Loading...
HomeMy WebLinkAboutC2005-018 - 2/8/2005 - Approved DMBConstmcfion S P E C I A L P R O V I S I ~ SPECIFICATIONS AND 2005-018 02/08/05 M200~039 FORMS OF CONTRACTS AND BONDS FOR MAJOR OUTFALL REPAIRS - PHASE I (PART A) t Shiner Moseley and Associates, Inc. 555 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 Phone: (361) 857-2211 Fax: (361) 857-7234 J200.40041 I'Z '~.0~ DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 I PROJECT NO: 2206 IDRAWING NO: STO 514 of Christi IADDENDUM NO. 1 ] January 14, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: MAJOR OUTFALL REPAIRS - PHASE 1 (PART A) PROJECT NO: 2206 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a pad of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. PART A - SPECIAL PROVISIONS A. Section A-6 Time of Completion/Liquidated Damages 1. Delete: From The First Paragraph "....120 calendar days...." Add: To The First Paragraph ".._130 calendar days...." 2. Delete: From The Third Paragraph ...shall not exceed 21 calendar days from the date work starts at thai particular site. For each calendar day that any work remains incomplete after the 2'1 calendar day limit... Add: To The Third Paragraph ...shall not exceed 30 calendar days from the date work starts at that particular site. '"~'or each calendar day that any work remains Incomplete after the 3_.~0 calendar day limit... B. Section A-18 Schedule and Sequence of Construction 1. Delete: From The First Paragraph "....120 calendar days...." Add: To The First Paragraph "....130 calendar days...." 2. Delete: From The Final Paragraph - delete in its entirety ...shall nol exceed 21 calendar days from the date work starts at that particular site, For each calendar day that any work remains incomplete after the 21 calendar day limit... Add: To The Final Paragraph ...shall not exceed 30 calendar days from the date work starts at that particular site. '"~or each calendar day that any work remains Incomplete after the 3_.~0 calendar day limit.,. ADDENDUM NO. 1 I Page 1 of 3 I1. III. DRAWINGS A. Plan Sheet 5 of 13 - Louisiana - Site Plan 1. Delete: From Notes Under Repair Item 3 "The duration of work al this site shall not exceed 21 calendar days from the date of commencement of work at this site."-- Add: To Notes Under Repair Item 3 "The duration of work at this site shall not exceed 30 calendar days from the date of commencement of work at this s-[{e." B. Plan Sheet 8 of 13 - Louisiana - Demolition and Repair. Repair Item 3 1. Delete: Demolition Plan in its entireb/. Add: Demolition Plan. (See attachment No. lA) 2. Delete: Pavinq. Gradinq and Drainaqe Plan, in its entirety. Add: Pavln¢l, Grading and Drainage Plan. {See attachment No. lB) 3. Delete: Note 2, in its entirety. Add: Note 2, as follows: "T--'h-~--duratlon of work at this site shall not exceed 30 calendar days from the date of commencement of work at this s-~e." C. Plan Sheet 9 of 13 - Louisiana - Details, Repair Item 3 '1. Delete: Typical Section 9 and Typical Section 10, in their entirety. Add: Typical Section 9, Typical Section 10 and Typical Section 11. (See attachments No. 1C and tD). D. Plan Sheet 12 of 13 - Traffic Control Plan - Louisiana & Swantner 1. Add: 3 Ea. - "End Road Work" sl~lns I Ea. - 8 foot t~De III barricade 14 Ea. - Plastic drums I Ea. - "Throuclh Traffic Men3e Rl~lht" sh3n (See attachment No. 1E) AGREEMENT Page 2 of 2 1. Delete: Add: From The First Paragraph .... 120 calendar days...." To The First Paragraph "....130 calendar days...." ADDENDUM NO. 1 Page 2 of 3 IV. PROPOSAL FORM Page 6 of 8 1. Delete: Add: From The Fifth Paragraph "....120 calendar days, ..,. To The Fifth Paragraph "....13--0 calendar days...." Please acknowledge receipt of this addendum In the appropriate place In your REVISED PROPOSAL FORM. END OF ADDENDUM No. 1 AEa~ments: No. 1A-Demolition Plan (1 page~ No. lB -Paving, Grading and Drainage Plan (1 page) No. 1C -Typi~l Section 9 and 10 (1 page) No. 1D-T~i~l Section 11 (1 page~ No 1E -T~a~c Control Plan -Louisiana and Swantner (1 page) £ Director of Engineering Services ADDENDUM NO. 1 [=age 3 of 3 LOUISIANA I/ILL PAV~ENT REX (TO EXIS~ING 10' GAS MAIN (TO R£~N) (TO RE~LA~N) (TO RE~JN) THICK AND REJNFO(~CED WrTH ~4 ~ q2' c.c.) (wp) o~ (TO REWOKE ~: ~ '.~. ~....~ ..................... ~...~ LOUISIANA DEMOLITION SCALE: 1" = 20' (~o PLAN OUT l' DEEP REMOVT 6' CONCRETE CURB ANO GLFFFER 3 EK GUY ~qRES (TO REM~MN) AND RE~CME TOP 8' C~ I~NHOLE CATCH B~SlN RE}&NN) (TO RE)~N) CITY OF CORPUS CHRISTI DEPARTMENT OF MAJOR OUTFALL REPAIRS ENGINEERING SERVICES PHASE 1 (PART A) . ~ ADDENDUM I ,'~DENDUM NOi1 Al-rAOrlMEl,,rr biO. lA P^GE 1OF 1 ~ LOUiSiANA ,-~"-. 3.~ . ~ PAVING, GRADING SCALE: 1"= 20' MAJOR OUTFALL REPA_TRS PHASE I (PART A) ADDENDUlll 1 CITY OF CORPUS CHRIST/ DEPARTMENT OF ENGINEER/NO SERVICES ATTACHMENT NO. 18 ~ PAGE, OF 1 A~rN D698 STANDARD PROCTOR / BEHIND CURB TYPICAL SCALE: HOR 1"=5' VERT. 1"=1' TACK COAT ~ PAVEMENT PLACED IN LAYERS NOT TO EXCEED 2' 2 1/2' SECTION~ ST~~,~ ~0~ 02~mO)~ ~ ' ~ · ./ ~ ~-~ OF ~ ///// ~ " · % I / 5 ~ ......... :.--,......~ 5.~.~;~ ',A-~_ ~ ~-~7" ,~ ~ TYPICAL SECTION I*,~S'~C:¢~ ( ;~_ ) ,, , NOTE: SEE STANDARD '~/~'~C~ ~ SCALE: HOR. ~=5, SPECIFICATION SECTION 025424 ~~~.~__~f. ,/~/~ VERT. 1 =1 FOR TACK COAT REQUJREBENTS. MAJOR OUTFALL REPAZRS PHASE 1 (PART A) ADDENDUM 1 CITT OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES ADDENDUM NOi1 ~ ATrACHMENT NO. lC PAGE 1 OF 1 i I iI 14' PAVEMENT ~",.-' ~ ".72~, ~..*...-:... ~ -..~,-,, ~~~. 1,4o5 TYPICAL SECTION SCALE: HOE. 1"=5' VERT 1"=1' NOTE: SEE STANDARD SPECIFICATION SECTION 025424 FOR TACK COAT REQUIREMENTS. CITY OF COt:?PU~ CHRISTI DEPARTMENT OF MAJOR OUTFALL REPAZRS ENGINEERING SERVICES PHASE I (PART A) ~ ADDENDUM I ~..~uu No.~ A"FTACHMIENT NO. 1D PAGE 1 C~F 1 ~, ~ ~... '~ -.. ~ ~'HAROU~ T. B~O~ JR.~ ~....~ ...................... ~.-~ ~ ~% 90379 :~ TRAFFIC LOUISIANA SCALE: N,T.S MAJOR OUTFALL REPAIRS PHASE I (PART A) ADDENDUM 1 CONTROL PLAN - AND SWANTNER CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES ,~)~ND~JM NO. 1 A'I-FACHMENT NO. 1E Ilfll PAGE 1OF 1 SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR MAJOR OUTFALL REPAIRS - PHASE I (PART A) Shiner Moseley and Associates, Inc. 555 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 Phone: (361) 857-2211 Fax: (361) 857-7234 J200.40041 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 I PROJECT NO: 2206 I DRAWING NO: STO 514 (Revised 7/5/00) MAJOR OUTFALL REPAIRS P}iASE I (PART A} Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CO~TRACTORS - A (Revised Sept 2000) Insurance Requirements NOTICE TO CONT%~ACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building Government Entities or Construction Projects For PART A - SPECIAL PNOVTSIONS A 3 A 4 A 5 A-7 A 8 A-9 A 10 A 12 A 13 A 14 A 15 A 16 A~17 A 19 A 20 A 21 A 22 A 2~ A 24 A 2~ A-26 A-28 A-29 A 30 A-32 A-33 A 34 A 35 A-36 A 37 A 3B A 39 A 40 A 42 A~43 A 44 Time and Place of Receiving Proposals/Pre Bid Meeting Definitions and Abbreviations Description of Project Method of Award Items to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Ecfuipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Ficld officc NOT USED Schedule and Sequence of Construction Construction Staking Testing and Certification Projcct Eigns NOT USED Minority/Minority Business Entei~rlse Participation Policy (Revised 10/98) Inspcction Rcquircd (Bcviocd 7/5/00) NOT USED Surety Bonds galcs Ta~ Excmption NO LONGER A~PLICABLE (6/11/98) Supplemental Insurance Requirements Rcsponsibility for Damagc Claims NOT USED Considerations for Contract Award and Execution Contractor's Field Administration Staff ~unended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended ~Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents City Watcr Facilitics gpccial Rcquircmcnts NOT USED Other Submittals Amcndcd "Arrangcmcnt and Chargc for Watcr Furnishcd by thc City" NOT USED Worker's Compensation Coverage for Building or Construction Projects for Government Entities Ccrtificatc of Occupancy and Final Acccptancc NOT USF~) Amendment to Section B-8 6: Partial Estimates Ozonc Advisory NOT USED OS}L~ Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Change Orders (4/26/99) A 45 As Built Dimensions and Drawings (7/5/00) A ~6 Disposal of Mighly Chlorinat~ Wa~er ~V/~/Q4~ NOT USED A 37 Pfc Construction Exploratory Excavationm (7/~/00) NOT US~J) A 48 Overhead Electrical Wires (7/5/00) A 49 Amended ~Maintenance Guaranty" p/~RT B GE1FERAL PROVISIONS pART C FEDEI~AL WAGE P.A."ES ~ REQUIP. E)i~qTS pART S STANDARD SPECIFICATIONS 021020 022020 022022 022100 025205 025424 025610 025612 025614 025802 027202 027402 030020 032020 037040 038000 055420 Site Clearing & Stripping (S5) - Excavation & Backfill for Utilities & Sewers Trench Safety for Excavations Select Material (S15) - Removing and Replacing Pavements (S 54) Hot Mix Asphalt Concrete Pavement (Class A) - Concrete Curb & Gutter (S52) - Concrete Sidewalks & Driveways (S53) - Concrete Curb Ramps Temporary Traffic Controls During Construction Manholes (S62) Reinforced Concrete Pipe Culverts (S60) Portland Cement Concrete (S40) Reinforcing Steel (S42) (Includes Diagram) E~poxy Compounds (S44) Concrete Structures Frames, Grates, Rings and Covers (S9) (S 34) PART T - TECHNICAL SPECIFICATIONS Division 1 General Requirements 01355 - Environmental Protection 01356 Stormwater Pollution Prevention Plan Division 2 - Site Construction 02110 Demolition and Removal 02225 - Cementitious Fill Materials 02631 - PVC Pipe Repair Sleeve 02632 Thermoplastic Pipe 02936 - Fabric Formed Concrete Mattress Division 3 - Concrete 03930 - Concrete Rehabilitation LIST OF DP. AWINGS EXHIBIT I - TEXAS DEPT. OF TRANSPORTATION B~RRICADE AND CONSTRUCTION STANDARDS (4 SHEETS) E~HIBIT II - U.S. AR/~Y CORPS OF ENGINEERS PERMIT D-16696 (WINDSOR PARK OUTFALL REPAIRS ) m~gIBIT III - MANUFA~-~'uKER'S CATALOG CUT FOR PVC PIPE REPAIR SLEEVE EX]tIBIT IV - T~ORJtRY CONSTRUCTION EASE)~NT (WINDSOR PA~K OUTFALL) NOTICE AGRREM]~NT PROPOSAL/DI SCLOS~IRE STATEMENT p ERF OR.MA.NCE BOND P AI~M]~TT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ~Jor Outf~_ll Re,a/rs - phA,e 1, Part A; consisting of the following general items: · Water Street Storm Water Culvert internal reinforced concrete pipe repairs, concrete crack repairs, and investigation and potential plugging of small inlets. Ail repair work will be conducted from within the culvert; no excavation will be required · Louisiana Storm Water Culvert - repairs to culvert inlet pipes and manholes in three locations. Portions of the repair work will include excavation and street, curb/gutter, and sidewalk repairs Windsor Park Storm Water Culvert and Outfall repairs and improvements include scour remediation/protection at the outfall, structural concrete repairs and concrete crack repairs. the project in accordance with the and all other work incidental to completing plans, specifications and contract documents; will k~ received at the office of the City Secretary until 2:00 p.m. on We~ne,~m~, January 19, 2005, and then publicly opened and read_ A. ny bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 2:00 p.m., Thurs~y, Jazmum_~ 06, 2005 and 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. Any inquiries ~urin~ bi~in~ should be addressed to Scott Wa~er, Sb/ner Moseley & A~SOC., Inc., (381) 857- 2211. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000 00 will result in iorfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding doc%um~nts are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty ~ no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.08) which is a non-refundable postage/handling charge The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of 'laborer," "workman," or "mechanic' employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ ~ngel R. Escobar, P_E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS- A 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 30-Day Notice of Cancellation required on all certificates MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage Conunercial General Liability including: 1. Colmnercial Form Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Ha 9'.a rd 5. Products/Con:rpleted Operations Haz2.rd 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY-OWNED NON-OWNED OR ILENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-tern environmental irr~act for the disposal of contarnmants BUILDERS' RISK INSTALLATION FLOATER [I.S. Longshoreman's and Harbor Worker's Con~pensation Act, Jones Act, and/or other applicable endorsements and/or policies $2,000,000 COMBINED SINGLE LIMIT $ 1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT [] REQUIRED [] NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements [] REQUIRED [] NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements [] REQUIRED [] NOT REQUIRED $1,000,000 COMBINED SINGLE LIMIT Page I of 2 OThe City of Corpus Christi must be named ~ an additional insured on all coverages except worker's compensation liability coverage, OThe name of the proj eot must be listed under "description of operations' on each certificate of insurance. MAJOR OUTFALL REPAIRS - PHASE I (PART A) OFor each insurance coverage, the Contxac~or shall obmm an endorsement to the applicable insurance policy, sigtw-.x[ by the insurer, providing the City with tlfirty (30) days prior written notice of cancellatxon of or material change on any coverage. Thc Contractor shall provide to the City the other endorsen~nts to insurance policies or coverages which are specified in section B4>-I 1 or Special Pmmsious section o[ the conla-act A completed "Disclusure of Interesl" must be submitled with you~ proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administral~r a~ $80- $$00. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORBiER'S COMPENSATION COIrERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERN?4ENT ENTITIES Texas law requires that most contractors, su]Dcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others perforrain9 project sea-vices (including deliveries to the job site) to provide 1 of the 3 folnns of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department oX Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 foz~ns of worker's compensation coverage_ The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy oX which is attached and deemed incorporated into the project contract. Please note that under section 110_110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing sez-vices for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is reqn]ired to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site_ By signing this Contract, the Contractor certifies that it will timely comply with this Notice to Contractors "B" requirements. NOTICE ~O CONTRACTOP~S B (Revised 1/13/98) Page 1 of 7 .1719s Title 25. ENSL-t:L _X-CE Parr II. TEXAS WOR2,2E~' COMPENSATION COMMISSION Ch~q prer 110. REQUEP,~ED NOTICES OF COV~:I~&GE Subchaprer B. E~IPLO~ER NOTICES § 110.II0 Repomng Reauir~ments for ]3 uilding or Consrruc:io~ Projecr~ for Governmental Eatiti~ (a) The folJoW'mg words ~'xd term.s, when used in al'tis mie, sh?i; hzve me following meanings, ualems the context clearly indic,ares emerwise. Te.,~n.s not defined ;..n ~"as ruie shall have the meaning deft.ned ;_n the Texas t-bor Code, ~-so defined. (1) Cerdficare o£cove:2=: (cs:':'.'ficare:-.-'_ copy o(a ce.~.'i~carz c£"-~ur,-.uc=, z cerril:icare ofauthorin, [o seitti_n_q~e issued by tine cc,.mrmSs~cr_ or a workers' comrmp..saucn coverage z_m-e~ment (T'WCC-8 i, TWCC-82, TWCC-$3, or iW¥CC-84), showing s-t.zmtcry workers' compermation in.s'm-ance cOverage for the person's or enu .ry's employees (inciud_ang those xubje~ :: z cover*_ge z_m-eement) providing services on a pro/c-ct, £:r the duration or'the project. (2) Build/.ng or comtru~ion-_;-ras the mez_o..Lng deft_ned Lo_ the Tea= Labor Code, § 406.096(e)(1)_ (3) Conrrzcrcr--A person bidding for or awarded a buflcimg or cop~rruc-r, ion project by a goverrmaenta. I entity. (4) Coverage-Workers' compensation inxu.r~nce mee~3ng Lhe statutory requirements of the Tex. a~ Labor Code, § 401.011(44) (5) Coverage v--g:r_ eemea.~-A u~virre= zgeement on form TWCC-;i, form TWCC-82, form i'WCC-85, or form I'WCC-84, filed vrith the Tex. a~ Workers' Compermanon Commiqsion which, exta~liqhe.$ a re/afion~hip berweea the parties for purpose~ of the Tex. a~ Workers' CompenSation Act, pm-rca.ut to · e Te.x. ax r,=bor Code, Chanter 406, Subchaoterz V ~,qd G, aa oi-~e of employer/employer :md extabl/ah~ who will be respom~le for providfng workers' compe-~.arion cOverage for pemoas providing serv/c, ez on the project_ (6) Duradoo of the project-[ncludes the time from the be~nra.qg of work on the project until the work on the project h.-~ be~n completed and accented by the govermmenral enutT. (7) Persons providing services on the project ("subcontractor" L-_ { 406.096 of the Act)-With the e×cepdon o(oerso~ exa!uded under subsecuonz (h) and (i) of this section, includes all persons or entiues pe~ormmg ail or ~owr of the seprices the contractor h~ undertaken to peff'orm on the project, regardless or-whether thzr person contracrea direcdv with the conrr~.ctor a_nd regardless of whether that person h~ employess T'r. is includes but is not limited to ¢.deaendent conuactors, ~ubconrrac-rors. lea.sing companies, motor cznSers, owner-operators, employ=es ct: my such entity, or employe~ of any entity fumish/ng persons to peNornn set'rices on the proje=. "Services" includes but is nor l.imited !,otter TO cowrnJ~.c'roas - ~ t, aq~ 2 oc * 8/7/98 food/~ever~? vendors, o~ce sugpiy deSvenes, ~_q~ d~':ivery of;o~-~.ble mK'e:s. (a) Pro. ie~-,r-]ciudes the orc'Asion of:dj se.'w/ces re!need :o a bu/Jdiag or con:wac-don con~acr for a govemmen:~ e.q Ury (b) Providing or Busing to be pro'aded a cerd~ca:e of coverage ?arsuant to ti~ rule is a represe,nradon by the in_re.red :-hat all employees er'the insured who are providing servic~ on the project we covered by workers' compensation coverage, that the coverage is based orr proper reporting o£¢ia..~ificadon codes a_nd po.m-oil amount, ~-qd that ad! coverage a_m'eement$ have been filed with the appropriate Lnmrance carrier or, in the caze ora self-kn~ured, with the commission's Division of Sek--Ioxurance Reguiat/ov_ Pro,riding false or misleading ce:-d~catex of coverage, or faU~ng to provide or ma.ntain requh-ed coverage, or failing to report any cka_nge that materially affec'r.x the provision of covenge may rabject the contractor or other person providing services on the project to adm/Nsrrz:/ve penalties, c~mmal penalties, civil pe."-.a/des, or other civil action& (c) A gove~ental entity t;-_zt eaters Nto a building or conm-uc-zcn contract, on z proje~ sha/lz (D include N the bid specification, al/the provisions or-para_m-apb (7') of this subsection; using the language reauired by paraD-zph (7) of this ~'ubsecdon; (2) a~ part o£the contract, using the language required by para_m-apb (7) of th.is $ubsecriork require the contra~or re perform az reauired in subsection (d) of r. Ns section; (3) obtan i-nm the contrac:cr a certificate of coverage for each person providing serv/¢es on the project, prior re that person begLm-fing work on the project; (4) obtain fi-cra the coatra~or a new certificate of coverage showing e_x'rension of coverage: (A) before the end of the cc.c-.enr coverage period, i/the contra~or's current cemficate of coverage shows that the coverage period ends dtw_ng the duration of the project; and (CB) no later t?.-n seven days a~5er the exTiratioa of the coverage for e. zcb other person providing serv/c~ on the project whose cnn-ear certificate shows that the coverage period end~ during the duration of the projecq (5) retain ce.,-rificare: of coverage on file for the duration of the project and for three year: thereafter; (6) pro'dee a copy oft. he cerxficates of coverage to the commission uoon requert and to any person entitled to them by law; and (7) use the language contained tn the foilavdng Fig'are i for bid saem.ficadons and contrams, without any additiona5 words or changes, exceot those reauired to accommocizte the specific document in wkich they are contained or ~o impose stricter standards of documentation: T28 S I ] 0 ] I tbi http://wv,~v sos.sramtx uw'tacJZS/IJYl 10/13/1 I0 110 htrrd ~17195 2Z 7'-.C Il0 110 _-) A contractor i) pro'nde coverage_ For ils em~:cvees. . crowding_ se.wices on a .Drojeck Sa: ~'1%- duration o£the project 3=ed on proper reporting or-c!azsLS_cz:~za codes ~,nd pz.~zoii amounts and ~zg 06 a.ny coverage .j2) provide z certi.fic~.te of coverage s~.oWmg workers' ccmpensadon coverage to the goverrtmental e.".dw, prior to be_mn.m_'-.g work or. £~e :rojecr (~) provide the gove,'TLmen£aJ eh:-'7,-, F-~or to the end of the coverage po.dod_ z new certific, zze of coverage showing ex~en_s-ion of cc'.'e~ge, i~the coverage period shown on '.&: conrractoes current ::r-allState of coverage ends durir, z :ko dtu'auon of the proje~; (4) obtain fi.om each pe,'~on providing se.wices on a project, and provide to ti".e governmental entity: (A) a certi~caze of coverage, prior to rhzt person be~nning work on the eroiezx, so the governmental ~-~fiW wiiJ have on file ce?dficates or'coverage showing coverage for ail ~'e~'e~ providing services on 7_s pro.icc:.; mad (B) no later ti-~.n seven days a&er rec.eipr by the conu-ac"ror, a new cerrzficaze otcoverage sho~in~- exqeo, sion or-cover-age, k-r_he cove~ge period shown on the curr~nt certi~czz: or'core,ge ends d-m4ng the duration of the projec:; (5) retain ail required ce:xificates o£coverage on file for the duration or-the project and for one yem- t,her e.~5 e r, (6) notify, t.he governmemal entity, in writing by certLfied mail or perxonat ds~ive.'3,, within ten days after the contractor knew ar should have kmown, of any change that mazerially a~.e~z r. he provision of coverage of any person providing se:-viczx on the project; (7) pos~ a notice on each project size m:-orrnmg all persons providing services on t_he project thor they a_-e reqtm-ed to be covere, d, and smdmz how a person may veriby corrent ccve,~ge and report failure to provide coverage. This notice does noc satisfy other pos-mag re=quirements imposed by the Act or other commission ruJes. This notice must be printed with a title in ~ least 30 point bold .type a.nd texx in at least 19 point normal ryp~ and shall be in both English a_nd Spanid:l and any orhea- langtmge con,mort to the worker pop,,bt;on_ The text for the noficc~ shall be the following text pro,oder by the commission on the sample notice, without any additional, words or changes: KEQLrI~FD WOR_KiF_.RS' COMPENSATION COVEtLA_GE 'The law requires that each per, on working on this site or providing ser'vice~ related to this constm~ion projec~ must be coverec by workers' compensation ir~u.ra_nce. _-7-~s includes persons providing, hauling, or delivering equipment or materials, or providing la, or or trm'tsportafion or other se, v-ice related to the projecT, regm-dless of the identity of' their employer or slanas as an employee." "Call the Texaz Workers' CompepzaUon Comrruszion at 5 I2~40-3789 to receive irLt-ormadon on the legal requirement for coverage, to yetiS.., whether your employer has provided the required coverage, or to report an employers failure to pre¼de coverage." hap://'v,~,,.~, sos.sta£e.~x.us/tac./28/'U:'110/B/1 I0 110 htrrd ~,,,~,d x/x~/~ 8/7198 2$T.z-C [l? I. ) c ..... CL~..',Iy re ........ ?erzcn ' :roject to: (A) provide c~veraue based en 2rouer re:e~-~L':g o£ classificazen :odes =-~.d pa.vroii amounts and ofw, y coverage a~men:s (ct =;; of its e_.~__~icvees orovidLz: z:.~,qces en the proje~. Far the duration of the c~amca ..... 05 er_=e to .,,e c ..... c-tar Drear .~e C,'.z[ oerson begs.m~-.g work on the proje=: (C) i. nciude m .=il cca:.-a~s :o ~rovide se_'-,Sces cn the proje~ eke i~-,guage in subse:2cn (e)(3) of this seczio,-L (D) provide ,.,he con:.-a~cr. ?nor to the end o£ :i':e coverage :eSock z new ce,'-rifica:e o£coverage showing e~en~ion of coverage, k'-he ceverage period shosvn on the current certificate of coverage en~ eltwing the dttraticn cf the project: (E) ob[am fi.om each other re~on with v,-~,om i: controls, and :_-evide to the con:romar:. 0) a ce:~.a, cate of coverage, prior ;o the cmer :e~on begm--2ag work on ~e proje~: --~-d (ti) prior to the end of the coverage pe:-iod, a new certificate cf coverage shoWing e.v-er, zion of the coverag_e penoci, if the coverage period shown on the current ce,'-:~cate of coverage end~ during the duration of the proje~; ('F') re'=--am all re .cp.~red ce~.iE, c.ates o£coverage on ~e for the dura.'iort o£the proje~ ~'".d for one year there, a_~e r; (G) nareS', the goverr, m:.z:,l entity in writing by certified mail or pe~on~.l delivery within ten days after the person knew or should have known, o£ any change ti:at materially agectz ~e vrovision o£ coverage of any person providing se~4cex on the projec~ ?d (Iff) conu-acmally remm-e each other peaon with whom it coau-ac:s, to oerform as rec'uired by subparagwapNs (A)-(H') of this par-agra_ ph with the cer-cificate of'coverage to be provided to the per, on for whom they are providing services. (e) A. perxon providing servicex on a proje~ other than a contractor, shall: (l) provide coverag_e for ks employees providhng se.,-vices on a project, for the duration of the project ba~ed on proper reporting or-classification codes and payro~i amounts ~nd fi.ling o£any coverage agreements; (2) provide a cerfi.ficz~e o£coverzge as reauired by ks contrac: :o orovide services on the project, prior to begixming work cn ~he project; (3) have the £ollowmg Imguage in iu conu'ac~ to provide se?rices on the project: "By signing this contrac or providing or causine to be provided a certificate o£coverage, the person signing thSs contra~ is representing to the governmental entity that all employees of the person si~ing this con~rac: who will prov~ae services on the proj~t will be covered by workers' comoensation coverage hnp:~/'s;-,~'w sos.state.~ uwtac/28/[I/1 lOFB?110 110.hLrn3 Revl~ed ~z~/~a~ 8/7/98 For tz:: duration o£:3: proiect, :hzt :h~ cc'.'cra~ ~ be ~c~ on proper rcpa~a~ ofd~s~on codes ~q~ pa~oQ ~oums. and ,hat ~ cov~rz~e a~e~ms 'a~ be ~ed ~th ~ zppropdatc ~acc: ~er or, :z ~c ~c oFa sckZ~e~ ~ &e co~2ssioa:s DMsioa o~Se~-~ce Re~iadoa Pro~] ~e or ~:l~db~ L~o~UO~ may subjc~ pen~s, c~ ~en~des, cJ~ pe~dcs, or o~er ci~ (4) provide the person for whom it is providing semces oa the projec',, prior to the end oft. he coverage per/od shown on its current cemScate ofcoverzge, z new c.e.'-fi:ficare showing exxer~ion of coverage, ir- doe coverage period shown on ,'he cemficare of coverage ends during ',.he duration of the proje~; (5) obt~ua from each .aerson providing se:w/ces on a proje~ re:der contract to it, and provide ax required by irs contr~: (A) a cenS. ficate o£coverage, prior to the omer per, on be~nn.mg work on the project; and CB) pnor to the end oft.he coverage period, a new cem.fi, ca.tc or-coverage shoVang ertermion oft_he cover2ge period, it'the coverage period shown on the ,cun-enr ce,'-dficate of coverzge end~ during the dm'~tion of the (6) re:aLu ~ required cen:ificates of coverage on fi/e for d'~e duration of the project and for one year there2.fi:er, (7) nati0 the gaverrtmental entity in writing by cemfied mail ar personal del/very, al~' any change that mal:erizlly affects the provision of coverage o£any person provid/ng serv'ice~ on the project and send the not/ce witNn ten days afl. er the person i~-new ar should have known a£the change; and (8) conu'acmally rezuke each other person with whom it contracts to: (A) provide coverage based on proper reporting of claxsfficadon code~ and paY'roil amotmtx and of any coverage a~m-e--menrs for all of its employees providing services on the project, for the alu. tm:ion o£the project; (Et) provide a certificate of'coverage to it prior to that other per:on be_aLto-ting work on the projecg, (C) hac!uda ha all ccaa~ac~ to provide se~Sc~ oct the projec~ the ia.ngu~ge in pa_,~m~ph (3) ofrh;, subsectioa; (D) provide, prior to the end of the coverage period, a new certificate ofcoveage showing ex'tension of the coverage period, ii-the coverage pe.qod shown on the current certificate of coverage ends during -,.he duration cf the project; OE) obtam from each other person under ccntract to it to prov/de serv/ces on the projec"g and provide as required by its conwacr: (i) a cerrLficare of coverage, prior to the other r>erson be?rang work on the project; (h) prior to the end of the coverage pedod, a new cem.ficare o£coverage showing exxer~ion of the coverage period, if the coverage period shown on the current ceaificare of coverage endx during the 8/7198 h~p://vo.vw sos.state ~ us/tac/28/'Fg110FB/I I0 110 html ~OTZC~ To cour~o~croas - a dura[lorl C[ :he Co~[r~cll reran ali' r¢~uLred" c~...2°~'----~¢ .... of cc','era~e_ ca ~ie _For the duration of:he _vrofec~. and for one year (G) not~. the govemme.-:.~ ca'-;.'7/in writing by ce.'wJzled mail or persor2.i de~Jvery., w/thin ten days axler the person kmew or should have known, of arty change that mzte,,5.~iiy affecx, s the provision o£ coverage oDany person prov/din, g services on the project; and (H) contractually require each.P-erson with whom ir contracts, to perfo..,:m as required by this subpar'~_m-aph and ~bparagapi~ (A)-(G) o£this para_m-ap[t, w/th the ce~..~cate of coverage to be provided to the person for whom Lhey ~re providing se,~Aces. (0 Ifa.ny provision of th_is roi: or irs at~piicauon to any person or cFa-cam_stance is held invalid, th," mvalid/ty does not affect other oro','/sioax or appticadons ofthi~ llJ. ie rhea. ~ be given effect without the invalid provision or appllcariork aald to this end the provisions o/'tkis rule are declared to be severable. (g) Ths ruie is appficabie for buiiding or ccrLvrruc~hon contracts adve.msed/'or bid by a government, a/ entity on or a.fier September i, 1994 'lTbJs mie is a/so appl/c.a.ble for ~ose building or c-omc*don contrac-~ entered into on or a~rer September l, 1994. which are not rezuired by law to be advertised for bid. (h) 'I-he coverzge requirement m this rule does not apply to motor cra-nets who are required pu_,-xumx to rexa~ Civil Statutes, Article 6675c, to re,xfer ,.ruth the Texas De?_rrment of Trarmporration and who pro,ride accidental ir~_~urance coverage purmant to Tex3.~ Civil St=rotes, Articie 6675c, § 4~"). (i) The coverage requ/rement in thJz rule does nor apply to sole proprietors, partners, and corporate olTicers who m~t the requirements of the Ack § 406.097(c), and who are: explicitly excluded Rom coverage m accorch, nee with the Ack § 406.097(a) (as added by I-torte Bffi 1089, 74th Le~dattlre, 1995, § 1.20). This subsection applies ordy to sole proprietors, partners, and corporate exem.n~e officers who are excluded [rom ccverage in an irt.yin-anco policy or ce.,-dfic, are of authority to sel~-inxure that is de[iver~ bxued for de;Jveo,, or renewed on or after JanuaC/ 1, 1996 Source: The provi~iom o£this § 110. 110 adopted to be effective September 1, 1994, 19 Tex_.R. eg 5715; amended to be effe:'Uve November 6, 1995, 20 Tex_R_eg 8609. Return to Section Index P,e ~,i ~ eci 1/I, 37981 8tr7/9~ ht[p://,xmrov sos.srate.rx.uw'rac,,'2SfLIJ110/13/110110.html ~,,~ vot ? PART A SPECIAL PROVISIONS M~JOR OUTFALL R~PAIRS - P~A~E I (PART A) SECTION A - SPECIAL pROVISIONS A-1 Time and Plac~ of Receiving Proposals/Pre-Bi4 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 ~:00 p.m., We~[nesday, J~n~&ry 19, 2005. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN. ~ID PROP~AL - MAJOR OUTF/%LL N_~pAIR~ - PHASE I (PART A) A pre-bid meeting is scheduled for 2E00 p.i., Th~re~y, J~e~-~ 06~ 2005 and will be conducted by the City. The location o[ the meeting will be the Depart~nt of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopar~ Street, Corpus Christi, TX. Any ~z~Air~es ~xri~ b~4~ I~o~ld be a*~xeel~ to ~c~tt Warmer, ~h/ner ~osel~ & A~I~c., Xnc., ($6~) S57- 2211. No additional or separate visitations will be conducted by the city. A-2 Definitions and Abbreviations Section B-1 of the C~neral Provisions will govern. A-3 Description of Pro~ect Major Outiall Repairs - Phase I (Part A); consisting o~ the following general items: / · Water Street Storm Water Culvert internal reinforced concrete pipe repairs, concrete crack repairs, and investigation and potential plugging of small inlets. All repair work will be conducted from within the culvert; no excavation will be required. · Louisiana Storm Water Culvert - repairs to culvert inlet pipes and manholes in three locations_ Portions of the repair work will include excavation and street, curb/gutter, and sidewalk repairs. Windsor Park Storm Water Culvert and Outfall - repairs and i~provements include scour remediation/protectJon at the outfall, str~/ctural concrete repairs and concrete crack repairs. and all other work incidental to completing the project in accordance with the plans, specifications and contract documents; A-4 Method of Award The bids will be evaluated based on the Total Base B/d, subject to availability of funds. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Subm/tted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (~ust reference Pro4ect Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bax~k draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Ti~e of Co~letion/Liquidated D-m-gee The working time for completion of the Project will be 120 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Ser~zices (City Engineer) may withhold and deduct from m~nies otherwise due the Contractor the amount of liquidated damages due the City The w~rking time for completion of Louisiana Repair Item 3 (Intersection of Loutsia~za ~d Swa~tner - see Drawing Sheets 5, 8 and 9) shall not exceed 21 calendar days from the date work starts at that particular site. For each calendar day that any work remains incomplete after the 21 calendar day ]~m~t for this particular site (Loulsiaua Repair Item 3; intersection of Louisiana and Swantner) or after such t~me 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 inclosed as a penalty but as an estimate of the damages that the City will sustain from delay in co~q~letion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the m~ount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furtherm~Dre, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. 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 ~eneral Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt Since addenda can have significant i~act on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy Construction. In case of conflict, Contractor shall use higher wage rate. ~ Cbrpus C~risti city Council has determir~d the general p~l~ ~ ~ly ~ ~t~ for ~ ~, ~ ~ ~t ~t ~ ~ C. ~ ~t~ctor ~ ~ ~t~r ~t ~t ~y less ~ ~ ~ifi~ ~ ~tes to ~1 l~re~, ~, ~ ~ ~1~ ~ ~ ~ ~ ~ti~ of ~ ~tra~. ~ ~t~ctor or ~t~r s~l fo~eit s~ ~11~ ($60.00) ~r ~1~ ~y, or ~i~ ~f, for ~ l~r, ~, or ~c ~1~, if ~ch ~ is ~d 1~ ~ ~ ~ifi~ ~tes for ~ cl~sifi~ti~ of ~rk ~o~. ~ ~t~or ~ ~ch ~t~or ~t ~ ~ ac~ ~ s~ ~ ~ ~ cl~sifi~t~ of ~1 1~, ~, ~ ~ ~1~ ~ ~ ~ ~i~ ~ ~ ~oj~ ~ s~ ~ ac~ ~ ~id to ~ The Co~tractor ~u 11 make bi ~ekly certified payroll su~nittals tm t/~ City Er~3ineer. C~n~_~actor will a/so obtain copies of such certified payrolls frum all sub~u~t~ctors others ~rk/n~ on ~he Project ~hese ck~-~nts will also ~ submitted to the City EngLn~er bi w~kly. (S~ section for Minority/Minority Business Enterprise Participation Policy for additic~a/ 'eqUlr~m~nts concerning the p~r form and c~ntent of tt~ payroll sukmittals. ) One and c~ne-half (1/2) ti~s the sl~cifi~d hourly ~ nust k~ paid for all he~r~ ~rk~d in e~cess of 40 hours in an~ or~ ~eek and for a/1 hours ~rk~d cm Sunday~ or holiday~. (See Section B-l-l, Definitic~ of Terms, and Section B-7 6, Working Hour~.) A-I_1 fk~o~-at/~ w~th public ;~3~z~ies (R~v~s~d 7/5/00) The Contractor shall cc~oerate with all public and private agencies with facilities operating within the limits of the Project. Tim Contractor shall provide a forty eight (48) hour r~tice to any applicable agency ~xe~ ~3rk is anticipated to pro~i~<t in t/~ vicinity of any facility by using the Texas One-Call System 1 800-245 4545, the ~ Star Notification C~ at 1-800-669 8344, ar~ t~ Sout~tern Bell Lc~at~ ~ at 1 800-~8-5127_ For t~ C~tractor's c~e/qc~, t~ followi~ telepP~ r~ ar~ listed_ City ~'~=~r 880 3500 ~j(~t Eu~3~ 857-2211 F~tt K. Wa~r, E.I.T. · k~fic E~/r~rir~ 880 3540 Police Depa~h,==~t 882 1911 ~ter Divisicm% 857-1880 (880-3140 ~aste~ter Se~c~ Div/sic~l 857-1818 ~ Di~ri sic~ 885-6900 (885-6900 ~Im ~ter 857 1881 Parks & P~cr~aticn 880-3461 Solid W~te Se~c~s 857 1~70 f~tr~ ~ & Li~qt f~. 299-4833 Sc~t~te~u~ Bell q~le~ CD. 881-2511 C/ty St_r~t Div. for ~fic Signal/Fiker Optic I~ate ·EsI (Fiker Optic) ~ (Fi~ Optic) f~ic~ (Fi~r optic) CA~DCK (Fi~ O~ic) Br~ Fi~r Optic (MAN) after (880-3140 after after ~) (880-3140 after (693-9444 af t~.r (1- 800 -824-4424, after ~rs ) 857 -1946 857-1960 857-5000 (857-5060 after hours) 887 9200 (Pager 800-724-3624) 813-1124 (P~r 888-204-1679) 881 5767 (P~ 850-2981) 512/935 0958 (F~ile) 972 753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, k~Dth above and below ground. The Drawings show as much information as c~ be reasonably obtained from existing as built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessa~ 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 info~]nation is not ~aranteed. It is the Contractor's sole and cc~lete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities_ If the Contractor encounters utility se~ices along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. Ail such repairs must conform to the requirements of the company or agency that o~q/s 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 temporar~ 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 ali 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. (Revised 9/18/00) Page 4 of 23 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_ Thc Contractor will bc required to schedule his operations so as to cause minimum adverse impact on thc accessibility of thc muccum and public_ This may include, but is not limited to, working driveways in half widths, eonstruction of temporary ramps, crc. 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 Ail costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Equipment Spillage and Track£n~ The Contractor 8hall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area_ ~and 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 ~xeavatlon and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. Ail existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. Ail necessary removals including but not limitcd to pipe, driveways, sidewalks, crc., arc to bc considcrcd subsidiary to thc bid itcm for "Street Excavation", therefore, no direct p~cnt will bc ~adc to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. (Revised 9/18/00) Rage 5 of 23 A-17 Field Office NOT USED Thc Contractor must furnish thc City Engineer or his representative with a field office at thc construction site Thc field office must contain at lca0t 120 square fcct of u0cablc space. Thc field office mu0t be air conditioned and heated and mu0t bc furni0hcd with an inclined table that measures at least 30" x 60" and two (2) chairs~ Thc Contractor shall move thc field efficc on thc site ac rcguircd by thc City Engineer or his rcprc0cntativc_ Thc field office must bc furnished with a telephone (with 2t hour per day answering service) and F/kK machine paid for by thc Contractor_ There is no separate pay item for thc flcld office. A-18 Schedule and Sequence of Construction The working time for completion of the Project will be 120 calendar clays_ 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_ The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) calendar days prior to the pre construction meeting. The plan must indicate the schedule of the following work items: Initial Schedule: Submit to the City Engineer three the Pre Construction Meeting an initial Construction for review. (3) days prior to Pr~ress Schedule Items to Includez Show complete sequence of constr~ction 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. Periodic Update: Submit Updated Construction Prc~3ress Schedule to show actual progress of each stage by percentage against initial Schedule. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages_ Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City The working time for completion of Louisiana Repair Item 3 (Intersection of Louisiana and Swantuer - see Drawing Sheets 5, 8 and 9) shall not exceed 21 calendar days from the date work starts at that particular site. For each calendar day that ~ny work remains incu~lete after the 21 calendar day l~m~t for this particular site (Louisiana Repair Item 3; Intersection of Louisiana and Swantner) 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 d*m~ges. Said liquldated d~m-ges are not ~mposed as a penalty but as an estimate of the damages that the City will sustain Section A - ~P (Revised 9/18/00) Page 6 of 23 from delay in completion of the work. which damages by their nature are not cepable of precise proof. The Director of Engineering Services (City Engineer) may withhold ~nd deduct from m~nies otherwise due the Contractor the amount of liquidated d~mages due the City. A-19 Construction Staking The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc_ that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the City or the Consultant Project Engineer. The Contractor will furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City Surveyor 48 hours notice so that alternate control points can be established by the City Sur~xeyor as he deems 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 Surveyor at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City Engineer prior to deviation. If,- in the opinion of the City Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and martholes at the completion of the paving process. Also, the City Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work_ A-20 Testing and Certification Ail tests required under this item must be done by a recognized testing laboratory selected by the city Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer A-21 Project Signs NOT USED Thc Contractor must furnish and install 1 Project signs as indicatcd on the iollowing drawing0. (Attachmcnt IV} Thc signs must bc installed bcforc eonstruction bcgins and will bc maintaincd throughout thc Projcct pcriod by thc Contractor. Thc location of thc ~ign~ will bc dctcrmincd in thc ficld by thc City Enginccr~ A-22 1. Minority/Minority Busiuess Enterl)rise Particip&tion Pol4cy (Revised 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_ Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. C Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be ow~led by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51 0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, 0ectfon A SP (Revised 9/18/00) Page 8 of 23 procurement, and subcontract payments, and any other monetar~ distribution paid by the business enterprise Minority: See definition under Minority Business Enterprise. 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. 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 The goals for participation by minorities Enterprises expressed in percentage terms aggregate work force on all construction award are as follows: and Minority Business for the Contractor,s work for the Contract Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % 15 % These goals are applicable to all the const~n~ction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be su]pst~ntially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance Upon completion of the Project, a final breakdow~ of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade~ which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved The city Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. (Revised 9/18/00) Page 9 of 23 A-23 Inspection Required (Revised 7/5/00) NOT USeD Thc Contractor shall assure thc appropriate building inspections by thc Building Inspection Division at thc various intc~alo of work for which a pcr~it is rcquircd and to ao0urc a final inspection aftcr thc building is completed and ready for occupancy. Contractor must obtain thc Ccrtificatc of Occupancy, %~hcn applicablc. Section B 6 2 of thc Ccncral Provisions is hcrcby amended in that thc Contractor must pay all fcco and charges lcvicd by thc City's Building Inspection Dcpartmcnt, ~nd all othcr City fees, including watcr/~otcwatcr meter fees and tap fcco as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City_ All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with 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 Treasur~ or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales T~K EX"m~. tion (NOT USED) E~ction B 6 22, Tax Exemption Provision, iD deleted in its entirety and the following substituted in lieu thereof. Contracts for improvcmcnts to real property awardcd by thc City of Corpus Christi do not qualify for cxcmptionD of Ealcs, Excise, and Usc Taxes unlcss thc Contractor clccts to opcratc under a scparatcd contract as defined by Ecction 3.291 of Chaptcr 3, Tax Administration of Titlc 3t, Public Finance of thc Tc×a~ Adminietrati¥c Code, or ouch other rulc~ or regulations as may be promulgated by thc Comptroller of Public Accounts of Texas. If thc Contractor elects to operate under a separated contract, hc shall: Obtain thc ncccssar7 sales t~[ permits from thc Statc Comptroller Section A - SP (Revised 9/18/00) Page 10 of 23 thc "Etatcmcnt of Materials and thc cost of materials physically Identify in thc appropriate space on Other Charges" in thc proDooal form incorporated into thc Project. Provide resale certificates to suppliers. Provide thc City with copies of material proposal value of materials_ invoices to substantiate thc If thc Contractor docs not elect to operate under a separated contract, hc must pay for all Calco, ~xui0c, and Usc Taxes applicable to thio Project_ Subcontractors arc eligible for oulcs tax exemptions if thc subcontractor also complic0 with thc above requirement0, Thc Contractor must issue a resale certificate to the subcontractor ~nd thc subcontr~ctor~ in turn, issues a resale certificate to his uupplicr. A-26 Supplement&l 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 chan~ to~ 1 Name: city of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 Cot]pus Christi, Texas 78469-9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract For each insurance coverage provided in accordance with Section B 6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or a~/y damage to a~ay 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 inju~-y, death or damage is caused directly by the negligence or other fault of the City, its agents, se~-vants, or employees or any person indemnified hereunder_ A-27 Responsibility for D-~-~e Cleims NOT USED Paragraph (a) Ccncral Liability of Ccction B g 11 of thc Ccncral Pro¥ioiono is amended to includc: Contractor must provide insurance coverage for thc term of thc Contract up to and including thc date thc City finally acccptc thc Project or work. I eovcragc must bc an "All Ri0k" form_ Contractor must pay all costs ncecsnary to procure such insurance covcragc, including any dcductiblc. Thc city must bc named additional insured on any policies providing such insurance coverage A-28 Consider&tions for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects be~n within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien_ If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field A~m{nlstration 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: Section A - SP (Revised 9/18/00) Page 12 of 23 The superintendent must have at least five (5) years ex"perience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural 0tccl crcction, ma0onr~, safety, coordination of subcontractors, and familiarity with the architcctural submittal process, federal and state wage rate requirements, and contract close out procedures. 2 The foreman must have at least five (5) years experience in oversight and management of the work of various subcontractors and crafts_ If the scope of the Project is such that a foreman is not rec~/ired, the Contractor,s superintendent shall assume the responsibilities of a foreman Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and a~y subseguent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project_ If such approval is not obtained, the award may be rescinded. Further, such wucitten approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the city Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended 'Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B 3 1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. (Revise4 9/1B/0O) Page 13 of 23 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 c~leted his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project_ The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award_ In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Pailure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; Documentation required pursuant to the Special concerning Considerations for Contract Award Contractor's Field Administration Staff. Provisions A-28 and A-29 and Executio~ and the Dooumcntation as rcquircd by Epccial Pro¥ision A 35 K, if applicablc. Within five (5) days followlng bid opening, a,,~t in letter form, infoz~ation Identifying type of entity ~d state, i.e., Texas (or other et&te) Corporation or Partnership, and n~e(s} and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 ~ Policy ~ Extx~ Work and ~je Orders Under ',General Provisions and Requirements for Municipal Construction Contracts" B 8-5 Policy on Extra ~ork and Chanqe Orders tile present text is deleted and replaced with the following: ODntractor acknowledges that the City has no obligation to pay for any extra work for wh/ch a ch=lnge order has not been si~med by the Director of Er~ineerir~ Service~ or h/s designee. The Contractor also acknowledges that the city Engineer may authorize charge orders which do not exceed $25,000.00. The Contractor acknowledges that any charge orders in an a~ount in excess of $25,000.00 ~st also h~ approved by the City Council. A-32 ~ "Execution of C~traut- Rsqu/r~m-.ts Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: ~ award of the Contract may b~ rescinded at any tin~ prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, ar~ City Attorney, or their authorized d~signees. Contractor has no cause of action of any kind, includir~ 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 C~n~/tlc~s of Work Each bidder must familiarize hi.elf fully with the conditions relating to the completion of t~ 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 ~eeting re~erred to in Speci-] 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, fi~th precedence w~ll be given to the Technical ~p4~cific&tion~, and the C~eneral 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, A,~ specifications, etc , the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, Technical ~ecifications, and General Provisions, in that order. A-35 City Water Facilities~ Special Requirements NOT USED A visitor/Contractor Orientation Prior to pcrfor~ing work at any City watcr facility, thc Contractor, his subcontractors, and cash of their employees must have on their person a valid card certifying their prior attendance at a visitor/Contractor Safcty Orientation Program conducted by thc City Water Dcpartmcnt Personnel A visitor/Contractor Eafcty Orientation Program %;ill bc offered by authorized City Water Department personnel for tho0c persons who do not have ouch a card, and who dcGirc to perform any work within amy City water facility. For additional inforr~ation rcfcr to Attachment 1. B. Operation of city G~ned Equipment C Tho contractor shall not start, operate, or stop ~y pu~, motor, valve, equi~ent, switch, breaker, control, or any other item rolatud to City water facllity at any time. All ouch items muo~ bs operated by an operator or othcr authoriscd maintenance employee of thc City Water Department_ Protection of Water Quality Thc City must dclivcr watcr of drinking quality to itu customcro at all times Thc Contractor 0hall protcct thc quality of thc watcr in thc job site and shall coordinate its work with thc City Water Department to protect thc quality of thc water D. Conformity with A~;SI/NEF Standard 61 All matcrialo and equipment used in thc repair, reaomcmbly, transportation, rcinotallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to ~crican National ~tandards Institute/National Canitation Foundation (~;SI/NSF} Ctandard 61 as dcocribcd in thc F~ard Cpccifications. (Revised 9/18/00) Pa~e 15 of 23 ~uoh ~aterialo include all oolvmnto, cleaners, lu~ricanto, gaskets, thr~&d c~--~ou~do, coatlngD, or hydxaulia o~i~mMu~t. Th~mo lt----- ~uo~ not bo used ~laoo ~hey con~o~ with ~OI/NEF S~rd gl ~d ~leoo ~uch i~ are inep~c~ed on the oi~o by au~horised City poroo~cl l~diatuly prior to uso_ Thc Contractor shall pro¥idc thc Engineer with copies of written proof of A};EI/NgF gtandard 61 approval for all matcrialo which could come into contact with potablc watcr. Ha~dlia9 and Disposal of Trash A/1 trash 9cncratcd by thc Contractor or his cmploycco, agent0, or subcontractors, must be containcd at all times at thc water facility site. Blowing trash will not bc allowed. Thc Contractor shall kccp work arcao clean at all times and rcmovc all trash daily. CONTRAOTOR'~ ON EIT~ PRepARATION Contractor's pcrsonncl must wcar colored uniform ovcralls other than orange, blue, or white_ Each ~.loyee u~ifoz-m muo~ provido c~mpany na~e and individual ~--~loyeo identification. Contractor shall provide tclcphoncs for Contractor pcrsonncl. Plant t~l~phonu~ arc not av&il~lo for Contracto~ Working hours will bc 7:00 A.M. to S:00 P.M , Monday thz-u Friday. Contractor must not usc any City facility rcotroomo_ Contractor must provide own sanitary facilitico. All Contractor vehicles must bc parkcd at dcoignatcd site, as designated by city Water Department staff. Ail Contractor vchiclcs must be clearly labeled with company name. NO priYatc employee vchiclcs arc allotted at O. N. gtcvcno Water Treatment Plant. Ail pcroonncl must bc in company vehicles. During working hours, contractor cmployccs must not leave thc dcoignatcd construction area nor wander through any buildings other than for required work er au dircctcd by City Water Department personnel during cmcrgcncy evacuation. Contractor Qualifications ACQUICITION~) gCADA (gUPERVIEORY CO}~I~OL A}~ DATA Any %~ork to thc computcr bascd monitoring and control system must bc p~rformcd only by qualificd technical and supcrvisorf pcrsoruncl~ as determined by meeting thc qualifications 1 thru 9 below. Thin work includes, but is not limited to~ modifications, additions, changco, oclcctions, furnishing, installing, connecting, programming, customizing, dcbu§ging, calibrating, or placing in operation all hardwarc and/or uoftwarc specified or rcquircd by thcoc specifications. Thc Contractor or his subcontractor proposing to perform thc SCADA %;ork must bc able to demonstrate thc following: Section A - SP (Revised 9/18/00) Page 16 of 23 A-36 1. 2. 3 5 Mc is regularly engaged in thc computer based monitoring and control system busincos~ preferably aa applied to thc municipal water and waotcwatcr industry Mc has performed work on systems of comparable si~c, type, and complcKity as required in thio Contract on at least three prior projects. Mc has bccn actively engaged in thc type of work spcclficd herein for at least $ years. IIc employs a Registered Professional Engineer, a Control Eystcmc Engineer, or an Electrical Engineer to supervise or perform thc work required by this specifications Mc employs personnel on thio Project who have successfully co,~plctcd a manufacturcr,s training course in configuring and implementing thc specific computers, RTU~'o, and software proposed for thc Contract. Nc maintains a permanent, fully staffed and equipped service facility within ~00 miles of thc Project site to maintain, repair, calibrate, and program thc systems specified herein. IIc shall furnish equipment which is thc product of one manufacturcr to thc maximum practical extent. Where thio is not practical, all equipment of a given type will bc thc product of one manufacturer. Prior pcrforr~ancc at thc O. N. Stevens Water Treatment Plant will bc used in evaluating which Contractor or subcontractor programs thc new work for thio Project_ Thc Contractor shall produce all filled out progra.~ning block0 rcq~/ircd to chow thc prograNm~ing as nccdcd and required, to add these two systems to thc c×isting City CCADA system. Attached is an c×amplc of thc required progra.~ning bloc]is which thc City requires to bc filled in and given to t~ City Engineer with all changes made during thc programming phase. Thc attached sheet is an example and is not intended to show all of thc required sheets Thc Contractor will provide all pro~rammin~ blocks used. L. Trcnchi_n~ Rcquiremcnts All trenching for this project at thc O- N. gtcvens Water Treatment Plant shall bc performed using a backhoe or hand digging duc to thc nu~r of c×ioting underground obotructions. No trenching machines shall bc allowed on thc project. Other Submittals Shop Drawing Submittal: The Contractor shall follow outlined below when processing Shop Drawing submittals: the procedure Quantity: Contractor shall submit five (5) copies of each required by thc City to the City Engineer or his designated representative_ Rcproduciblcs: In addition to thc required copies, thc Contractor chall also submit one (1) reproducible transparency for all shop drawings. 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 Section A - SP Page 17 of 23 supplier; pertinent Drawing sheet and detail number(s), and specification Section nu~er, as appropriate, on each submittal form_ Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent constr]~ction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the city Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable pr~ucts, mc~els, options, and other data_ Supplement ~anufacturers' standard data to provide informatio~ unique to this Project_ Variations: Contractor must identify any pro~sed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must required by City Engineer and since previous submittal revise and resubmit submittals as clearly identify all changes made Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection_ Test and Repair Report When specified in the Tec~u/ical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project· A-37 ~--~ "~-~-az~e~e~t and ~-~e for Water FUX~/S~ by tt~ City' Z~DT USED Undcr "Ccncral Provisions and Rcquircmcntu for Municipal Construction Contracts", C lB ;u-rangc~m2nt and Chnr~c for Watcr Furni0hcd by thc City, add thc following: B ',Thc Contractor must comply with thc City of Corpus Christi's Watcr Conscrvation a~d Drought Contingcncy Plan as amcndcd (thc "Plan")_ 7]lis includcs implcmenting watcr conscrwation mcasurc0 cstabli0hcd for changing eonditlonu Thc City Enginccr will providc a copy of thc Plan to Contractor at thc pfc construction mccting. Thc Contractor will kccp a copy of thc P10=n on thc Projcct sitc throughout conotruction." A-38 Worker's Co~ensation Coverage for Building or Construction Projects for Government Entlties The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance NOT USED Thc issuance of a certificate of occupancy for i~rovcmcnts docs not conotitutc final acceptance of thc impro¥cmcnt0 under Ccncral Pro¥ioion B 8 A-C0 A~endment to Section B-8-6, Partial Est4~tes General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite_ A-~i Ozone Advisory ~ USED Priming and hot mix pavin9 operations must not bc conductcd on days for which an omonc advisory has bccn issued, except for repairs. Thc City Engineer %~ill notify Contractor about omonc alert If a delay such as thio is c×pcricnccd, thc day will not bc counted as a work day and thc Contractor will bc compensated at thc unit price indicated in thc proposal. A-42 OS~ Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs The contractor is alerted that much of the required work is to be conducted from within storm water culverts; particular attention must be given to confined space entry and work safety procedures. A-43 Amended Ind-~ification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts,, B 6 21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. Section A - SP (Revised 9/18/00) Page 19 of 23 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, ets_) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Di~ensions 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 constr~/cted_ As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. "};amcplate" data on all installed equipment_ (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-&6 Dlsposal of H/ghly Chloriuated water (7/5/00) NOT USED Thc Contractor shall bc rcspon0iblc for thc disposal of watcr used for testing, disinfection and linc flushing in an appro¥cd manner_ Contaminants in thc water, particularly high lcvcls of chlorine, will bc used for disinfection, and may cxcccd thc permissible limits for discharge into wetlands or cn¥ironmcntally 0cnoitivc areas. Those arc regulated by numerous agencies such as TNRCC, EPA, crc. It will bc thc Contractor's responsibility to comply with thc requirements of all regulatory agencies in the disposal of all water used in thc projcct. Thc methods of disposal shall bc submittcd to thc city for approYal. Thoro shall bc no separate pay for disposal of highly chlorinatcd water. Contractor shall not usc thc City's sanitary scwcr system for disposal of contaminated water. A-47 Pre-Constr~ction Exploratory Excavations (7/5/00) NOT USED Prior to any construction whatever on thc projcct, Contractor shall cxcaYatc and c~po0c all c×isting pipelines of thc project that cross ~ithin 20 fcct of proposed pipclincu of thc projcct and Contractor shall sur~cy thc cxact ¥crtical and horizontal location of cash crossing and potentially conflicting pipeline. For existing pipelines which parallel and arc within ton fcct (10') of proposed pipelines of thc project, Contractor shall excavate and cxposc said e~xiting pipelines at a ~imum of ~00 fcct S.C. and Contractor shall survey thc accuratc horizontal and vortical locations of said parallcl pipclincs at 300 fcct maximum (Revised 9/18/00) Pag~ 20 of 23 Contractor shall thcn prcparc a rcport and submit it to thc City for approval indicating thc Owner of pipclincs c][caYatcd and ou~cycd, as well as thc approximate station thereof, distance to thc pavement ccntcrllnc and elevations of thc top of c×ioting plpclincu. Contractor shall porfo~ no const~uction work on tho project until all exploratory ~xoavation~ have been ~d~ in their entirety, the results thereof to,or,cd to the ~-ginoer and until Cent=actor roceive~ Eng~neor,o approval of E~ploratory excavations uhall bc paid for on a lump sum basis_ Any pavcmcnt repair as0ociatcd with cxploratory c~cavationo shall bc paid for according to thc established until price of pavcmcnt patching. Contractor shall provide all his o%~ survey work effort (no separate pay) for cxploratory cxcavationo. 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 constr~ction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty. (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenanc~ 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 Dewa~ering Storm water that enters an excavation can be pumped out as 1cng 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 sto~ water inlet. An alternative to sheet flow is to pump storm water to an area where pending occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and pending 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. Dewatering associated with groundwater only shall not be pumped directly or indirectly to the storm water system. The City's storm water department (857 1868) indicated that the City of Corpus Christi, by ordinance will not allow untreated groundwater to discharge to a location that flows into Corpus Christi Bay without testing prior to discharge. If the stoI~ water is tested Section A - SP (Revised 9/18/00) and found to be o~ a quality that is equal to or better than the receiving water, then it can be discharged to the storm sewer system_ The water must be tested periodically throughout the duration of the project Options would include pumping to the nearest sanitary sewer or discharging to temporary holding tanks then trucking to a sanitary sewer or wastewater plant_ Other groundwater disposal alternatives or solution may be approved by the Engineer on a case by case basis. Pumped groundwater from the excavation can be pumped to the sanitary sewer system adjacent to the proposed work_ Contact Mark Shell (857 1817) to obtain a "no cost" permit. City will pay for any water testing or water analysis cost required. The permit will require an estimate of groundwater flow Section A - SP (Revised 9/18/00) Pm~e 22 of 23 PROJECT: OWNS R, ENGINEER: CONTRACTOR: SUBM-/TTAL DATE: APPLICABLE SPSCIFICATION OR DP. AWING SUBMITTAL TPJ%NSMTTTAL FOP. M MAJOR OUTFALL REPAIRS - PHASE I (PART A); PROJECT No. 2206 CITY OF CORPUS CHRISTI Shiner Moseley & Assoc_, Inc. PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State: TFPlAS Construction Type: HEAVY County(les) : NLrECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Nuntber 0 Publication Date 06/1372003 COUNTY(ies): NqJECES SAN PATRICIO SUTX2052A 12/01/1987 Rates CARPENTERS (Excluding Form Setting) $ 9.05 Fringes CONCRETE FINISHER 7.56 ELECTRICIAN 13.37 2.58 LABORERS: Common 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader .21 .72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing~ WAGE DETEP~4INATION APPF~LS PROCESS 1.) Has there been an initial decision in the m~tter~ This can be: * an existing published wage deter~nination * a survey underlying a wage determination http//192.239 92.108/search/davisbacon/currenfft.x39.dvb?ts:=0.44154200 1103815653 Page 2 of 2 a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On sur~ey related matters, initial contact, including requests for sununaries of surveys, should be with the Wage and Hour Regional Office for the area in which the sur~;ey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfacto~, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the fox-mai process described here, initial contact should be with the Branch of Constr~ction Wage Determinations_ Write to: Branch of Construction Wage Determinations Wage and Hour Division U_ S. Department of Labor 200 Constitution Avenue, N. W. Washington, D_ C 20210 2-) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U_S Department of Labor 200 Constitution Avenue, N. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S- Department of Labor 200 Constitution Avenue, N W. Washington, D. C. 20210 4.) Ail decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://192.239.92.108/search/davisbacordcurrenfftx39.dvb?ts--0,44154200 1103815653 12/23/IM AGREEMENT THE STATE OF TEX~S § COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 8TH day of FEBRUARY, 2005, by and between the CITY OF CORI~US CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and DMB CONSTRUCTION, L.L.C. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $351,087.80 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: M~JOR OUTF~?.T. REPAIRS PHASE i (PART A) PROJECT NO.2206 (TOTAL BASE BID: $351,087.80) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 I ITEM 1 4 5 II 1 LS 20 LF 1 LS 60 LB 130 LF III Description Provide all labor, material, equipment, bonds, insurance, mobilization/demobilization, and other essentials necessary to complete the Water Street Storm Water Repair Work in accordance with the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Item 2. Perform crack/ joint repairs with polyurethane injection (Water Street Repair Items .2 and 3), complete and in place per LINEAR FOOT. See Note 1 below. Provide all labor, material, equipment, bonds, insurance, mobilization/demobilization, and other essentials necessary to complete the Louisiana Storm Water Repair Work in accordance with the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Items 4 through 6. Perform inlet pipe joint sealing with polyurethane injection (Louisiana Repair Item 1), complete and in place per POUND. See Note 2 below. Provide Trench Safety Measures (Louisiana Repair Items 2 and 3) as required by the specifications, complete and in place per LINEAR FOOT. IV V Unit Price Total ~T~4 QT¥ 7 8 1 LS 1 LS 30 CY 90 LF Description Provide Temporary Traffic Controls during the work (Louisiana Repair Item 3) as required by the plans and specifications, complete and place per LUMP SUM. in Provide all labor, material, equipment, bonds, insurance, mobilization/demobilization, and other essentials necessary to complete the Windsor Park Storm Water Repair Work in accordance with the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Items 8 through 9. Provide and place flo~able fill material for repair of approach slab underm/ning at the Windsor Park Outfall (Windsor Park Repair Item 1), complete and in place per CUBIC YARD. See Note 3 below. Perform crack/ joint repairs with polyurethane injection (Windsor Park Repair Items 3, 5, 7, and 9), complete and in place per LINEAR FOOT. See Note 1 below. IV V Unit Price To~al TOTAL BASE BID: (Bid Items 1-9) The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 130 C~?.~NDAR DAYS after construction is Contractor may be liable for Contract Documents. City will pay Contractor contract in accordance with progresses. Signed in 4 parts above. begun. Should Contractor default, liquidated damages as set forth in the in current funds for performance of the the Contract Documents as the work at Corpus Christi, Texas on the date shown ATTEST C~TY OF CORPUS CHRISTI Ronald F. Massey, Asst. ~ty Mgr_ of Public Works and Utilities APPI~ AS TO LEGALj FORM: As~/ ~ity Attorney ~nge//. Escobar, P.E. Director of Engineering Services ATTEST: (If Corporation) (Seal Below) (Note: Zf Perso~ si~. for oomlmor~i~n is not President, atta~l ~ of authorization CO~T~ACTOR DMB Construction, L.L,C, By: P.O. Box 71118 (Address) Corpus Christi, TX 78467 (City) (State) (Zip) 361/883-1805 * 361/884-1068 (Phone) (Fax) Agreement Page 2 of 2 PROPOSAL FOR FORM MAJOR OUTFALL REPAIRS - PHASE I (PART A) PROJECT 2206 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Page 1 of 8 PROPOSAL Place: Date: Proposal of b~ ~mQ~ , a Corporation or~nized and existing under the laws of State of the OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: MAJOR OUTFIT.?. REPAIRS - PHASE I (PART A) PROJECT NUMBER 2206 at the locations accordance with wit: set out by the plans and specifications and in strict the contract documents for the following prices, to- I ITEM 1 2 4 5 II 1 LS 2O LF 1 LS 60 LB 130 LF III Description Provide all labor, material, equipment, bonds, insurance, mobilization/demobilization, and other essentials necessary to complete the Water Street Storm Water Repair Work in accordance with the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Item 2. Perform crack/ joint repairs with polyurethane injection (Water Street Repair Items .2 and 3), complete and in place per LINEAR FOOT. See Note 1 below. Provide all labor, material, equipment, bonds, insurance, mobilization/demobilization, and other essentials necessary to complete the Louis~ana Storm Water Repair Work in accordance with the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Items 4 through 6. Perform inlet pipe joint sealing with polyurethane injection (Louisiana Repair Item 1), complete and in place per POUND. See Note 2 below. Provide Trench Safety Measures (Louisiana Repair Items 2 and 3) as required by the specifications, complete and in place per LINEAR FOOT. IV V unit Price Total I I,7,52, oo $ (ql,752, Proposal Form Page 3 of 8 I ~ II III IV V Unit ITEM QT¥ Description Price Total 6 1 LS Provide Temporary Traffic Controls during the work (Louisiana Repair Item 3) as required by the plans and specifications, complete and in place per LUMP SUM. 7 1 LS 8 30 CY 9 90 LF Provide all labor, material, equipment, bonds, insurance, mobilization/demobilization, and other essentials necessary to complete the Windsor Park Storm Water Repair Work in accordance with the plans and specifications, complete and in place per LUMP SUM, except for work covered under Bid Items 8 through 9. Pr'ovide and place flowable fill material for repair of approach slab undermining at the Windsor Park Outfall (Windsor Park Repair Item 1), complete and in place per CUBIC YARD. See Note 3 below. Perform crack/ Joint repairs with polyurethane injection (Windsor Park Repair Items 3, 5, 7, and 9), complete and in place per LINEAR FOOT. See Note 1 below. TOT;iL ~%S~. BID: (Bid Items 1-9) ~ropo~al Form SPECIAL NOTES TO BIDDERS: 1- The quantity of crack/joint polyurethane injection repairs is approximate and may range between 80 and 100 linear feet. The Contractor shall only be paid for the actual amount of material placed (measured in linear feet of crack repair), therefore may not be paid the full amount shown on the bid form. Mobilization of equipment for polyurethane crack injection repairs shall be included in Bid Item 1. 2. The quantity of sealant material required for the pipe joint sealing repair items is approximate and may range between 20 and 60 pounds. The Contractor shall only be paid for the actual amount of sealant material placed (measured in pounds), therefore may not be paid the full amount shown on the bid form_ Mobilization of equipment for pol!rurethane pipe sealing repairs shall be included in Bid Item 1. 3. The quantity of flowable fill required for the repair of the Windsor Park approach slab %undermining is approximate and may range between 10 and 30 cubic yards. The Contractor shall only be paid for the actual amount of flowable fill placed (measured in cubic yards), therefore may not be paid the full amount shown on the bid form. Mobilization of equipment for placement of flowable fill shall be included in Bid Item 1. Proposal Form The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bend attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent iow bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. N,,m~er of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Co~letion: The undersigned agrees to complete the work within l~calendar days from the date designated by a Work Order. Th~ndersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): (SEAL - IF BIDDER IS a Corporation) Respectfully submitted: Do not detach bid from other papers. Fill in with ink and subm/t complete (Revised August 2000) STATE OF TEXAS COUNTY OF NusCES PERFORMANCE BOND Bond #4346637 KNOW ALL BY THESE PRESENTS: THAT DMB Construction, L.L.C. of NUECES County, Texas, hereinafter called "Principal", and SureTe¢ Insurance Co~%Dany , a corporation organized under the laws of the State of Texas , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of THREE HL~NDI~F~D FIFTY-ONE THOUSAI~D, EIGHTY-SEVEN AND 80/100 ($351,087.80) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 8TH of FEBRUARY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: MAJOR OUTFAI=L REPAIRS PHA~E i (PART A) PROJECT NO.2206 (TOTAL BASE BID: $351,087.80) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED ~'u~TNER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 one of which shall be deemed an original, this the 8th February , 20 05 __ copies, each day of PRINCIPAL DMB Construction, L.L.C. (Print Name & Tztle) (Prznt Name) SURETY SureTec Insurance Company Attorney-in-fact Roxanne G. Hebert (Print Name) The Resident Agent of the Surety in Nueces County, notice and sez-~ice of process Ks: Contact Person: Address: Phone ~er: Texas, for delivery of Elsey & Associates Surety/Insurance AKency, Inc. Jacquelyn Kln~sbury 15102 Leeward, #604 Corpus Christi, Texas 78418 281-651-0002 (NOTE: Date of Performance Bond must not be prior ko date of contract) (Revised 9/02) Performance Bond Page 2 of 2 PAYMENT BOND STATE OF TEXAS COUNTY OF NUECES Bond #4346637 KNOW ALL BY THESE PRESENTS: T~AT DMB Construction, L.L.C. of NUECES County, Texas, hereinafter called "Principal", and SureTec Insurance Company , a corporation organized under the laws of the State of Texas , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of THREE HZrNDP, ED FIFTY-ONE THOUSAND, EIGHTY-SEVEN AND 80/100 ($351,087.80} DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 8TH day FEBRUARY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: MAJOR OUTF~T.T. P, EPAIRS PHASE 1 (PART A) PRO~ECT N0.2206 (TOTAL BASE BID: $351,087.80) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTW~.R, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bend, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon~s Texas Insurance Code. IN WITNESS WBEREOF, this instrument is executed in one of which shall be deemed an original, this the February , 20 05 4 copies, each 8th day of PRINCIPA~ DMB Construction, L.L.C. By: ~-~.~ ~ (Prmnt Name & Tztle Secretarv (Print Name) SUP. ETY SureTec Insurance Company ~ttorney in-fact Roxanne G. Hebert (Print Name) The Resident Agent of the Surety in Nueces County. Texas, for c~livery of motice a~d sex.ice of process ks: Agency: Contact Person: Elsey & Associates Surety/Insurance Agency, Jacquelyn Kingsbury 15102 Leeward, #604 Corpus Christi, Texas 78418 281-651-0002 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 CITY OF CORPUS (~P_I~TI DRPART~RNT OF ~K~II~u~ING P.O. BOX 9277 CORPUS CHRISTI, ','aAA~ 78469-9277 Certification of Power of Attorney for Performance a~d Payment Bon~a Contract Name ~ Surety C~an¥: SureTe~ Insurance Company Z, JohnKnox, Jr. (na~e o£ o~flaa~ of surety), hereby certify that the facai~/le power of attorney eub~tted by Bruce C. DeHart, David R. Orop~ll, Ro~lyn~. H~sell, ~w~d L, M~re, *** (A~-~-~a~} f~ v~o~ (~n~tor) , a o~ o~ ~ il at~ to ~s ce~l~ioate, is a t~e ~d ~ect ~y of ~e orig~n~l ~r of at~o~ey ~ file in the recor~ of ~e ~eCy c~ 'in ice h~ o~ice, ~s not ~ a~nd~ or ~ri~ed, ia still ~ f~l ~orce ~d effect, ~d said desi~sted agent is =~=ly ~ 9~ eC~ding wi~ the ~rety. In ~e ~= of c~cellaCi~ of ~ls ~r o~ a~o~, the City of Co~a ~ie~i shall be notifi~ in ~it~g by cer=ift~ ~il within seven (7) ~ thereof at =he ~ollow~g ad--es, City of Corpus ~isti DeparC~t of r,'ngtnaering Services At~, Contract A~tnistrator P.O.' ~OE 91~7 Corpus. ~hwtsti, Texas 78469-9277 27th September Signed this -- day of Sworn and subscribed to before ~e on this , 20c~ 27th *** Lorl Ellis, Rolanue C. Hebert, Gary L. T/m~ons ( HeViled 7/00) ATTA~ 1 10FI SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732~}099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Depadment oi: Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax-~: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage tor ~acts of terrorism" as defined in Section 102(1) o[the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) oi: any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules oi: law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Triple Rider.doc rev 11_03 1 PAYMENT BOND STATE OF TEX~S COUNTY OF N~ECES § KNOW A?.?. BY THESE PRESENTS: THAT DMB Construction, L.L.C. of NUECES County, Texas, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of THREE HUNDRED FIFTY-ONE THOUS~/~D. EIGHTY-SE1~EN;~ND 80/100 ($351,087.80) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 8TH day FEBRUARY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: Mi~JOR OUTF~?.?. REPAIRS PH~E i (PART A) PROJECT NO.2206 (TOTAL BASE BID: $351,087.80) NOW, T~.REFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURT~n~.R, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is giYen to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WTTN-~SS W~KR~OF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20__ PRINCIPAL By: (Print Name & Tztle) ATTEST Secretary (Print Name) SURETY By: Attorney in-fact (Print Name) Th~ ResiSt Ag~t of the S~re~ in N~ecea County. T~a~, for d~livez-y of ~otice ~ sez-~/ce of process Agency: Contact Person: Phone A%-.~er : (NOTE: Date of Pasrment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT DMB Construction, L.L.C. of NI/ECES County, Texas, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of T~REE H73NDRED FIFTY-ONE T~OUSAND, EIGHTY-SEVEN AND 80/100 ($351,087.80) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: T~E CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 8TH of FEBRUARY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: M]%JOR OUTFALL REPAIRS PHASE i (PART A) PROJECT N0.2206 (TOTAL BASE BID: $351,087.80) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROV-~DED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Te×as. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS W~-REOF, this instrument is executed in one of which shall be deemed an original, this the , 20 4 copies, each day of PRINCIPAL By: (Print Name & Title) ATTEST Secretary (Print Name) SURETY By: Attorney-in-fact (Print Name) Th~Resi~tAgemt oft he SnretyinNueces Conntv. notice amd sez~ice of process is: Agency: Contact Person: for~eliFer~of Phone ~er: NOTE: Date of Performance Bond must not be prior to date of contract) Revised 9/02) Performance Bond Page 2 of 2 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms sasldng to do business with the City to provide fl~e following Information. Every question must be answered. If Ihs question Is not applicable, answer with "HA". ~, STREET: FIRM is: 1. Corporation 2. Partnership 3. Sole Owner 4. Association ~ 5. Other Lt L.([, DISCLOSURE QUESTIONS If additional space Is necessary, please use the reverse side o! this page or attach separate sheet, 1. Slate the names of each "employee' ol= b~e City of Coqous Christi having an 'ownership inlerest' constituting 3% ~- more of [he ownership in the above named 'firm'. Name Job Title and City Department (if known) State the names ct each 'official" of the City of Corpus Chdsti having an 'ownership interest" constituting 3% or more of I~e ownership In the above named "firm". Name/~ o_ TItis State Ihe names of each 'board member= of the City of Corpus Christi having an 'ownership interest- constituting 3% or more of the ownership in [he above named "l~rm'. Narse Board, Corsrslsslon or Commlttas Stale the names of each employee or officer of a "consultant' for [he City of Corpus Chdsfi who worked on any matter related to Ihs subject ct 1Ns contrecl and has an 'ownership interest' constituting 3% or more of the ownership in the above named 'firm'. Name Consultant CERTIFICATE I certify that all Information provided Is true and correct as of the date of this statement, that I have not knowingly wtthheld disclosure of any InformaUon requested; and that supplersental statements will be promptly submitted to the City of Corpus ChrlsU, Texas es changes occur. CertJfylngPeraon: Do/~ll.~c. /./~. 8('i~c(-/,X"/ Title: ~.~e-- ~ (Type ~ Signature of Certifying Person: DEFINITIONS "Board Member". A member o1' any board, commission or committee appointed by the City Council of the City of Corpus Chrisg, Texas. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an Independent contractor. "Firm". Any enUty operated for economic gain, whether professional, Indus~al or commercial and whether established to produce or deal with a product or sen/Ice, Including but not limited to, entitles operated In the form of sole proprietorship, as self-employed person, partnership, corpomUon, Joint stock company, Joint venture, rscelvsrahlp or trust and entitles which, for purposes ol'taxagon, are treated as non-profit organizations. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. "Ownership Interest". Legal or equitable Interest, whether actually or constructively held In a firm, Including when such Inter~t Is held through an agent, trust, estate or holding entity. "Const3'ucUvely held' refers to holding or control astebltshed through yoUng trusts, pro)dee or special terms of venture or partnership agreements. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus ChrisU for the purpose ol' professional consultation and recommendation. Pa~e 8 of 8 '~'-OR_~. CERTIFICATE OF LIABILITY INSU~ANcE 8uz~LT/Ineu.t'~nc~ Agancy~ ThC. 8p~SJtg TX ??388 Ph~: 281-E51-0002 k~Lx: 291-350-0281 TX 7~467 IN~.UREI~ AFFORDING COVERAGE NAIC # CPB900008000 ¥ co~a~ ~ L~T ¥/~ 1055025 DCT000004024 12/05/04 12/05/05 ~" "~*'~ DSS~421155~ v/~ ~2/05/04 12/05/05 BOeLY~A,m' ~i,,cH oc~b'~geee $ 5000000 CSPT-UI'4-OO 361 12/05/04 12/05/05 ,,x)e~eoA're ___.s 5~00000 IT~ I lU~- _ C Cont:ictors Ec~uip DCT000004023 12/05/04 12/05/05 9er 'rt~ $100,000 Lea~ed/~ed Ded. $1,000 ~: h~or Ou~.~all J~LL~o-I~mOe X (Pa=~ A)- ~ect B0.2206. cl~ o~ AMENDED CZCOCR1 City of Co~-pgl Ch.r:LmI:~. Dept. o~ R~gin~4~ P.O. ~oz 9277 ACOrn) U (20el;08) Feb. 25, 2005 3.'30PM No, 4260 P, 1/2 ACORD. CERTIFICATE OF LIABILITY INSURANCE Employee Risk Management Company, Inc. 4639 Corona, Suite ~100 Corpus Christi TX 78411 COVERAGES IN~URER8 AFFORDING COVERAGE 22945 TSF0001144091 1/23/2005 1/23/2006 USLH ~ndorsem~nt TSF0001144091 1/23/2005 1/23/2006 CE~ { tFICAI~ HOCDER City of Corpus Christi Attn: Sylvia Arriaga PO Box 9277 Corpu~ Christi TX 78649 ACORD 25 (20011ne) OACORD CORPORATtON 1g~8 Policy Number CPS800008000 ALF..A NORTH AMERJCA ~PECIAI. TY ~NSURANCE COMPANY 55 CAPITAL BOULEVARD ROCKY H;LL, CT GENERAL LIABILITY ~' OECI.ARATIONS Policy Period From 12J05/04 To 12105/05 Tr~rma~Jon ~ In~umd and Address DMB Constzucflon PO 1~4x 1'1118 Corpu. Christi, TX 78405 Buslnem. Dm~cril~lon Audit Period Plp~ ~nd ethel f~bHcM.ion, cone ~ork, mr and aew®r Une Con~lctlng Annual IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO AJ_L THE TERMS OF THIS PO{ICY, WE AGREE WTTH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. UMffS OF INSURANCE General Aggregate Limit (Other then Pr"oducts-Cornple{ed OperaUons) Products - Comple~ecl Operallon. Aggreg~[e Limit ~ Occurrence Limit Personal and Advertising Ir~jury L~m~t Meclic~ Experrse Limit. any one pert, on Fire Damage Limit, any one fir,. 2,000,000 ,O00,0OO 5,000 50.0OO AMENDED LIMITS OF LIABILITY Refe~ to attached schedule, If any. LOCATIONS OF ALL PREMISES YOU OWN, RENT OR OCCUPY Refe~ to attached sc. hedule. CLASSIFICATIONS Re{~ to ~t~ched tchedule. TOTA~ ANNUAl. MINIMUM AND DEPOSIT PREMIUM MINIMUM EARNED PREMIUM and ~ Apfllk=~bl~ la ~ Policy SF_~-~ PRE~..,~..: , 'S.U~AR¥ ~HEE-I A'[ TACHED $ S These D~clmrations tog~her with the common I~llcy conditions, -,',var'age part declir'aflone, Covlclge f~r~(~.) and (~rm(~) end ~ndememmrd~, if ~ny, issued, ¢omplwta ~ ~v$ ntsnl~rm/policy. / Adth~rl. zed $ignmtur~ SCHEDULE OF FORMS & ENDORSEMENTS GENERAL LIABILITY - OCCURRENCE FORM Issued To: DMB CONSTRUCTION Policy # CPSS00008000 GL880000 - GENERAL LIABILITY DECLARATIONS GLDEC 0801 - SIGNATURE PAGE GL880001 - COMMERCIAL GENERAL LIABILITY COVERAGE FORM CPS99000TX - SERVICE OF PROCESS (Texas) 1. GL880002 - CGL COVERAGE AMENDATORY FORM 2. GL880004- DEDUCTIBLE ENDORSEMENT 3. GL880018 - ADDITIONAL INSURED - AUTOMATIC · . GL880031 - PER PROJECT AGGREGATE 5. GL880032 - SILENT ON PUNITIVE Pag~ 4 of 1 Policy ~CP~800008000 Insured: DHB Co~tr!-~tion Ef facti~ 1215/04-05 THIS ENDORSEMENT CHANGES THE POLICY_ PLEASE RF. AD IT CAREFULLY. /~/ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endomemenl mo~irms iflsu~nce provided ~nder ~ following: COMMERCIAL GENERAL UABILITY COVERAGE PART A. Sect~ II - Who Is An InsU~d · smem:led to Inctude as an Insured any per~o~ or o~.~rttzaUofl ~or ~m ~ ~flon I; an a~l~ I~ ~ly ~ ~ ~ Ilab~ ~ o~ of ~ur ~golng opem~s ~ for ~a[ ~s~. A ~'s ~ ~6on's ~ as an ~ ~ ~ls e~l e~s With r~oect t~ th~ thsurance afforded t~ these apply. 2. Exclumlorm This insurance does not apply to: a. '8o~J~y I~ury", "property '~age' or 'perusal ~ ~ i~u~' ad.rig ~[ ~ ~ mn~dng of, m ~e f~m Io ~d~. any ~sslo~l a~tec~ml, e~ng ~ suwe~ng ~l~s, In~l~; (1) ~ p~a~. ap~ng. = railing ~ ~pam ~ apse, ~pa, shop d~ngs. ~inl~s, ~, su~e~, fl~d ~, ~a~ ~ ~ dr~ngs a~ ~s: and b. 'Socli~¥ talus' a~ 'pmpe~/~arnage' occumng aP, er. All w~m, Inc~ucing mammals, parts ~ equ~rn~l fumished In ~ ~ su~ ~, on ~e ~ (o~r ~ ~. made,nm ar ~alm) ~ be ~ by ~ ~ beh~ of t~ ~dlUo~l in~(s) al ~ s~ ~ ~ ~vemd o~efl~ has be~ ~1~; or (2) Thai/x~ion of 'your work' om ~ which ~he injury ~ damage aHse~ has be~n pul lo Its intended u~e by any ~ or o~genlza~on o'~er than anol~er co~rac~r or subconlr~ctor engaged in pedon'na'~ operallons for m prlnc~al as a part of the same project GL880018 twsued dat~: North America ,.qpJmlly Insurance Company Page 1 of 1 Endor,,~eme~t # 3 ADDmoNN. IN6URED I BUBINE~B AUTO GOI/~RA~; FORM TRIJCKER~ COVERAGE T~ ~gglB ( Enmr Nm~ md A~m ~Addl~m~ Inroad ) FORM '11; # 0lB · ~U~II10NN. INSURe) TE 9g01B ~/"~ADDITIONAL INSURED 'l'hle endo. reement rnodJ~s insurance provided under t~ Io41ovdng: BUglNESS AUTO COVERAGE FORM GARAGE COVERAOE FORM TRUCKERS COVERAGE FORM This endorsement changes the i:~llcy ella:five on the inception dale of the policy unless another date is indtceled below: Endorsement Efi'm::tJve Po~-y Number 1215/04 J' Named Insured ~/ DMS CONSTRUCTION Co.untelllgned by ( Authorized Relxesentallve ) The provisions and excJuelons Ihat ala:~y lo LIABrLITY COVERAGE alr, o apply to this endo~ee~ent. BLANKET AS REQUIRED BY WRFITEN CONTRACT ( Enter Name and Address ct AddlUonal In~ured ) is al~ Ineumd. bul only with reepect to legal respon,Jb#tty for acta or omlssio~a of · person for whom Uablllty Co~'erage is afforded The eddllfl:mal In~ured is not required to pay for any premiu,~s stated in th~ po(Icy or earned from the policy, Any tatum premium and any dk~end, if applicable, decdated by u~ shall be I:mid to you. You ere euthoctzed to act for the additional ineurod I~ all melters pertaining to ti'ds Insurarlce~ We win mall the edclltienel I~urecl nol~ce el' any cancel/alton of t~i.~ ixdlcy, if Ihe cenceL~aUon Is by ua, we wtll give ten days no~r.~ to the additional Irmurecl. The eddlflorml Ineured will retain any ~ of recovery ,as a claimenl under Ihis policy. FORM TE g9 01 B. ADDITIONAL INSURED Texae Sb~ndard Automobile Endoreement Pm~crfbed Mm'oh 18, 1982 THIS ENDORSEMENT CHANGES THE POLICY. PI. EASE READ IT CAREFULLY POLICY CHANGES POLICY NUMBER POLICY CHANGES CJ~SeO0008OO0 ~J'r~- I~VE V/ 12/D5/04 NAME]:) INSURED DI~ CONS'TR~.JCTION PMcy Charge Numbe~ 1 COMPANY ALEA NORTH AMERICA SPECIALTY INSURANCE COMPANY ' ~ R.I~REgENTA'I'IV~ in etas/debt,on of a~ addl~l(wal 1tat incl ftdly earned Ixemlum Df $1OO.O0. It ia ~=k~,J and (,~ ~ ~ M~ J 1. G1.680006 Nea Norlh America Speelalty Insurance C~mpany Page 1 of 1 J~ugd ~ 3/11/05 F. ndorsemeflt # $ TE 0~ 02A v~ CANCELLATION PRO¥18JON OR COV~GE CHANGE ENDORSEMENT Tim ~e~ m~llffe~ Irm~'&-,~ pm~d~d under l~e ~/ BU-qlNF.~S AUTO ~;OV~RAG~ ~ COV~RA~ PORM ,/ CITY OF CORP~I~ CHRJSTI, Dl:P i. OF ENGII'¢EERJNG SERVICES ATT~ CONTRACT CORPUS ~l-IR,i,,~rl, 'IX 7B489-~,'r ~ Mm:d1 lB, 1~12 MAR-I?-~OO5(THU) 10~5~ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT The endorsemenL modifies Insurance/rovided under the TRUCKERS COVERAGE FORM ~. UU3/UI I TE 02 02A. This endorsemenl changes the policy effective on the inception date o1' [he policy unless another date Is indicated below: Endorsement Effective L/~ 02/1712005 Named In~ur~l / DMB CONSTRUCTION policy Numbor DCT000004024 Counteralgned hy days befere this policy Is cancelled or matertally changed to reduce or res[Tict coverage we will mail notice of the cancellation or change CITY OF CORPL.~ CHRISTI, DEPT. OF ENGINEERING SERVICES AI'I'N: CONTRACT ADMINISTRATOR PO BOX 9277 CORPUS CHRISTi, TX 78469-9277 ( Enter Name and Address ) FORM TE 02 02A · CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas SI~'KIIn:I ALitomolflle Endor&en~n! Pmscdbecl MiJ-ell 18, 1002 OLD Ab~RZCAN COUNTY MUTUAL ]rl=R~ lbfS. CO. POLICY CLARItNDON AMERICA INSU~,NCr COMPANY I~LICY C~ANGg Insured: Db4B CONSTRUCTION Pfoduoe~. 420559 ELSEY & A,~SO(:IATES SURETY l~ffecflve date of ~hls mdoe~ment Is: 02/17/200~ Type of in co~B~te~io~ of premium It Is alreed Thu as oft~e effecth~ date half Ih~ polly b be~ay amended in Da~,,d nc $OUTI4LAKE, TX Tbis 3rd Dny ofMsrcb, 2005 )~4E. B2 BY ~-~ Authorized l~'pr~nmivo 03/0@/2005 10:42 3G1-BBd-1OBB · o3/o6/20o5 o9:4B FAX 3B165422B5 D~B CO~TRUCTION PARK,JENHIHGS $ NOVOSAD PAGE 02 oo~/oo4 WC4208 0t 'Thli wxlo~ent ~h~l i~M ~e~Bl~ (~#Kly or I~ to benef~ m~Q~ n~t nlra~d Iff U~ 8.Mdulo. G~h..,llllI PILE C~PY Al)BERRY Feb, 25, 2005 3: 1P "- N0.4260' 'P, 2/2 TEXAS WORKER8' COMPENSATION AND EMPLOYER8 IJABIUTY POLICY LONGSHORE AND HARBOR WORKERS' COMPENSATION ACT COVERAGE ENDORSEMENT TM-LHVV-2001 IMPORTANT NO'RCEI THE INSURANCE PROVIDED BY THIS ENDORSEMENT lB UMITED. This coverage appiles only to persons under your contract of hire, whether express or imp~l, oral or written, and includes employees employed In the usual course and scope of your business who am dlmoted by you [empomdly to perform services ouLsJde the usual course and scope of your business. An employee who is injured while working in another judsdJciton or tbe employee's legal beneficiary is entitled to all dghts and remedies If Ihe inJuPj would be cempensabie if it had occurred In this state and the employee has slgnlflcaot contacts wffh this state or [he employment is p~nopally located in this state. An employee has slgniflcan~ cenlacls wifh this state If the employee was hired or recruited In this stale and the employee was injured not later than one year after the date of hire or has worked in this state for al least len working days preceding the date of Injury. This endorsement applies only {o work subject [o the Longshore and Harbor Workem' Compensation Act in a stale shown In 1he Schedule. General Section C. Workem' Corepensafien Law is replaced by the I'allowlng: C. Wo~ers' Cofr~ensation Law Workers' Compensation law means the workem or warkmen's compensation law aM occupational disease law of each state or ter~ory named in item 3A. of the In[on'nation Page and the Longshore and Harbor Workers' Compensallon Act (33 USC Sections 901-950). It Includes any amendmenL~ Io those laws that are In elfect during the policy pelted. It does not include any other federal workem or workmee's compensation law, other federaJ occupa0onal disease law or the ~-ovlslons of any law that pn3vlde nonoccupalionaJ dLsabllity beneilts. Par[ Two (Employers Liability Insurance), C. Exclusions., exclusion 8, does nol apply to work subject to the Longshore and Harbo~ Workers' Compensation Act This endorsement does not apply lo work subject to lhe Defense Base Act the Outer Continental Shelf Lands Act, or the Nonappropdated Fund Instrumentalities Act. Schedule Sla~te TEXAS Longshore and Harbor Workers' Gompertsation Act Coveracle Percentage 62~ The rates for ChL~JI~cI~Jor15 wfl. h code numbers not foOowed by the lel~er "~' are rates for work not ordinarily subject Lo the Longshore and Harbor Workers' Compensation Act. If this policy covers work under such classifications, and if the work is subject to the Longshore and Harbor Workers' Compensation Aot, those onmF classification rates will be Increased by the Longshore and Hartx)r Workers' Compensation Act Coverage Percentage show~ in the Schedule. Policy No Issued to Premium $ INSURED'S COPY ADEIERRY 2-02-2006