Loading...
HomeMy WebLinkAboutC2013-346 (VOL.I) - 10/29/2013 - Approved 7 2013-346 (Volume 1) , S` P E C I'A 'L, P R O M S I 10/29/13 , Ord. 029994 S P E'C I �F -1 CAT I Q Nj Reytec Construction Resources AND T R A C T S A `N,'D, B" O N F .0 R r osoY AREA., , ' 'PARK-- DEVELOPMENT PHASE, -2 w FOR 'DPP,ARTMENT ,OF EINGWEERING ST tV Cfi , CITY OE CORPUS CHitxSTT, TEXAS ,Phone;: 361/826-"3500<, rax" 361./5253501 .ro. r e- �%tr .� OF � T4 ��.,�........, ' ...•*� �" i cARLOS A i IARTINEZ% --t * 1, ` $7327 # i J+ 23?b rx�riai f ' �P=x`13, `1 tkS SEAL COVERS THE" THIS SEAL COVERS THE; THIS SEAL COVERS THE STRUCTURAL ARCHITECTURAL ' CIVIL SPECIFICATIONS ONLY ; SPECIFICATIONS ONLY SPECIFICATIONS ONLY m R, DAVID �IOf7A�.�S� i a PROJECT, NO: 3380 10876 .� wo FMq Fs DRAWING NOi °Cp 197 aj 1 113 o81o7h9' B THESE SEALS COVER THE MEP SPECIFICATIONS ONLY V ' (Revised 7/5/00) OSO BAY AREA PARK DEVELOPM=- PHASE 2 (BOND 2008) a� Project 3380: List of Specifications &' ry Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE To CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Sid 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--412 Maintenance of Services A-13 Area Access and Traffic Control A--14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5,/00) A-24 Surety Bonds A.®25 Sales Tax Exemption (NO LONGER APPLICABLE), (6/11/98) r. A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-35 City Water Facilities Special Requirements (Hot Used) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-�48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Storm Water Pollution Prevention Plan A-52 Windstorm Certification A-53 Dewatering/Well Pointing Submittal Transmittal Form Exhibit 1 - Bond 2008 Project Sign PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUXRMMMTS PART S - STANDARD SPECIFICATIONS Section 021 SITE PREPARATION 021 020 Site Clearing and Stripping S5 RVE-C 021 040 Site Grading RVE-C � Section Oat EARTHWORK 022 020 Excavation and Backfill for Utilities and Sewers (S-9) RVE-C 022 022 Trench Safety for Excavation RVE-C 022 040 Street Excavation RVE-C 022 420 Silt Fence RVE-C o Section 0254 ASPHALTS AND SURFACES 0254 04 Asphalts, Oils and Emulsions RVE-C 0254 14 Aggregate for Surface Treatment and Seal Coats RVE-C 0254 16 Seal Coat RVE-C Section 0256 CONCRETE WORK 0256 08 Inlets RVE-C 0256 10 Concrete Curb and Gutter RVE-C 0256 12 Concrete Sidewalks and Driveways RVE-C 0256 14 Concrete Curb Ramps RVE-C Section 025 TRAFFIC CONTROLS AND DZVXCES 025 802 Temporary Traffic Controls During Construction RVE-C 025 807 Pavement Markings (S-45) Painted or Thermoplastic RVE-C Section 026 UTILITIES 026 202 Hydrostatic Testing of Pressure Systems RVE-C 026 210 Polyvinyl Chloride Pipe RVE-C 026 402 Waterlines RVE-C 026 404 Water Service Lines RVE-C 026 404 Tapping Sleeves and Tapping Valves RVE-C 026 411 Gate Valves for Waterlines RVE-C 026 416 Fire Hydrants RVE-C Section 027 SEWER w 027 203 Vacuum Testing of Sanitary Sewer Manhole and Structures RVE-C 027 402 Reinforced Concrete Pipe Culverts RVE-C 027 604 Disposal of Waste from Sanitary Sewer Cleaning operations RVE-C Section 030 CONCRETE, GROUT 03 20 20 Reinforcing Steel RVE-C 03 70 40 Epoxy Compounds RVE-C Section 050 METALS 05 54 20 Frames, Grate Rings and Covers RVE-C Remaining Sections 060 thru 160 (not used) ti PART T - TECHNICAL SPECIFICATIONS CIVIL DIVISION 021 - SITE PREPARATION 02 10 80-T Removing Old Structures RVE-C DIVISION 022 - EARTH WORK 02 21 00-T Select Material RVE-C 02 24 10-T Storm Water Pollution Prevention RVE-C DIVISION 025 - ROADWAY 02 52 00-T Subgrade Preparation RVE-C 02 52 10-T Lime Stabilization RVE-C 02 52 12-T Limestone Base RVE-C 02 54 12-T Prime Coat RVE-C 02 54 24-T Hot Mix Asphaltic Concrete Pavement (Class A) RVE-C 02 58 16-T Raised Pavement Markers and Traffic Buttons RVE-C 02 58 18-T Pavement Markers (Reflectorized (TxDOT D-9-4200) RVS-C 02 58 20-T Traffic Buttons (TxDOT D-9-4300) RVE-C 02 58 28-T Bituminous Adhesive for Pavement Markers (TxDOT D-9-4200) RVE C DIVISION 026 - UTILITIES 02 62 06-T Ductile Iron Pipe and Fittings RVE-C DIVISION 027 - SEWERS & DRAINAGE 02 72 02-T Manholes RVE-C 02 72 05-T Glass-Fiber Reinforced Polyester (FRP) 'Manholes RVE-C 02 76 02-T Gravity Sanitary Sewers RVE-C 02 76 10-T Televised Inspection of Conduits RVE-C DIVISION 028 - SITE S & LANDSCAPING 02 80 20-T Seeding RVE-C DIVISION 030 - CONCRETE, GROUT 03 00 20-T Portland Cement Concrete RVE-C 03 80 00-T Concrete Structures RVE-C e ALL OTHER TRADES DIVISION 01 - GENERAL REQUIREMENTS 01 35 14.01 LEED-NC 2009 Credit Summary WKMC 01 35 15 LEED Certification Procedures WKMC 01 35 16 LEED Submittal Forms WKMC 01 45 34 Windstorm Construction Requirements WKMC 01 57 21 Indoor Air Quality Controls WKMC 01 61 16 Volatile Organic Compound (VOC) Content Restrictions WKMC 01 74 19 Construction Waste Management and Disposal WKMC 01 78 00 Closeout Submittals WKMC 01 79 00 Demonstration and Training WKMC 01 91 13 General Commissioning Requirements WKMC DIVISION 03 - CONCRETE 03 11 00 Concrete Formwork - Structural RVE-S 03 11 16 Architectural Concrete Form Liner WKMC 03 11 19 Insulating Concrete Forming - Structural RVE-S 03 21 00 Concrete Reinforcement - Structural RVE-S 03 30 00 Cast-in-Place Concrete - Structural. RVE-S 03 31 00 Portland Cement Concrete - Structural RVE-S r 03 35 43 Polished Concrete Finishing WKMC 03 41 13 Precast Concrete Hollow Core Planks - Structural RVE-S DIVISION 04 - MASONRY 04 05 11 Masonry Mortaring and Grouting WKMC 04 20 01 Masonry Veneer WKMC 04 20 02 Single-Wyche Unit Masonry WKMC 04 27 23 Cavity Wall Unit Masonry WKMC DIVISION 05 - METALS 05 05 00 Galvanizing - Structural RVE-S 05 12 00 Structural Steel Framing - Structural RVE-S 05 52 13 Pipe and Tube Railings WKMC DIVISION Ofi - WOOD, PLASTICS, AND COMPOSITES V 06 10 00 Architectural Rough Carpentry WKMC 06 10 63 Exterior Rough Carpentry Structural RVE-S 06 15 00 wood Decking WKMC 06 17 13 Laminated Veneer Lumber - Structural RVE-S d 06 18 00 Glued-Laminated Construction - Structural RVE-S 06 20 00 Finish Carpentry WKMC 06 41 00 Architectural Wood Casework WKMC u 06 60 00 Plastic Fabrications WKMC 06 65 01 Solid Polymer Fabrications WKMC 06 82 00 Glass Fiber Reinforced Plastic py[M DIVISION 07 - TRERMAL AND MOISTURE PROTECTION 07 13 00 Sheet Waterproofing WKMC 07 21 00 Thermal Insulation WKMC u 07 21 19 Foamed-in-Place Insulation WKMC 07 46 46 Fiber Cement Siding WKMC 07 54 00 Thermoplastic Membrane Roofing (Flat Roof) WKMC 07 54 01 Thermoplastic Membrane Roofing (Sloped Roof) WKMC 07 62 00 Sheet Metal Flashing and Trim WKMC 07 71 00 Roof Specialties WKMC 07 84 00 Firestopping WKMC � 07 90 05 Joint Sealers WKMC y DIVISION 08 - OPENINGS O8 11 13 Hollow Metal Doors and Frames WKMC 08 14 16 Flush Wood Doors WKMC 08 31 00 Access Doors and Panels WKHC 08 43 13 Aluminum-Framed Storefronts WKMC 08 54 14 FRP Clad Wood Awning Window WKMC 08 71 00 Door Hardware WKMC 08 BO 00 Glazing WKMC DIVISION 09 - FINISHES 09 21 16 Gypsum Board Assemblies WKMC 09 22 36.23 Metal Lath WKMC 09 24 00 Portland Cement Plastering WKMC 09 30 00 Tiling WKMC 09 51 00 Acoustical Ceilings WKMC 09 65 00 Resilient Base WKMC 09 90 00 Painting and Coating WKMC DIVISON 10 - SPECIALTIES 10 11 01 Visual Display Boards WKMC 10 14 00 Signage WKMC 10 21 13 .19 Plastic Toilet Compartments WKMC 10 22 26.33 Folding Panel Partitions WKMC 10 26 01 Wall and Corner Guards WKMC 10 28 00 Toilet, Bath, and Laundry Accessories WKMC 10 44 00 Fire Protection Specialties WKMC 10 71 13.43 Fixed Sun Screens WKMC 10 81 13 Bird Control Devices WKMC DIVISION 11 - EQUIPMENT 11 52 13 Projection Screens WKMC 11 68 00 Playfield Equipment and Structures RVi DIVISION 12 - FURNISHINGS 12 36 00 Countertops WKMC �12 93 00 Site Furnishings Rv DMSION 22 - PLUMBING 22 05 00 Plumbing General Conditions SCA 22 05 29 Hangers, Supports, and Foundations SCA 22 07 00 Plumbing Insulation SCA 222 11 16 Domestic Water Piping SCA 22 13 16 Sanitary Waste and Vent Piping SCA 22 33 13 Domestic Water Heaters - Electric SCA 22 40 00 Plumbing Fixtures SCA DMSION 23 - MECHANICAL 23 05 00 HVAC General Conditions SCA 23 05 10 Starting of HVAC Systems SCA 23 05 29 Hangers, Supports, and Foundations SCA 23 05 48 Vibration Isolation SCA 23 05 53 Mechanical Identification SCA 23 05 93 Testing, Adjusting, and Balancing SCA 23 07 00 HVAC Insulation SCA 23 09 93 Automatic Temperature Controls and Sequence of Operation SCA 23 23 00 Refrigerant and Equipment Drain Piping SCA 23 31 13 Ducts SCA 23 33 01 Duct Accessories SCA -' 23 34 16 Fans SCA 23 37 13 Air Outlets and Inlets SCA 23 40 00 Air Cleaning Devices SCA 23 81 26 Split System Air Conditioners SCA DIVISON 36 - ELECTRICAL 26 00 00 Electrical Specifications SCA 26 05 00 Electrical General Conditions SCA DIVISION 28 - FIRE PROTECTION 28 30 00 Fire Detection and Alarm System SCA .f DIVISION 31 - EARTHWORK 31 22 13 Rough Grading RVE-S 31 23 16 Excavating RVE-S 31 23 23 Select Fill Materials RVE-S 31 23 23.13 Backfill RVE-S 31 31 16 Termite Control WRrIC 31 63 29 Drilled Concrete Piers and Shafts RVE-S DIVISION 32 -» EXTERIOR IMPROVF,MENTS 32 13 16 Decorative Concrete Pavement RVi 32 15 00 Decomposed Granite Paving RVi 32 18 16.13 Playground Protective Surfacing RVi No Fault Safety Tile (LSI - Proprietary) No Fault Safety Surface - Poured-in-Place (LSI Proprietary) 32 84 00 Planting Irrigation RVi 32 92 00 Turf and Grasses (For Landscaped Areas) RVi 32 92 25 Native Grasses and Wildflowers RVi 32 93 00 Plants RVi 32 97 00 Landscape Maintenance " RVi v 'w APPENDICIES A. Geotech Report B. THC Clearance Document C. Conservation Easement D. Habitat Descriptions E. Mean High Water/Mean Low Water Overview Map F. Wetland Delineation Report LIST OF DRAWINGS 01 Title Sheet 02 General Civil Notes and Project Control 03 General Site Notes 04 Legend & Testing Schedule 05 Estimated Quantities 06 overall Site Plan - Key Map 07 Project Grant Items 08 Project Alternates 09 Existing Conditions - Overall 10 Demolition and Tree Protection 11 Oso Parkway Proposed Typical. Section 12 Oso Parkway - Advanced Warning Plan 13 Oso Parkway - Street and Storm Plan & Profile 14 Oso Parkway - Drainage Area Map & Storm Water Lateral A-1 15 Oso Parkway Striping & Signage Plan 16 Oso Parkway - Water and Wastewater Plan & Profile (1 of 2) 17 Oso Parkway - Water and Wastewater Plan & Profile (2 of 2) 18 Oso Parkway - Waterline Crossing 19 Oso Bay Area Park -- Grading Plan 20 Oso Bay Area Park - Utility Plan 21 Oso Bay Area Park - Wastewater Profile 22 Paving and Curb Details 23 Oso Bay Area Park - Trench Drain Details 24 standard Pavement Marking Details (1 of 3) 25 Standard Pavement Marking Details (2 of 3) 26 Standard Pavement Marking Details (3 of 3) 27 Curb, Gutter & sidewalk Details 28 Driveway Details (1 of 2) 29 Driveway Details (2 of 2) � N 30 City of Corpus Christi Pedestrian Curb Ramp Standards (1 of 4) 31 City of Corpus Christi Pedestrian Curb Ramp Standards (2 of 4) 32 City of Corpus Christi Pedestrian Curb Ramp Standards (3 of 4) 33 City of Corpus Christi Pedestrian Curb Ramp Standards (4 of 4) 34 Standard Storm Water Details (1 of 2) 35 Standard Storm Water Details (2 of 2) 36 Standard Water Details (1 of 5) d { 37 Standard Water Details (2 of 5) 38 Standard Water Details (3 of 5) 39 Standard Water Details (4 of 5) 40 Standard Water Details (5 of 5) 41 FLDCD with vault and Meter Vault Details (Non-Standard Title Block) 42 Sanitary Sewer Standard Details (1 of 5) 43 Sanitary Sewer Standard Details (2 of 5) ,f 44 Sanitary Sewer Standard Details (3 of 5) 45 Sanitary Sewer Standard Details (4 of 5) 46 Sanitary Sewer Standard Details (5 of 5) 47 Erosion and Sedimentation Control Plan 48 Stormwater Best Management Practices 49 Layout Plan - Overall 50 Enlarged Layout and Grading Plan - A 51 Enlarged Layout and Grading Plan - B 52 Enlarged Layout and Grading Plan - C 53 Enlarged Layout and Grading Plan - D 54 Enlarged Layout and Grading Plan - E 55 Enlarged Layout and Grading Plan - F 56 Finishes and Furnishings 57 Details - Paving and Notes 58 Details - Paving and Gate 59 Details - Coastal Bend Trail 4 60 Details - Entry Walls 61 Details - Site Landscape Walls 62 Details - Pond 63 Details - Drop Off and Miscellaneous 64 Details - Playscape ° 65 Details - Peek-A-Boa Wall 66 Details - Maintenance Area a 67 Details - Fencing and Drainage 68 Details - Shade Structures and Windsocks 69 Details - Site Furnishings 70 Signage Layout (Grant Item 10) 71 Details - Signage A (Grant Item 10) 72 Details - Signage B "k 73 Structural Notes 74 Structural - Entry Wall Details 75 Structural - Sign wall Plan and Elevation 76 Structural - Surfing Leaf Wall Details 77 Structural - Peek-A-Boo Wall Details (Alternate 8) 78 Structural - Shade Structure Details 79 Structural - Dumpster Wall Enclosure (Alternate 7) 80 Structural - Maintenance Building Foundation Details (Alternate 6) 81 Alternate Item 2 - Interpretive Center Foundation Plan 82 Lab Building Foundation Plan 83 ICF Standard Forms Details 84 Alternate Items 2 - Interpretive Center Framing Plan 85 Lab Building Framing Plan �i 86 Framing Details 87 Timber Roof Details 88 Canopies Floor Deck Framing Plan 89 Canopies Framing Plan 90 Canopies Framing Details 91 Entrance Canopy 92 Amphitheater Framing Details 93 Architectural General Notes 94 Floor plan - Lab Building 95 Floor Plan - Interpretive Center 96 Dimension Plan -- Lab Building 97 Dimension Plan - Interpretive Center 98 Canopy Floor Plan - Lab Building - West 99 Canopy Floor Plan - Lab Building - East 100 Canopy Floor Plan - Interpretive Center (Alternate #2) 101 Canopy Floor Plan - Other 102 Low Roof Plan - Lab Building 103 Low Roof Plan - Interpretive Center (Alternate #2) 104 High hoof Plan - Lab Building 105 High Roof Plan - Interpretive Center (Alternate #2) 106 Roof Plan - Canopy - Lab Building - West 107 Roof Plan - Canopy - Lab Building - East 108 Roof Plan - Other 109 Exterior Elevations - Lab Building 110 Exterior Elevations - Lab Building 111 Exterior Elevations - Interpretive Center (Alternate #2) 112 Exterior Elevations - Interpretive Center (Alternate #2) µ, 113 Canopy Elevations -- Entrance Canopy 114 Canopy Elevations - Lab Building 115 Canopy Elevations - Lab Building 116 Canopy Elevations - Interpretive Center (Alternate #2) 117 Canopy Elevations - Other 118 3D Architectural views 119 Building Sections - Lab Building 1„20 Building Sections - Interpretive Center (Alternate #2) 121 Building Sections - Interpretive Center (Alternate #2) 122 Canopy Sections 123 Wall Sections 124 Wall Sections 125 Wall Sections 126 Wall Sections 127 Wall Sections . 128 Doors and Frames - Schedule, Types and Details 129 Window Assemblies 130 Door and Window Details 131 Partition Types 132 Miscellaneous Details 133 Reflected Ceiling Plan - Lab Building 134 Reflected Ceiling Plan Interpretive Center (Alternate #2) 135 Reflected Ceiling Plans - Other 136 Lab Building - Enlarged Plans 137 Enlarged Plans - Interpretive Center (Alternate #2) 138 Interior Elevations " 139 Interior Elevations 140 Interior Elevations 141 Interior Elevations 142 Interior Elevations 143 Interior Elevations 144 Interior Elevations 145 Interior Elevations 146 Door and Window Details 147 Details 148 Details 149 Details 150 Details 151 Details - Roof 152 Finish Plan - Lab Building 153 Finish Plan - Interpretive Center (Alternate #2) 154 Site Electrical 155 Electrical Site Plan 156 Lab Building - Electrical Floor Plans 157 Interpretive Center - Electrical Floor Plans (Alternate 2) 158 Not Used 159 Lab Building - HVAC Plan 160 Interpretive Center - HVAC Plan (Alternate 2) 161 HVAC Roof plans 162 HVAC Schedules 163 HVAC Details a 164 Lab Building - Plumbing Plan 165 Interpretive Center - Plumbing Plan (Alternate 2) 166 Plumbing Schedules 167 Plumbing Details 168 Schematic Piping 169 Planting Plan - Entry Drive 170 Planting Plan - Parking and Drop-Off Area ry 171 Planting Plan - Discovery Gardens 172 Planting Plan - Wetland Restoration 173 Planting Plan - Alternate 2 and Details u 174 Planting Plan - Enlargements and Details 175 Plant List, Planting Notes, and Details 176 Overall Irrigation 177 Irrigation Enlargement A 178 Irrigation Enlargement B 179 Irrigation Enlargement C 180 Irrigation Enlargement D 181 Irrigation Enlargement E 182 Irrigation Enlargement F and Details 183 Irrigation Details 184 Irrigation Details a 185 Irrigation Details NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT/CONTRACTORS QUALIFICATIONS STATMViENT PERFORMANCE BOND PAYMENT BOND ii r y M NOTICE TO BIDDERS n a w N �, µ., `.. C h Fy 4 rry a ;qi Y NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO BAY AREA PARK DEVELOPMENT PHASE 2 (BOND 2008) , PROJECT NO 3380 Os o Bay Area Park Development Phase 2 improvements are the second construction phase of Oso Bay Park including development of Lot 1 into an Environmental Learning Center; and, the continuation of the trails in Lot 2 . Lot 2 is covered by a Conservation Easement. Infrastructure improvements involve a 3001 extension of Oso Parkway' s 80' R.O.W. (40' back to back curb and gutter) from Wooldridge Street north including concrete sidewalks. Utility trunk lines will extend, including a 36" RCP storm line, 12" water main, and 12" wastewater main. The storm and wastewater mains terminate with the roadway extension. The 12" water main extends an additional 4001 from the end of roadway and terminates at a fire line detector check backflow preventer. Two 10' curb inlets are included. Public 12" C900PVC water and 8" S 2 PVC wastewater mains extend into the site in utility easements. Drainage is directed to constructed wetlands, rain gardens, and areas of wetlands enhancement. Structures include an Interpretive Center and Labs Building, containing an exhibit hall, offices, restrooms and storage areas . Buildings utilize concrete, site cast concrete panels, masonry, and cementatious siding. Window frames are fiberglass with most entrance doors of anodized aluminum. A recycled material deck includes a canopy. Additional buildings include an Amphitheater and shade structure with cantilevered canopies and small shade structures within the conservation easement. Photovoltaic cells and Wind Turbines produce partial power to the site. A pond, west of the Labs building utilizes onsite material as a liner. A drilled well and windmill provide water and aeration as well as supplemental water to the irrigation cisterns. A Discovery Garden behind the buildings includes an 81 hill, concrete trails, at beds, gathering space, slides, a pre- designed play structure, and a stand-alone wall with openings. Pavements include 101 wide concrete trail, integral color, plaza, and decomposed granite trails in the Conservation Easement. Vehicular access is a 24' wide concrete drive with ribbon curbs. An extension of the driveway leads to an area with maintenance building on slab and a dumpster enclosure. An HMAC parking lot of 46 spaces, with ribbon curb, includes four accessible spaces, two bus spaces and three dual bus drop off/parking spaces. The drop off area also includes a concrete, varying width trail with undulating seat walls. Revised 7/5/00 Furnishings and Signage include selections made to withstand the corrosive environment , Stainless steel, pipe, and recycled plastic are dominate materials. The plant palette consists of mainly native plants. Bermuda grass will be used in lawn areas as well as over an area of Pavegro. Irrigation is a hybrid drip/spray system utilizing rain water, well water, and potable water where applicable.. Bids will be received at the office of the City Secretary until on Wednesday S , and then publicly opened an read. Any bid recei.ve a ter closing time will be returned unopened. A pre-bid meeting is scheduled for 1 t and will be conducted by the City. The location of the meeting wi e the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. All contractor questions to be submitted in writing by 12 p=. , Wednesday August 28, 2013. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred and, no/100 Dollars ($100,,00) as a guarantee of their return in goo con z ion within w"O wes of bid date. Documents can be obtained by mail upon receipt of an additional Tan and no/100 Dollars ($10.00) which is a non-refundable postage/hn ing c rge. CITY OF CORPUS CHRISTI, TEXAS Daniel Biles, P.E. Director of Engineering Services Armando Cha a City Secretary Revised '7/5/00 NOTICE TO CONTRACTORS - A ti Al lb, I � r G NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certUlcates Bodily Injury and Property Damage Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises•Operations 3. Explosion and Collapse Hazard r 4. Underground Hazard 5. Products/Completed Operations 6. Hazard 7. Contractual Insurance 8. Broad Form Property Damage 9. Independent Contractors 10. Personal injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS'LIABILITY $100,000 EXCESS LIABILITY 51,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ❑ REQUIRED Not limited to sudden&accidental discharge;to include long-tern environmental impact for the disposal of 0 NOT REQUIRED contaminants BUILDERS'RISK See Section B-6-11 and Supplemental Insurance Requirements D REQUIRED ❑ NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED D NOT REQUIRED i Page I of 2 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage, OThe name of the project must be listed under"description of operations"on each certificate of insurance. OFor 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 an 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. r, °E Page 2 of 2 ti 0 s .r� ,M a n NOTICE TO CONTRACTORS — S ' u a G u y ri .'a ��. �! a NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 i 5 s Texas Administrative Code TITLE 28 INSURANCE € PART 2 TEXAS DEPARTMENT OF INSURANCE,DIVISION OF G. WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE§110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a)The following words and terns,when used in this rule,shall have the following meanings, unless the context clearly indicates otherwise.Terms not defined in this rule shall-have the meaning defined in the Texas Labor Code, if so defined.. (1) Certificate of coverage(certificate)--A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a workers'compensation coverage agreement(TWCC-8],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., � ) g g §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a u' governmental entity. N (4)Coverage--Workers'compensation insurance meeting the statutory requirements of the ti 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 u 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 employerlemployee and establishes who will be responsible for providing workers' u 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. a s (T)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 l 1 i .1 µle, 8 "Services" includes but is not limited to providing,hauling,or delivering equipment or materials, or providing labor,transportation,or other service related to a project. "Services" does not include activities unrelated to the project,such as food/beverage vendors, office supply deliveries,and delivery of portable toilets. (8)Project—includes the provision of all services related to a building or construction contract for a governmental entity. (b)Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers'compensation coverage,that the coverage is based on proper reporting of classification codes and payroll amounts,and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of 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: u (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 H 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 „6 person entitled to them by law;and (7)use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes,except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation:Attached Graphic L Page 3 of 11 (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 an 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 ry provision of coverage of any person providing services on the project; µµ (7)post a notice on each project site informing all persons providing services on the project that N 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 p P 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:.AMg,bgd,,QM2& (8)contractually require each person with whom it contracts to provide services on a project to: I (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 p 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 l V (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; s` (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 commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor "! to administrative penalties,criminal penalties,civil penalties,or other civil actions." (4)provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage,a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5)obtain from each person providing services on a project under contract to it and provide as y 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 5ofII (6)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7)notify the governmental entity in writing by certified mail or personal delivery,of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change;and (8)contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph(3)of this subsection; (D)provide,prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person under contract to it to provide services on the project,and provide as required by its contract: (i) a certificate of coverage,prior to the other person beginning work on the project;and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and V (I)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 n' provided to the person for whom they are providing services. ' A (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. ° A 0 (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, ,a Page 6 of 1 I n� i. (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, §40). (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 u i J' i d ti N Page 7 of 11 T28S 110.110(d)(7) . "REQUIRED WORKERS'COMPENSATIONCOVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verb whether your employer has providedthe required coverage, or to report an employer's failure to provide coverage." r N. ,pl u I,!il4l, V II n. IIU n 81 f.4 Page 8 of 11 .s T28S 110.11 O(c)(7) Article . Workers'Compensation Insurance Coverage. A. Definitions. Certificate of coverage ("certificate')-A copy of a cent(cote 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 ofwhether thatperson 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 asfood/beverage vendors, office supply deliveries, and delivery of portable toilets. R The contractor shall provide coverage, based on proper reporting of class f cation codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for 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 y new certfcote 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 ."f (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 i 1 N 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 Commissions, informing all persons providing services on the project that they are required to be covered, and stating how a person may vero coverage and report lack of coverage. L 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 fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 901.011(44)for all of its employees providing services on the project„for the duration of the project; (Z)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, rf the coverage period shown on the current certificate of pI coverage ends during the duration of the project, (4)obtain from each other person with whom it contracts, and provide to the contractor: (a)a certificate of coverage,prior to the other person beginning work on the project;and (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S)retain all required certificates of coverage on file for the duration of the project and for one year 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 P''oper reporting of classification u codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a se f insured,with the commission's Division of Self- ..... Page 10 of 11 .M p: 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. M u G: Ar y �I Y m v `g a, ^P. Page 11 of 11 ,H N y 9 Vu PART A SPECIAL PROVISIONS a �a :ro e r .N �r.. ,��._ 9 ;�- .,, 0910 Bay Area Park Development - Phase 2 (Bond 2008) Project 3380 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 .m., Wednesda , September 4, 2013. 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 PrOj. # 3380 - Oso Say Area - Park Development - Phase 2 (BOND 2008) Any proposals not physically in the possession of the City Secretary's Office at the time and date of the bid opening will be deemed lat and non- responsive. Late pro osals will be returned unopened to the proposer. The proposer is solely responsible for the delivery to the City Secretary's Office. Delivfa of any pr22osal, by the proposer, their agent/re resentative, U.S. Mail, or other delivta service,- to any Cit address or office other than the City Secret 's Office will be deemed non- . responsive if not in the possession of the City Secretary's Office prior to the date and time of bid opening. i A pre-bid meeting is scheduled for 10:00 a.m., Tttesda August 27, 2013 and 4 will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. All contractor questions to be n submitted in writing by 12 p.m., Wednesday August 28, 2013. 4 I� No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. Y A-3 Description of Project re Oso Bay Park Area Development Phase 2 improvements are the second construction phase of Oso Bay Park including development of Lot I into an Environmental Learning Center; and, the continuation of the trails in Lot 2. Lot 2 is covered by a Conservation Easement. o, Infrastructure improvements involve a 300' extension of Oso Parkway's 80' R.O.W. (40' back to back curb and gutter} from Wooldridge Street north ti including concrete sidewalks. Utility trunk lines will extend, including a 36" RCP storm line, 12" water main, and 12" wastewater main. The storm and ? wastewater mains terminate with the roadway extension. The 12" water main extends an additional 400' from the end of roadway and terminates at a fire line detector check backflow preventer. Two 10' curb inlets are included. S"tion A - ap (Revised 12/15/04) Paso 1 of 25 Public 12" C900PVC water and B• SDR26 PVC wastewater mains extend into the site in utility easements. Drainage is directed to constructed wetlands, rain gardens, and areas of wetlands enhancement. Structures include an Interpretive Center and Labs Building, containing an exhibit hall, offices, restrooms and storage areas. Buildings utilize concrete, site cast concrete panels, masonry, and cementatious siding. Window frames are fiberglass with most entrance doors of anodized aluminum. A recycled material deck includes a canopy. Additional buildings include an Amphitheater and shade structure with cantilevered canopies and small shade structures within the conservation easement. Photovoltaic cells and Wind Turbines produce partial power to the site. A pond, west of the Labs building utilizes onsite material as a liner. A drilled well and windmill provide water and aeration as well as supplemental water to the irrigation cisterns. w A Discovery Garden behind the buildings includes an B' hill, concrete trails, plant beds, gathering space, slides, a pre-designed play structure, and a stand-alone wall with openings. Pavements include 10' wide concrete trail, integral color, plaza, and decomposed granite trails in the Conservation Easement. Vehicular access is a 24' wide concrete drive with ribbon curbs. An extension of the driveway leads to an area with maintenance building on slab and a dumpster enclosure. An MAC parking lot of 46 spaces, with ribbon curb, includes four accessible u spaces, two bus spaces and three dual bus drop off/parking spaces. The drop off area also includes a concrete, varying width trail with undulating seat wallsr Furnishings and Signage include selections made to withstand the corrosive environment. Stainless steel, ipe, and recycled plastic are dominate materials. The plant palette consists of mainly native plants. Bermuda grass will be used in lawn areas as well as over an area of Pavegro. Irrigation is a hybrid drip/spray system utilizing rain water, well water, and potable water where applicable„ All work shall be in constructed in accordance with the plans, specifications, and contract documents. A-4 method of Awsxd u The bids will be evaluated based in the following: YI 1. Total Base Bid, or 2. Total Base Bid + Any or All Combination of Alternatives The City reserves the right to accept the Base Bid with no Additive Alternates, One Additive Alternate, or all Additive Alternates to match q, 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. d Section A - SP (Revised 17/15/06) Page 2 of 25 This is a unit price bid. The quantities shown are estimates. Payment will only be made for those quantities of work constructed and accepted as meeting the plans and specification requirements. Bidders must bid on the Base Bid and all Additive Alternates. The City reserves the right to accept the Base Bid and all the Additive Alternates or any combination of the Additive Alternates to closely match available funding. Bid award is subject to availability of funding. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 596 Bid Bond (Must reference Oso BAY Area Park Ppm-elogment Phase 2 nd 2008) P o ect No. 3300 as identified in the proposal) (A Cashiers Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. Contractor's Qualifications Statement A-6 Time of Completion/Liquidated Damages E The working time for completion of the Project will be 330 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time ii specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, 1000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director p of Engineering Services (City Engineer) may withhold and deduct from monies g' otherwise due the Contractor the amount of liquidated damages due the City. Portions of the project, identified on `Project Grant Items" Sheet 07, are funded by a Texas Parks and Wildlife Department Grant (Corpus Christi Oso Conservation and Interpretive Park, Project Number: 48-001_095) and a Coastal Mane ement Program (CMP) Grant (Habitat Restoration at the Osa Ba Wetlands Preserve, Contract: 12-146) and must be completed and invoiced by October 31, 2014 and September 30, 2014 respectively. A-7 .Workers Compensation Insurance Coverage M 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 mp an a 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, M. 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 Section A - SP (Revised 12/15/04) Page 3 of 25 replacement workers, compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers, compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive, Proposals must contain original signatures and guaranty and be submitted in accordance with section B-2 of the General Provisions. A-9 Acknowledgmaat of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Building Construction and heavy Construction. In case of conflict, Contractor shall use higher wage rate. MirLi man PrevailmV Wage Scales The Corpus Christi City Couauci^l has determined the gaw-ral prevailing minims hourly wage rates for Nueces County, his as set out in Part G. The Contractor and any subcontractor mast 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 8&x=tractor shall forfeit sixty collars ($60.00) per calendar day, or portion thereof, for each laborer, worlanan, or mechanic employed, if such person is paid less than the specified rates for the classification of work perfon ed. The Contractor and each subcontractor mast keep an accurate rid showing the names and classificatiaos of all Laborers, workmen, and mechanics eVloyed by than in coition with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified l submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others workiM, on the Project. These documents will also be submitted to the City ErVinew bi-weekly. (See section for Minority/minority Business Enterprise Participation Policy for ,mm additional requirements concerning the proper form and content of the payroll sulamttals.) a a. One and one-half (14 ((ores the specified hourly wage mast be paid for all hours worked in i excess of 40 hours in any one week and for all hours worked on Sundays or holidays, (See u Section B-1-1, Definition of Terms, and Section B-7-6, Working ' .) l� A-11 with Public Agencies (Revised 7/5/00} section A - sF ((revised 12/15/04) t° Page 4 of 25 :q ;q the Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. Zhe Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Timms 811 @ 811 and the Lcne Star Notification Company at 1-800-669- 8344. For the Contractor's convenience, the following telephone nmbers are listed. City Engineer 826-3777 (Contact: David Ambriz) A/E: RA Planning + landscape Architecture 512-480-0032 (Contact: Barbara Austin) Traffic Engineering 826-3540 Police Department 886-2600 Water Department 826-1881(826-1888 after hours) wastewater Department 826-1800(826-1818 after hours) Gas Department 885.6900(885-6913 after hours) Storm Water Department 826-1875(826-3140 after hours) Parks & Recreation Deparpsait 826-3461 Streets & Solid Vhste Services 826-1940 A E P 1-877-373-4858 S B C 881-2511 (1-800-824-4424,after hours) City Street Div. for Traffic Signal/Fiber optic Locate B26-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) AM (Fiber optic) 887--9200 (Pager 800-724-3624) KMC (Fiber optic) 813-1124 (Pages 888-204--1679) ChoiceCcm (Fiber optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber optic (MN) 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 Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. j .G In the event of damage to underground utilities, whether shown in the 2 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 N 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 12/15/04) Page 5 of 25 u A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department, All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals 4. 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 a fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and F 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. i All necessary removals including but not limited to pipe, driveways, sidewalks, etc. , are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materiels Excess excavated material, broken asphalt, concrete, broken culverts and �- other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. T .R section A - SP (Rwrised 12/15/44) Page 5 of 25 r A-17 Field office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30° x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. Field Office must be Windstorm certified. There is no separate pay item for the field office or related permits and fees, including Windstoxm. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on cAmwn 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: d 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. ; Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. c If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide L! `r Section A - SP (Revised 12/15/04) fi Paos 7 of 25 y supporting measurements as required for t)'ie City or Consultant Project Engineer to revise the drawings.. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S., shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. , Following is the minimum schedule of documentation required% Streets: • All curb returns at point of tangency/point of circumference. • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 2001 interval and at all intersections, Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Water;. • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Stormwater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . A-20 Testing 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 Si es The Contractor must install i Project sign as indicated by Exhibit I. The sign must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs m will be determined in the field by the City Engineer. A-22 MincritX/Minority Business Enterprise Participation Policy (Revised 10/9e) section A - Up (Revised 12115/04) Page 8 of 25 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, farm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned JII (a) For a sole proprietorship to be deemed a minority l business enterprise, it must be owned by a minority person. u (b) For an enterprise doing business as a partnership, at r least 51.08 of the assets or interest in the partnership property must be owned by one or more minority person(s) . , (c) For an enterprise doing business as a corporation, at u least 51.08 of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.08 or more of the total profits, bonuses, dividends, fr interest payments, commissions, consulting fees, rents, Section A - SP 4 (Revised 12/15/44) w Page 9 of 25 ti procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise, e. Female Owned Business Enterprise.. A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 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 % is % 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. Coau fiance 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 Section A - GP {Revised 11/15/04) Page 10 of 23 submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 inspection Re irec1 (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. Notes This Project is subject to Texas Windstorm Inspection. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the ?' Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any p liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued. " (NOT USED) Seeelen-a 6 22, Tam-•Fie lea pr-evisi:en,is—deleted—fit-11=s--entirel-y sead the d Seetlen 3,99! x r preffmigated by the Gem `teller of Publie-Aeeeeets a! Texas. Y i Section A - SP (Revised 12/15/04) Page 11 of 25 y ri r4' moire-Genbeaetee eleete to epesate ender a separated eenereee, hem_ 11 Gbtaia the-neeessery sales twe permits frem the 8t-ate tempt==„_- 2. Idenbify in tie—epprepriart-e speee eat the "Statement—e-f H—st-e-tc-4-als aft-3 ineeEpaFated inter-h_ Pr-ejeet. 3. Previde resale r-t fi___t_- to _, 4. Previde—the—Eity with eepies of matei-lai i-nveiees ee the pr-epesal value of materials. , he 9,abeeatrcae•tei s are eligible €er -sales tase emeoptiens i-f-the—s e9ntre:eter resale eer-tt2gieate to the subeentr-aeter and the subeentr-aeter, in , Isom A-26 Supplemental insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator u' 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 u... 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable p! 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. u section a 98 (Revised 12/15104) Page 12 of 29 For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Dama a Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Builder's Risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's Risk ' meatier coverage must be an "All Risk" form. Contractor must pay all a costs necessary to procure such Builder's Risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. r A-28 Considerations for Contract Award and Execution W Contractors Qualifications Statement, is required with the bid 12roposal. 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 ;a 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 A 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 N 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 g claim, and an explanation why the claim has not been paid. A bidder is required to supply construction references as part of the Contractors Qualifications Stateaieat at time of bid, included in the bid proposal. A bidder is required to supply a financial statement, prepared no later than ninety (90) days prior to the City Engineers request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and 'liabilities. y Section A - SP {Revised 12/15/041 Page 13 of 25 0 ;,rr 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 field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures... The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least give (5) years recent experience in similar work and be subordinate to the superintendent. , Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed. by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval, of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. if such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements ' Under "General Provisions and Requirements for Municipal Construction Contracts" Section B 3�1 Consideration„nsideration of Contract add the following text: . p Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) ' must submit to the City Engineer the following information: p 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; k 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, "- section A - 8B (Revised 12/15/04) Page 14 of 25 b, a 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 per f orm the work. A list of major subcontractors IS REQU11M AT TZdE OF HID as described in the Contractors gRg2Aficationa Statement included in the bid proposal. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the' term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the J11 major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; ........... 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the G Contractor's Field Administration Staff. d; 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. ;a A-33. Anted Policy on Extra Work and Change Orders []hider "General Provisions and Requirements for Nfmicipal Construction Contracts" B-8-5 Policy on Extra Work and g1gpge Orders the present text is deleted and replaced with the !Y following: ;G 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 P, acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of O=tract Requiremente Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: Section A - SP (Ravised 12/15/04) Page 15 of 25 a ":z The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees, Contractor has no cause of action of any ]rind, 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 Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilitiesc 8 eeial Requirements (r1oT USED) PEier te=per€erming weAe at any Gity wat-ee €ee l4:ty, to eeftbwaeterr, his subeentraeterrs, cemd eaeb eftheir empleyees ffest have an their pe se a -valid eaEd ___t c. :. g their prior attendance a a S..Fety Oriental:, ri,..........a ...Rueted by the mlentatien PEegEam will be offered by F epa emeft and r-n:xeccc4�:r-L--t erri6 w63Ir. mwg:thim any Gity water- ---_=---+ _ B. Oven"ieft on city QVMed 9%6 Gentreatew she!! _b Obewt, eveNate, ear stop any jr---YV- Operated by an she i y p� G preteet4eft ei-_tame._n..y iby r "a Gity must deliver- water- ef drinking quality te Its eustainerre at -, 1n the-— h_. - . Department-te-p�veteet the-"alibi*of the water. section A - RP (Revised 12/15/44) Page 16 of 25 All and equipment used ia the repa&rr, weassemblyr f / eenfem tie Amer-lean Nabienal Standards last!tube,'Natl anal Etanda*d Spec•F•s b cc ix eaz:a:vizas- Thess Lt-- p@'re'9B!!a'i=z-medi cei_ _— t 7^�zrs vs o—uvir The Gentrcaeberz shall prre-vide the Bagineev with eepies of writ-ten eauld-eeme-into eentaet with potable water- gaellity site. Biewing ti-ash will eat- be allowed. The QentEaetev • N r d Gentraeter-'s than orange, -blue, or- white. Haub aw-layse Uniform must PrOV4" Oemany name and im"Vidual; H- W6E46R9 heurrs :7-.00 y • • I .s site,vehieles are allowed ab 9. N. Stevens Water T-r-eatmeat Plant. as p }eraennel—must be--}'e—eeepan} vehleles. nu24ng we'r-le'incghedris- aFea norm-wander- thesugh any buildings etherr than fier-r-egralved wer-k- Any weEle te the eampuber based monitor! g &Rd eaftbrel system must • 11AAi'IT BTlnTflt.T1 - ID�DiT1TS siV I but is Ret 11mited I I additiener f I _ I f I eustemizing, debugging, I Section A - SP (Revised 12/15/04) Page 17 of 25 if eperatlen all hardware aatdfarse€twa*e -speei€ied- er-eW!r-ed by .tepee l ear .ens I. iie—i's-eeWa'laarlged-ie the-eee@u€er-iaeea-meafterxng FRWH-ielpal water- and wastewater- industry. and eemplegelby as reepirred in- this Gentir-aet en at least: three •3. He ha-s aetively eRgaged-in the type-a€-war-It peei"_e? here €erat-least 5 z. lie-rrempleYye a Registered Pre€es�sienal Set'-n'eer—a-�el or an pe.-Lean the . ..AE yed �b this 'f ,.tie . ees let m fipa and s€tware pr�s�ed €er- the , serviee-€aellity-within-400 vAles ef the-Prejeet siteee ataiata` , repair; ealihrate, antk--p egram theme speelfied herein. iie-s hall-€urnish equipment whieh Is the 13reduet-efene ma i fi-aetuve to the—ma3ELmu IF e3-tent., Where this Is net-pr-aetieal, all: ewipment-e€ a given type-rill--be-Me $. P4-4er per€eEmanee at the--a N. Stevens Water TEeabmeab Pcant-w4l1-he-used--in evaluating wkieh Eestraeterar- . V 6enzraeter shall-preduee-all-€•l led-eut�lng bleeles �e SG ABA A system. -Attaehed is en emample-ef the _ and given te the City Fagineer with all ehcemffes made during the pEegr• ing-phase. "e-attaehed--sh-eez- is stet irrt-ded-Ee shew all e€ -the-required-sheets. The _'' qkkioeffieftb- 1 , shall be allewed-on the pFe4eet. A»36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit net required by the City to, the City Engineer or his designated representative. section A _ 8P (Revised 14/15/04) Page 1S of 25 d b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. C. Submittal Transmittal Forms. Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must � provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made M since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct d subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers, standard colors, textures, and patterns for City Engineer's selection. 3. Test and Re air Report R i When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use e on the project. A-37 Amended IIAMpgement and a for Water Furnished the Cityu k section A - $P (Revised 12/15/04) S Page 19 of 25 ;t Under "General Provisions and Requirements for Municipal Construction Contracts", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan") . This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's gemensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B''I are incorporated by reference in this Special Provision. A-39 Certificate of OccgpanoX and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8- 9. A-40 Amendment to Section B-8-6s Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section 13-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite.. A-41 Ozone Advisory Priming, hot--mix paving, or roofing 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 not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA Rules & 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 a Nold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof;. b 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 M subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. r, 9eation A - sP (Revised 12/15/04) L Page 20 of 35 9f . The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (l) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate° data on all installed equipment. u (4) Deletions, additions, and changes to scope of work. k ii (5) Any other changes made. A-46 Disp29-a_1 of Highly Cb2orinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for u testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into Po wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TNRCC, EPA, etc. It will be the Contractor's responsibility ' to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction F.,Vlorator Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. Section A - SPA (Revised 12/15/04) A Page 21 of 25 g V For existing pipelines which parallel and are within ten feet (10' ) of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines., Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approva,2 of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor' shall provide all his own survey work effort (no separate pay) for exploratory excavations- A-48 Overhead Electrical. Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions,, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs., Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) ii Under 'General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction s Contracts°, B--7 Prosecution and Progress, add the following: "Funds are appropriated by the City on a yearly basis. if funds for any rr 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 Soctioa A SP (Revised 12/15/04) Page 22 of 25 date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract.' A-51 Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction site Notice to the City prior to the preconstruction meeting. The Contractor is also required to post a signed copy of the NOI and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state, and federal authorities prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (NOT) upon completion of this Project. The Contractor shall adhere to the requirement of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A-52 Windstorm Certification All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc, to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. A»53 Dewatering/Well Pointing q This item is considered subsidiary to the appropriate bid items or shall be V measured by the linear feet of trench as deseribed—in Seetlea A 4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If Section A - SP (Revised 12/15/04) o Page 23 of 25 0 discharging to temporary holding tanks and trucking to sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck thon record how long it takes to fill to original level and overnight level. In any event, the Contractor shall be required to take whatever steps necessary to provide a stable trench bottom for the installation of any structure or pipe. section A SP (Revised 12/15/04) Page 24 of 25 .p SUB14XTTAL TRANSMITTAL FORM PROJECT. OSO BAY AREA PARK DEVELOPMENT - PHASE 2 (Bond 2008) PROJECT No. 3380 OWNER: CITY OF CORPUS CHRISTI LANDSCAPE ARCHITECTtRVi Planning + Landscape Architecture + Graphic Design CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMEZRt APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL SOCtlon A - SP (Revised 12/15/04) Page 2S of 75