADDITIVE ALTERNATE BID NO.1 - DRAINAGE CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS I IT III IV i V BID QTY & QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X - MIT PRICE FIGURES ( QTY X UNIT PRICE IN FIGURES) BA - 1 235 5 Concrete Curb & Gutter, IN FIGURES) BB -1 538 Remove Concrete Sidewalk, complete in place, per Linear $ '�• 3� $ 3,3 to -2S LF Foot $ ` EA-2 206 Remove Concrete Curb & Gutter, Foot - complete in place, per Linear $ $ bo $ 1,(OgrS• od LF SF Sidewalk, complete in place, $ Foot $ BA -3 per Square Foot Storm Water Manhole 6 4 ADA Pedestrian Ramp, complete 2 Rehabilitation, complete in $ t,VOO -a0 $ 3 boa - 0 in place, per Square Foot EA place, per Each 4 SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 1 - DRAINAGE IMPROVBMBNTS (ITEMS BA -1 TO BA -3) $ S X20.25 BASE BID A- ADDITIVE ALTERNATE BID NO. I - ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS I II I II I V v BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION DESCRIPTION FIGURES ( QTY X UNIT PRICE IN FIGURES) BB -1 538 Remove Concrete Sidewalk, SF complete in place, per Square $ 2-do $ _ i WT& • oo Foot - BB -2 585 4" Min. S' wide Concrete Tied SF Sidewalk, complete in place, $ 3.2 S $ per Square Foot i BB -3 6 4 ADA Pedestrian Ramp, complete SF in place, per Square Foot $ $ o b 1WVz" JUM NO. 1 ATTACHM= No, 1 PAGE 11 OF 32 CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A- ADDITIVE ALTERNATE BID NO. 1 - ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (CONTINQED) — (W — BB -4 350 SF 4" Thick 5' wide Concrete Sidewalk, complete in place, per Square Foot i $ 3.25 $ 1) 3 -S'$ BB -5 QTY & Reflective Pavement Marking UNIT PRICE BID ITEM EXTANSION ITffii 96 Type I (W) (24+ (SLD) , IN FIGURES (�� � UNIT PRICE LF complete in place, per Linear $ 12.00 $ 1 S_zz pp C -1 Scarify & Re- compact B" Sub - Foot BB -6 Reflective Pavement Marking SY grade, complete in place, per 100 Type I (W) Crosswalk 10' wide, $ S'. D4 $ ' Xbb, 6b $ 2 sa • Do LF complete in place, per Linear 94 8" Crushed Limestone, complete SY in place, per Square Yard $ S- ob Foot C -3 u S+u iVieail a91 .0 n.LJJ of_JUJL1Ad.V35 ALrI1352(J.YA115 2311! 1VU. 1 -AWA XZWU1!'JJ I MPROVBMENTS: ( ITEMS BB-1 TO BB-6) TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 1 (ITEMS B -1 TO BB -6) $ 2, R* ' ;•5 S - *; tW BASE BID A- ADDITIVE ALTERNATE BID NO. 2 - CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS I II III IV V SID QTY & UNIT PRICE BID ITEM EXTANSION ITffii UNIT DESCRIPTION IN FIGURES (�� � UNIT PRICE IN FIGURES) C -1 Scarify & Re- compact B" Sub - 94 SY grade, complete in place, per Square Yard $ 3.OLD $ 2 sa • Do C -2 94 8" Crushed Limestone, complete SY in place, per Square Yard $ S- ob $ 52 aO C -3 80 Remove Existing Asphalt SY Pavement & install new 2 TYPE "D" Hot Mix, complete in $ 33 • acs $ a � '�o - on place, per Square Yard C -4 12 Prime Coat, complete in place, Gam per Gallon ; $ 2-t(a'" $ ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 12 OF 32 C -5 135 Remove & Replace Concrete Concrete Driveway, complete in LF Retaining Wall, complete in $ C� �9�0 00 place, per Linear Foot "~ C - 6 . Remove Concrete Driveway, $ SF complete in place, per Square :$ 2 b a $ 3 ob Reflective Pavement Marking Foot E E CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 . BASE BID A- ADDITIVE ALTERNATE BID NO. 2 — CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVE ENTS (r0WTTWTTPn) c . C -7 240 Concrete Driveway, complete in SF place, per Square Foot $ �• de $ C - 8 Reflective Pavement Marking 120 (Type I) (W) (4") (SLD) , $ - 0 -3s $ 3q. bo LF complete in place, per Linear Foot C-9 1 Relocate Street, Traffic Signs including new pipe sleeves in $ - 2 1 81; 7 0 ' 0 0 $ 8'.c • 0� LS „ „_ concrete, complete in place, per Lump Sum C -10 1 2 M” galvanized pipe sleeves installed, complete in place, $ g $ $D• 00 LS per Lump Sum (4 Parking Meters by others) . 1 Traffic Control, complete in C -11 LS place, per Lump Sum $ 2- Svo ' Oo $ 2 Sbo • ob C.33 3$9 S.ulr7t and ;nsta.31 2” cob no $ $ g a r 4 1; a com p ! eta GA plara'.ry psr- vi ear go" i C -13 1 Allowance for unanticipated LS i repairs and adjustments, per $_2,000 $ 2,000 Lump Sum C -14 Florida Sabal Palm 10' trunk $ 4 n 4 EA feet, complete in place, per Each ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 13 OF 32 _ c, C -15 II Planting Mix for plantings IV V BID 1 5 complete in place, per Cubic $ S6 -o a $ op I EK CY DESCRIPTION (QTY S UNIT PRICE IN FIGURES Yard IN FIGURES) Supply & install a Landscape C -16 36 fabric in the planting beds, Subsurface Drip w/ air vents, $ SF complete in place, per Square LF ;flush valves, complete in Foot $ O' (place, per Linear Foot Supply & install 4" of mixed C -17 1 ;gravel topdressing for 3 C -19 CY ;Planters, complete in place. PVC pipe sleeves for Per Cubic Yard $ g1'S a 0 $ S ab DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 339S BASS BID A- ADDITIVE ALTERNATE BID NO. 2 -CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (CONTINMn) c. c. I II III IV V BID UNIT PRICE BID ITEM EXTENSION I EK UNIT DESCRIPTION (QTY S UNIT PRICE IN FIGURES IN FIGURES) Supply & install a 5/8" 1 GPH C -18 96 Subsurface Drip w/ air vents, $ S Do LF ;flush valves, complete in (place, per Linear Foot 1 place. C -19 Supply and install 2" Sch 40 PVC pipe sleeves for $ S -Sb $ �Ihg - 176 LF irrigation line complete in place, per Linear Foot 2" PVC Sch. 40 irrigation C -20 bored sleeve w/a PVC 34 subsurface supply line, LF complete in place, per Linear $ y� $ '� 2Z Foot 12 month of landscape & C -21 irrigation maintenance, 1 complete in place, per Lump LS Sum $ Sao a i Son•60 Oua- iV719U bA.ibM ZID A- A- UVITIVE ALTEKNATE STD NO. - 1 -CIVIL IMPROVEMENTS (ITEMS C -1 TO C -21) $ 22 tom. aZ ADDENDUM No. 1 ATTACHKENT No. 1 PAGE 14 OF 32 c , BASE BID A- ADDITIVE ALTERNATE BID NO. 2 - DRAINAGE CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (COnti.n„aA) I I III I v V AID QTY BID UNIT PRICE SID ITEM ZXTZNSION ITEM U NIT DESCRIPTION IN FIGURES � (QT'I X UNIT PRIC$ IN FIGURES (QTY X UNIT PRICE IN IN FIGURES) CA-1 200 6° Concrete Curb & Gutter, Remove Concrete Sidewalk, LF complete in place, per Linear $ 14 5 $ 9_1 5�jv - ao I Foot Foot CE - 2 CA-2 237 Remove Concrete Curb & Gutter, 1,880 Sidewalk with sub -base $ ,itn eamplete in place, per Linear $ g•o $ f, $fib - ao LF place, per Square Foot CB -3 Foot SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BIT) NO. 2- DRAINAGE MPR_nvVWV rra (ITEMS CA -1 TO CA-2) CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A- ADDITIVE ALTERNATE BID NO. 2 - ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS (ContYnnipAl c. I II III I V V BID QTY & UNIT PRICE BID ITEM $XTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) 1,077 Remove Concrete Sidewalk, CB -1 SF complete in place, per Square $ Foot CE - 2 4" Min. 8' wide Concrete Tied 1,880 Sidewalk with sub -base $ ,itn SF preparation, complete: in place, per Square Foot CB -3 (Reflective Pavement Marking 40 Type I (W) (24 (SLD) $ t 2 00 $ �fCf7. 64 LF , complete in place, per Linear Foot i ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 15 OF 32 c. c , CB -4 Ix Reflective Pavement Marking IV V BID 5o LF i Type I (W) Crosswalk 10 wide, S 00 $ q06-00 ITEM UNIT complete in place, per Linear IN FIGURES (QTy X UNIT PRICE Foot IN FIGURES) CB-5 16 ADA Pedestrian Ramp, complete SF in place, per Square Foot $ Er-p0 $ i2_97- SUB -TOTAL SASE BID A- ADDITIVE ALTERNATE BID NO. 2 -ADA REOUIREn =MPROVEMENTS (ITEMS CB -1 TO CB -5) $ cI,2 V - TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 2 (ITEMS C -1 TO CE -5) $ 213.22 BASE BID A- ADDITIVE ALTERNATE BID NO. 3- CIVIL IMPROVSMEWS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS x Ix xxI IV V BID QTY & UNIT PRICE BID ITIM $XTENS:EON ITEM UNIT DESCRIPTION IN FIGURES (QTy X UNIT PRICE IN FIGURES) D -1 101 Scarify & Re- compact 8" Sub - SY !grade, complete in place, per Square Yard $ 3 bo $ 3 A 3 • b 0 D - 2 101 8" Crushed Limestone, complete SY in place, per Square Yard $ S -oo $ gd8. Co D -3 Remove Existing Asphalt 74 Pavement & install new 2 TYPE $ � D O $ 2 r `F�2 o p SY "D" Hot Mix, complete in ;place, per Square Yard D - 4 Prime Coat, complete in place, GAL per Gallon $ o D -5 11213 Remove Concrete Driveway, SF complete in place, per Square $ a -on $ _ 2121o•00 Foot i D -6 306 Concrete Driveway, complete in place, per Square Foot $ $ i S'AV�t - o� P__ XA Ag F•�7 v77" 1 mplet4A in place by Ra $ $ D -8 Reflective Pavement Marking 90 (Typ 1) (W) (4 (SLD) , $ LF complete in place, per Linear Foot ADDENDUM No. 1 ATTACHMENT No_ 1 PAGE 16 OF 32 D -9 Relocate Street, Traffic Signs 1 including new pipe sleeves in $ �t $Sb•ab $ I SSD -Do LS concrete, complete in place, per Lump Sum D - 10 !2 1 W galvanized pipe sleeves installed, complete in place, $ PA 0 0 O b LS per Lump Sum (3 Parking Meters s b others). D-11 Traffic Control, complete in I15 place, per Lump Sum $ 2 151> 0•Do $ Sbo - 6b D -12 1 Allowance for unanticipated LS repairs and adjustments, per $ 1,000 $ 1,000 L� Sum D - 13 2 Florida Sabal Palm 10' Trunk $ +$5,00 $ - 'SfTro. ao EA Foot, complete in place, per Each D -14 Supply & install planting mix 1 € for the 3'x3' planters $ ;9 oo $ 60 CY complete in place, per Cubic Yard D -15 Supply & install a landscape 18 fabric in the 3'x3' planters, SF complete in place; per Squar -e< $ 6- $ 1 S Foot- D-16 Supply & install 4" of mixed 1 gravel topdressing for 3'x3' $ $ grs -oo CY planters, complete in place. Per Cubic Yard. D -17 Supply & install a 5/8" 1 GPH $ $ 1 • ot, 30 Subsurface Drip w/ air vents, LF flush valves, complete in place, per Linear Foot. 2" Bored PVC Sch. 40 D -18 � irrigation sleeve w/a PVC $ ' Spa $ � 32 LF subsurface supply line° — complete in place, per Linear Foot. 2" PVC Sch. 40 irrigation D -19 Lf sleeve w/a PVC subsurface $ - g`' 1 $ V0 supply line, complete in place, per Linear Foot. 12 month of landscape & D - 20 irrigation maintenance, $ TOO - (Do { $ goo • 00 I15 complete in place, per Lump Sum. ADDENDUM No. 1 ATTACHMENT No_ 3 PAGE 17 OF 32 SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 3 -CIVIL IMPROVEXENTS (ITEMS .D -1 TO D -20) $ 140, x _ (, 2 3 E BASE BID A- ADDITIVE ALTERNATE BID NO. 3 - DRAINAGE CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS c, - c. I I x III ; Iv V HID QTY & UNIT PRICE AID ITEM BSTENSION ITSK UNIT DESCRIPTION IN FIGURES (QTY x UNIT PRICE IN FIGURES) r l)A -1 200 6^ Concrete Curb & Gutter, complete in place, per Linear $ f $ a b LF Foot DA -2 173 Remove Concrete Curb & Gutter, complete in place, per Linear $ S• 00 $ ttSyIf- Do LF Foot DA -3 E 1 Sidewalk Grated drains, j EA complete-in place, per-Each I $ 1�5po.�o $ G fob- 00 DA -4 g1 Drainage Trough, complete in LF place, per Linear Foot $ 12-570 $ (0 3a Sb DA -5 1 Remove & replace Grate inlet, EA complete in place, per Each $ 32'J5 ao $ 'x,25 oo Storm Mater Pollution DA - 6 LS Prevention Plan (SW3P), $ �� �b•ao $ t 2 Sn.o complete in place, per Lint ' Sum SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 3- DRAINAGE MPROVEMENTS (ITEMS DA -1 TO DA -6) $ --7 0 g 4 6.S-0 ADDENDUM Nb. 1 ATTACHMENT No. 1 PAGE 18 OF 32 i BASE BID A— ADDITIVE ALTERNATE BID NO. 3 — ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS x xx III I v V BID QTY & UNIT PRICE BID ITS` SxTSN3I4N ITEM UNIT DESCRIPTION IN FIGURES {QTY X UNIT PRICE ITEM UNIT IN FIGURES IN P'IGDRES? 1 DB -1 153 Remove Concrete Sidewalk, SF complete in place, per Squ are $ 2 -00 $ 310.00 Foot Scarify & Tie- compact 8° Sub - DB -2 4" Thick, Min. 8 wide 1,440 28 grade, complete in place, per Concrete Tied Sidewalk, SF $ `� - $ 6�p_ea Square Yard ;complete in place, per Square $ g+f Foot i DB - 3 I 80 Reflective Pavement Marking Type I (W) (24 (SLD), $ 12. 0 0 $ LF ;complete in place, per Linear Foot DE-4 10� Reflective Pavement Marking Type I (W) Crosswalk 10' wide, $ LF ,complete in place, per Linear Foot DE 32 ADA Pedestrian Ramp, complete SF in place, per Square Foot $ l e -o(> $ 25 6•o o SUB —TOTAL BASS BID A- ADDITIVE ALTERNATE BID NO. 3 —ADA REQUIRED IMPR0VEbCMS (ITEMS DB -1 TO DE-5) $ 006 -00 TOTAL BASE BID A— ADDITIVE ALTERNATE BID NO. 3 (ITEMS D -1 TO DB -5) $31 CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A- ADDITIVE ALTERNATE BID NO. 4 — CIVIL IMPROVEMENTS CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS Z ZI III IV V SID QTY UNIT PRICE BID ITEM EXTENSION DESCRIPTION (QTY % UNIT PRICE ITEM UNIT IN FIGURES IN FIGURES) E -1 Scarify & Tie- compact 8° Sub - 28 grade, complete in place, per SY Square Yard $ &.60 $ g+f ADDENDUM No, 1 ATTACHMENT No_ 1 PAGE 19 OF 32 c , c , c W E -2 28 8" Crushed Limestone, complete SY in place, per Square Yard $ 4 3. 00 $ i 22 4 -ob E - 3 38 Remove Existing Asphalt SY Pavement & install new 2 11 TYPE $ 7 a3 "D" Hot Mix, complete in —' place, per Square Yard E -4 GAL Prime Coat, complete in place, per Gallon. $ '..+g $ f (f .'3-p E -5 - 1 Relocate Street, Traffic Signs LS including new pipe sleeves in $ (� $�o -aa $ f $Sb. 00 concrete, complete in place, per Lum Sum E -6 ,Reflective Pavement Marking LF (Type I) (W) (4") (SID) , $ $ :)A. ?'D complete in place, per Linear Foot E -7 LS Traffic Control, complete in place, per Lump Sum. $ ( goo -an $ t,g00•0 a E -8 1 2 M" galvanized pipe sleeves LS installed, complete in place, $ LSD -oo $ gD -bo per Lump Sum (1 Parking meter by others). E - 9 EA Sea Grape Tree 45 Gallon, $ I n - Od $ 3,�`p. �v complete in place, per Each. E -10 33 Supply & install planting mix CY for the 3 planters $ - -T5•oo $ 21-5 c � complete in place, per Cubic Yard E -11 i 9 Supply & install a Landscape SF fabric in the planting beds, complete in place, per Square $ D --1 i $ ( . I'S Foot E - 12 i •,Supply & install 4" of mixed 25 'gravel topdressing for 3'x3' CY planters, complete in place. $ g5•0 $ 7�(•2 Per Cubic Yard E -13 Supply & install a 5/8" 1 GPH $ S•(o $ i 2 ( to 24 Subsurface Drip w/ air vents, LF flush valves, complete in place, per Lineax F oot. ADDENDUM NO. I ATTACHMENT NO. 1 PAGE 20 OF 32 i E -14 II Supply and install 2" Sch. 44 IMPROVEMENTS ( ITEMS EA -1 TO IV 44 LF PVC pipe bored sleeves for $ 23 - o D $ [� D l2 - oa� irrigation line complete in UNIT PRICE BID ITEM EXTENSION ITEK UNIT place, per Linear Foot E - 15 1 12 month of landscape & LS irrigation maintenance, $ 45;0 $ 'fro db IN FIGURES) EA -1 complete in place, per L ump 6" Concrete Curb & Gutter, Sum SUB - TOTAL, BASE BID A- ADDITIVE ALTERNATE BID NO. 4 -CIVIL IMPROVEqolqT (ITEMS E -1 TO E -15) $ ?� 353 -55 BASE BID A- ADDITIVE ALTERNATE DID NO. 4 - DRAINAGE CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS z II zz I IMPROVEMENTS ( ITEMS EA -1 TO IV $ V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEK UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) EA -1 120 6" Concrete Curb & Gutter, complete in place, per Linear $ N -35 $ 1 : -7-00 LF Foot FA -2 76 Remove Concrete Curb & Gutter, j complete in place, per Linear $ $• bo $ (oc - 04 LF Foot EA -3 l Sidewalk Grated drains, EA complete in place, per Each $ t by -d o $ 56o. i EA -4 51 Drainage Trough, complete in LF place, per Linear Foot $ t2 -Sa $ EA -5 1 Remove & replace Grate inlet, EA complete in place, per Each $ 3 2S ,do $ SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 4- DRAINAGE IMPROVEMENTS ( ITEMS EA -1 TO EA-5) $ "2,-SO ADDENDUM No. 1 ATTACHMENT No, 1 PAGE 21 OF 32 f' CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID A- ADDITIVE ALTERNATE BID NO. 4 - ADA CORPUS CHRISTI (NORTH) BEACH AREA SIDEWALK IMPROVEMENTS c . x xI III I V v i BID QTY & SID ITHM EXTENSION UNIT PRIES ITITEM E OBIT DESCRIPTION (QTy X UNIT PRICE IN FIGURES i IN FIGURES) EB -1 566 Remove Concrete Sidewalk, SF complete in place, per Square $ 2 - 00 $ t 117. - ou Foot EB -2 4" Thick, Min. 8' wide 920 concrete Tied sidewalk, $ $ 2 gg SF complete in place, per Square Foot EB -3 Reflective Pavement Marking 80 Type I (W) (24 ") (SLD) , $ LT -OD $ 1 LF complete in place, per Linear Foot EB -4 Reflective Pavement Marking 140 Type I (W) Crosswalk 10' wide, $ �'oo $ goo. DD LF complete in place, per Linear Foot EB -5 32 ADA Pedestrian Ramp, complete SF in place, per Square Foot $ g b d $ ySb Da SUB -TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 4 -ADA REQUIRED IMPROVEMENTS (ITEMS EB-1 TO EB -5) $ (o - fr- ba - F - 7 TOTAL BASE BID A- ADDITIVE ALTERNATE BID NO. 4 x (ITEMS E -1 TO EB -5) $ i`$ oS R i ADDENDUM No. 1 ` r ATTACHMENT No. 1 PAGE 22 or 32 t c , c. (W CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID B CORPUS CHRISTI (NORTH) BEACH AREA ENTRY DEVELOPMENT ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 23 OF 32 s II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FXMRES (4Ty X UNIT PRICE IN FIGURES) F -1 2 Concrete base foundation for EA Entry Archway $ 1°_[ [ 50 . p72 $ 20 3c11 - p 0 'F -2 Limestone patterned face above EA grade concrete base pylon for $ f , 3� � -, D b $ [a Entry Archway F - 3 2 Built up wood truss E i $ 6b - oft F -4 I historical Plaque and base E removed $ ;' go a b 0 $ 2,Sba bti F -5 I Historical Plaque reinstalled on new pylon bases $ 5 00 $ 2a • oo F -6 10 Mediterranean Fan Palm, 15 EA Gallon, complete in place, per $ L2-0.00 $ t Zoo -eb Each F -7 Red Yucca, 5 Gallon EA complete in place, per Each $ Itf. S0 $ 1 { 2q - ba F•-8 Weeping Red oleander,5 Gallon, EA complete in place, per Each $ 21 -50 $ 13(• F -9 EA Natal Plum, i Gallon, complete in place, per Each $ [l. ob $ b F -10 EA Sea Grape Trees, 45 Gallon F -11 Ice Plant, 4" Pots EA $ 2 ' po $ Sra. F -12 � Native Lantana, 1 Gallon, complete in place, per Each $ Q o o $ ego 0 0 15 EA i Esperanza, 3 Gallon, complete F -13 in place, per Each $ to'1 $ a�sK•oa ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 23 OF 32 s c . (W F -14 75 Planting mix for Bed CY preparation, burming & palm $ oto •oo planting, complete in place F -15 i Supply & install 482' Linear LS Feet of 6" x 6" vertical $ '71 'x25 • ot) 2,5 • o b timbers, complete in place, -� per Lump Sum Supply & install a Landscape F -16 1500 fabric in the planting beds, SF complete in place, per Square $ 0-9 $ 1� ( 2 rj . o a Foot T F -17 Supply & install 5" of Oyster 24 Shell topdressing the timber $ $ 2200- 0 CY beds, Complete in place, per Cubic Yard F -18 Relocation of California Fan 14 Palm including transporting $ ' DP $ Efs 1 2'0 ab LS and planting, complete in place, per Lump Sum F -19 Trimming, shagging and 1 pruning(l) Existing Mexican $ l5o -0o $ (Sv -pp EA fan palm, complete in place, per Each Install & supply accent F -20 E A boulders 3'x3'x2' complete in place, per Each $ I'm. oo $ 1 1 05v • D D F -21 Battery operated 1" & 1 �6" 3 valve w /laterals, Pres. Reg. & $ 2;]L 0 - $ X62 (flI EA filter, complete in place, per Each Supply & install isolation F -22 3 valve line size & box complete EA in place, per Each $ o b 0 b _ $ Sob 6 Supply & install 1 & 1 %" F -23 3 electric remote control EA valves, complete in place, per $ 25 $ 2 (09 Each Supply & install a 2" PVC F -24 LF Mainline w /bends & ir rigation fittings, complete in place $ • bo $ i, Os n� Supply & install PGJ Rotor F -25 49 Bead w/ swing joints complete EA in place, per Each $ ° [5•pn $ 'f 655.{, Supply & install 14 Ga. wires & future , F -26 1 wises in valve box to the electric LS val ves, complete in place, per Lump $ 25a -db $ 250 o0 Sum ADDEfMUM No. 1 + ATTACHMENT No. I PAGE 24 OF 32 f c, .- Ce TOTAL BASE BID B (ITEMS F -1 TO F -35) 12-S, 2 " • 1 3 (W ADDENDUM No. 1 � ATTACHMENT No, 1 i PAGE 25 OF 32 i e i �y Remove & install a 2 Pressure Vacuum Breaker and 1 including certify of (1)the F -27 LS existing, complete in place, $ 4 $ 4S 4 - as per Lump Sum I Supply & install a 1° quick F--28 2 coupler valve, w/ (1) key, EA complete in place, per Each $ 240 - 42- $ I f Sb - 3r t i Supply & install 5/8 1 GPH F -29 subsurface Drip w/ air vents, 840 flush valves, fittings, $ L. R5 $ #, #v3S't nb LF complete in place, per Linear Foot Supply & install a Rain F -30 2 Sensor, complete in 2 place, per Each $ 2.:5.ao $ 1 5 • ap Supply & install a is station F -31 Irrigation Controller for new 1 and reconnected existing $ — S5 , 0 6 a $ S 5t3.00 EA valves complete in place, per Each F -32 1 Removing existing Irrigation LS sprinkler heads in the $ _ l r Sb ° „', pa $ ._ 4 Sbo Do construction zone I F -33 400 Decorative paving. SF $ 4- F -34 58 Directional Signage DHPL SF Material Mounted on Wood Post (2 sign locations) $ - S an $ P "t - 8 0 12 month of landscape & F -35 1 irrigation maintenance, LS complete in place, per Lump $ l , q ao - CEO $ I to D - coo Sum TOTAL BASE BID B (ITEMS F -1 TO F -35) 12-S, 2 " • 1 3 (W ADDENDUM No. 1 � ATTACHMENT No, 1 i PAGE 25 OF 32 i e i BASE BID B- ADDITIVE ALTERNATE BID NO. 1 CORPUS CHRISTI (NORTH) BEACH AREA ENTRY DEVELOPMENT - (W I II III V IV V BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE BID IT EXTENSION ITEM UNIT DESCRIPTION IN FIGURES) IN FIGURES {QTY X UNIT PRICE 5F Signs W /Integral DHPL Logo i $ IN FI(;URES) G -1 307 DHPL Material Entry Archway SF !Letters "Corpus Christi Beach's $ 1 ? - $ 9� -7.2� G -2 56 DHPL Material Entry Archway SF Turtle Images $ is;. a a $ K fa - 0 45 DHPL Material Entry Archway G -3 SF Seahorse Images $ l S . av $ 6�'S 0 0 DHPL Material Entry Archway G - 4 SF Sandal Plaque on Concrete $ 22 - oa $ 7 �v It. oo Bases I TOTAL BASE BID B- ADDITIVE ALTERNATE BID NO. 1 (ITEMS G -1 t0 G -4) $ CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 BASE BID B- ADDITIVE ALTERNATE BID NO. 2 CORPUS CHRISTI (NORTH) BRACH AREA ENTRY DEVELOPMENT I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) H -1 326 DHPL Material Directional 5F Signs W /Integral DHPL Logo i $ Mounted on Wood Post TOTAL BASE BID B- ADDITIVE ALTERNATE BID NO. 2 (ITEM H -1) $ ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 26 OF 32 BASE BID B- ADDITIVE ALTERNATE BID NO. 3 CORPUS CHRISTI (NORTH) BEACH AREA ENTRY DEVELOPMENT c. I II III IV v BID QTY & i UNIT PRICE BID IY'E[i = N ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICB IN FI(;IIRE$) J-1 352 Directional Routed Wood Signs SF W/ attached DHPL logo all mounted on wood posts 3 d� $ f D 86 - aD TOTAL BASE BID B- ADDITIVE ALTERNATE BID NO. 3 (ITEM J -1) $ l i o " . 0c) CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2008, PROJECT NO. 3394 & 3395 The undersigned her declares that he has visited the a site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contracto Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. c . c, Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE f isms participating in the contract and a description of the work to be performed and its dollar value 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 the following calendar days from the date designated by a Work Order: 1. Base Bid A 120 calendar days 2. Additive Alternate No. 1 of Base Bid A 15 calendar days 3. Additive Alternate No. 2 of Base Bid A 15 calendar days 4. Additive Alternate No. 3 of Base Bid.A 15 calendar days 5. Additive Alternate No. 4 of Base Bid A 15 calendar days 6. Base Bid A + Additive Alternate No. 1 of Base Bid A 135 calendar days 7. Base Bid A + Additive Alternate Nos. 1 & 2 of Base Bid A 150 calendar days 8. Base bid A + Additive Alternate Nos. 1, 2 & 3 of Base Bid A 165 calendar days 9. Base Bid A + Additive Alternate Nos. 1, 2, 3 & 4 of Base Bid A 180 calendar days 10. Base Bid B 120 calendar days 11. Additive Alternate No. 1 of Base Bid B 15 calendar days 12. Additive Alternate No. 2 of Base Bid B -OR- 15 calendar days 13. Additive Alternate No. 3 of Base Bid B 15 calendar days 14. Base Bid B + Additive Alternate No. 1 of Base Bid B 135 calendar days 15. Base Bid B + Additive Alternate Nos. 1 & 2 of Base Bid B -OR- 150 calendar days 16. Base Bid B + Additive Alternate Nos. 1 & 3 of Base Bid B 150 calendar days ADDENDUM No. 1 ATTACHMENT NO. 1 PAGE 28 OF 32 CORPUS CHRISTI (NORTH) BEACH ENTRY DEVELOPMENT AND SIDEWALKS BOND 2048, PROJECT NO. 3394 & 3395 Total Base Bid A with all Additive Alternates + Base Bid B with two Additive Alternates 334 Calendar Days *Prom date as authorized in the written Notice to proceed. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): "j1 ctfimZ*eT r l 2, c e Respectfully submitted: Name LUI - baJ, By: /V1 (SEAT, - IF BIDDER IS (3IGNA ) a Corporation) Address : 2 '�l� At 4(,:64 Dr. s l e , 4s3 (P.O. Box) (Street) I*Vsy -a" �7o5-"7 (City) (State) (Zip) Telephone: 45Y -4/4- - NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) ADDENDUM No, 1 ATTACHMENT NO. 1 PAGE 29 OF 32 I PERFORMANCE BOND STATE OF TEXAS § Bond # 5688794 KNOW ALL BY THESE PRESENTS COUNTY OF NUEC S, 5 THAT Blue BM Const action, LLC of HARRIS County, Texas, hereinafter called "Principal and SureTee Insurance Company F a - corporation organized under the laws of the State ofTexas r and daly authorized to do business in the State of 'texas, hereinafter called "Surety ", are held and firmly bound unto the _ City of Corpus Christi, . a idutiic pal corpbratioh of Nueces Co.tq 'texas, hereinafter called "City ", in the penal sum of Tag HUNDRBU. TKENTY -ONE THOUSAND, TWO HVNDRED THIRTY-NINE AND 30/100 ($ 321,239.30 ) 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 9TH of NOV ER , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI (NORTH) BEACH ENTRY DWELOFMHNT AND 31D$NALKS BONG? 2008 PROJECT NO- 3394/3395 (TOTAL BASE BID A + ALTS . NO.3 and NO.4 and TOTAL BhSE BID Z + K =3 140.1 AND 144.2: $321,239.30) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and. /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall, lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall, in anywise affect its obligation on this bond, and it does hereby L 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. Performanoe Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, L Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 29th day of November , 20 PRINCIPAL Bluebay Construction, LLC By. N K 0 ALA? )^ /_..,., „x� ¢ �E (Print Name & itle? ATTEST I SURETY SureTec Insurance Company 952 Echo Lane, Suite 450, Houston TX 77024 z By Attorn in -fact Joni Ba ee (Print Name) The Resident Agent of the Surety in N_ueces County,. Texas for delivery of notice and ,service of process is: Agency: Kerry Woods Contact Person; Keetch & Associates Insurance Address P.O. Box 3280 Corpus Christi, TX 78463 -3280 Phone Ntunber: 361 -883 -3803 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 3108) Performance Bond Page 2 of 2 P A Y X Z N T S 0 14 D Band # 5488794 STATE OF TEMS 5 KNOW ALL BY THESE PRESENTS: COMMY OF X"CES § THAT Blue Ba Construction, LLC of HAMS County, Texas, hereinafter called "Principal ", and SureTecinsumnceCompany , a corporation organized under the laws of the State of� 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 N.uece,s . 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 THREE HUNDRED TWENTY - ONE THOUSAND TWO HUNDRED] THIRTY AND 30/100 0 321 1 239.30 ) 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 TAIS OBLIGATION IS SUCH THAT; Whereas, the principal entered into a certain contract with the City of Carpus -- Christi, dated the 9TH day NOVE14BM , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI (NORTH) BEACH ENTRY DEV'E'LOPMENT AND SI1 ZWALKS BOND 2008 PROJECT NO.3394/3395 (TOTAL BASE BID ;A. + AM. NO.3 and NO.4 and TOTAL BASE BID B + ALTS NCB . I AND NO.2 : $321,239.30 NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work, provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation zhal.l be void; otherwise to remain in full force and effect. PROVIDED VMTHER, that if any legal, action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, L 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 whore any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this .instrument is executed in 4 copies, each one of which shall be deemed an original, this the 29th day of November , 20 10 PRINCIPAL Bluebay Construction, LLC By: A4AEz (Print Name }#'T" rV.. -qT SURETY SureTec Insurance Company 952 Echo Lane, Suite 450, Houston TX 77024 By: (24ft 1 Attar --in -fact Joni Bo en (Print Name) The Resident Agent of the Surety in Nueces Counter, Texas for delivery of notice and service of process is. �. Agency: Keetch & Associates Insurance Contact Person: Kerry Woods Address : P.O. Box 3280 Corpus Christi, TX 78463 -3280 Phone Number: 361 -883 -3803 � (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 i s A R CERTIFICATE OF LIABILITY INSURANCE {MMI DDIYYYY) F DTAT E 0_/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED. REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Mic helle Thompson NAME• Swain & Baldwin Insurance, Inc. 107 W. Lufkin Ave., Suite 318 P O Box 308 Lufkin .-- _._ —___._ _..__- __TX 75902 _ INSURED Bluebay Construction, LLC 2400 Augusta, Suite 453 Houston TX 77057 PHONE - (835)639- 2201 ..---- A1CN (936)6.34 -8677 E -MAIL �' ADDRE mthom peon @sb i i . net PRODUCER 00011077 INSURERS AFFORDING COVERAGE — .._._.. —,. -- - --- NAIC # :Ev In sur_ance ;Texas Mutual Ins. COVERAGES CERTIFICATE NUMBER :10 -11 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE. LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE B EEN REDUC BY PAI CLA IMS. INSR i TYPE OF INSU CE W JBR PO P P I GENERAL LIABILITY j E EACH OCCURRENCE $ $ 1,000,000 D X COMMERCIAL GENERAL LIABILITY ! ! DAMAGE T'0'F2ENTE=D _-- .._._, _.. -- 50,000 $ _ 5 ,0() 0 ' , 00 10/1/2010 1 10/1/2011 X 5500 Deductible P P E R SONA L & I NJU RY _ $ - =GENERAL AGGREGATE $ $ 2, 000, 000 GENT AG LIMIT APPLIES PER: P PRODUCTS - COMPIOP AGG $ $ 2,00 � �-'-- -- POLICY j X ' PRO• W -- � �'---- --_._...____ AUTOMOBILE LIABILITY y C COMBINED SINGLE LIMIT I $ /1 O D O , �..- ..: ( I $ , 0 ANY AUTO - BODILY INJURY (Per p - -" - - -- - person) $ $ .,._.' S 's BODILY INJURY (Per accident)' $ $ SCHEDULED AUTOS - i i PROPERTY DAMAGE $ X HIRED AUTOS - - I I, ': (Per accident) $ i X } NON -OWNED AUTOS 1 ..-.-_,.. _..- .._- .._..�_..-- _,_- .,.._.._ . 1 $ .. . . . ..... , . ......,_..___._._._._. _ X UMBRELLA LIAB X OCCUR I I EACH OCCURRENCE EXCESS LIAB CLAIMS -MADE! A AGGREGATE $ $ 1 DEDUCTIBLE - - ----------- . .............. .......... ......... .._,.._._ _._., D 10/1/2011 $ ........... . WORKERS COMPENSATION X X WC STATU OTH AND EMPLOYERS' LIABILITY YIN! ANY PROPRIETORIPARTNERlEXECUTIVE j - - - L EACH ACCIDENT _ _$ 1 OFFICERIMEMBER E E L DISEASE EA EMPLOYE City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Bay Baldwrin /THOM ACORD 25 (2009109) O 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (zoogo9) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS i Eluebay Construction, LLC 2010 -2011 Certificate Con't General Liability policy is primary and non - contributory .Additional Insured Forms: General Liability Policy #3DF1502 - Form M /E- 009 -01 (01/09) Business Auto - Hired & NonOwned Coverage Only inlcuded in the general liability- p 30 -Day Notice of Cancellation and Material Change Endorsements: General Liability Policy #3DF1502 - Form 011 -1009 (7 -80) Business Auto - Hired & NonOwned Coverage Only inlcuded in the general liabi -ity policy Workers Compensation Policy #TSF- 0001214049 - Form WC420601 I OFREMA COPYRIGHT 2000, AMS SERVICES INC. I ESSEX INSURANCE COMPANY MARKa BLANKET ADDITIONAL INSURED ENDORSEMENT " I:rtry 0#kmaf f/shown In the Common Poky l edaraflous if no entry is shown, the effective date or thw endarsement is die saam as the efreethe [fafE of the pD11CV. `ATTACHED TO AND FORMING 'EFFECTIVE DATE OF PART OFFOL L JCYNO. ENDORSEMENT 3DF1502 ,( 10/01/2010 "ISSUED TO Bluebay Construction, LLC V THIS ENDORSEMENT CHANGES THE POLICY. Section II -WHO IS AN INSURED of the Commercial General Liability Form is amended to include: Person or Entity: AS AN ADDITIONAL INSURED, ANY PERSON OR ORGANIZATION TO WHOM YOU ARE / OBLIGATED BY VAULT WRITTEN CONTRACT TO PROVIDE SUCH COVERAGE BUT ONLY AS @! RESPECTS NEGLIGENT ACTS OR OMISSIONS OF THE Named Insured and only for occurrences, Claims or coverage not otherwise excluded in the policy. "Our" agreement to accept an additional insured provision in a contract is not an acceptance of any other provisions of the contract or the contract in total. Where no coverage shall apply herein for the Named Insured, no coverage or defense shall be afforded to the additional insured. Moreover, no coverage shall be afforded to the additional insured for any "bodily injury," "personal and advertising injury," or "property damage" to any employee of the "Named Insured" or to any obligation of the additional insured to indemnify another because of damages arising out of such injury. Name (Printed) -JI R pl wIYL Title (P MIE- 009 -01 101109) AUTHORIZED REPRESENTATIVE INSURED 5 ESSEX INSURANCE COMPANY ENDORSEMENT the To11lnq :ices preceded by an asterisk r) need not be rorn Fleted iffhi-s eudivrsenwor and the po13Cy twee sam :i uire ttp an da te. ATTACHED TO AND FORMING DF EFFECT EVE DATE I 'ISSUED TO T PART OF POUCY HP. ENDORSEMENT 3DP i 502 10/01/2010 �3luehay Gonstntction, I,LC POLICY NUMBER: 3DF1502 COMMERCLAL GENERAL LIABILITY CG 02 05 lz 04 THIES ENDORSEMENT CPAPTGES THE POLICY. PLEASE READ IT CAREFULLY- TEXAS CHANGES - AMEI014ENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies instur'ance provided under the following: COMMERCIAL GENESRJA -L LIABILITY COVERAGE PANT LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPMRTIONS LIABILITY COVED - kGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material charge that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to- SCHEDULE J 1 . k7ames ADDITIONAL INSUREDS - Form ME -009 -1 2. Address 3. Nunber of days advance notice: 30 Days Notice /Except. 10 Days for Nan - Payment of Premium (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Nothing liereirt Lantained shall be held to vary. alter, wraive or extend any of the terms, conditions, provisions, agreements or limitations of the above mentioned Policy, other than as above stated. In Witness lhereaf, the Company has Caused ih' en Authorized Representative dorsement to Ue si ned by a duly aadmrized rep en - tatrve oFthe pang Nave ( Printed); J_r:- ,O T (Printed) - A O W y\., - Al iE RIZED R PE2J 5P,(vTATTVE at t - IDQ9 (7 -80) Agent Copy WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 OG 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the Person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI PO BOX 9277 ATTN: CONTRACT ADMINISTRATOR �( CORPUS CHRISTI, TX 78469 -9277 This endorsement changes the policy to which It is attached effective on the inception date of the policy unless a different dale is indicated below. (The following "attaching clause" need be completed only when this endorsement is Issued subsequent to preparation of the policy.) This endorsement, effective on / No vember 1 7, 2 0 D at 12:01 A-M. standard time, forms a part of Policy No. TSF 0001214049 20101022 of the Texas Mutual Insurance Company Issued to BLUEBAY CONSTRUCTION, LLC Premium $ 0.00 WC420601 (E0. 1 - 94) Endorsement No. 1 Authorized Representative NXGOM1_z 11 -30 -2x10