Loading...
HomeMy WebLinkAboutC2005-020 - 2/15/2005 - Approved M2005-048 ? Chief Environmental Surveys S P E ~ I A L P R O~V I S I 0 N S s~,c~c~o~,s ,AND, - o~ co.T/~RCTs A.o ~o~s ~F.~. ,04 -. r.~, 05 ~mher; 2004 ~ E~EEE~ ~ ~x 6355 · ~PUS ~STL '~ 78a66-~355 (361) 854-310l · ?~ (3611 854-6001 J~ ~. 33~00.A4.01 I I i IPROJECT 1~O: 7324 FOR ~TEM3~TER DEPARTMENT CITY OF CORPUS CHRISTI, TEX~S Phone: 361/857-1800 Fax: 361/857-1889 FAX TRANSMISSION Depas tment of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To.' From: Subject: Comments: A!.l. PLAN HOLDERS · 3mget R Escobar, P.E. Director of Engineering Date: January 28, 2004 Pages: 5 (including fax sheet) Broadway Basin 15" and Larger Wastewater Lines Cleaning F.Y. 04 - F.Y. 05 Project No. 7324 Addendum No.l This fax transmission contains the signed, sealed addendum from Urban Engineering for the above noted project. This Addendum adds a Special Provision, A-69 Re-Routing of Traffic Dunng Construction, to clarify traffic control during construction. The Addendum deletes Standard Specification Section 022022 Trench Safety for Excavations and adds a revised Specification Section 022022 Trench Safety for Excavations The Addendum also revises the mamhole number in the Detail ia the upper right hand corner of Sheet T4 or TS. cityof Chflst ADDENDUM NO. 1 January 28, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: BROADWAY BASIN 15" AND LARGER WASTEVVATER LINES CLEANING F.Y. 04 - F.Y. 05 PROJECT NO. 7324 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. PART A - SPECIAL PROVISIONS: ADD: A-69 Re-Roufln~l of T,=lT;c Durir~ Construction: In the exlsfino Traffic Control Plan/TCP). the sewer lines associated with the followino manholes. 13741, 13742. 13743 and 13745 are located within the TxDOT ROW. see Sheets T4 and TS. The traffic control details for these sewer lines are currently under review bv TxDOT. If it Is determined that TxDOT reclulres additional traffic control measures after review of lite traffic control details [am~licable to the above noted manholes), the additional cost will be neeotJated with the Contractor and paid for bv change order. Should the contractor desire to deviate from the I~rovided t~ai';';c control details (for the sewer lines aesoclated with above noted ptanholes or sewer lines at any other location in this contract}, It shall be the contractor's responslbllih, to provide revised traffic control details to the Enoineer and TxDOT for aoproval. The plans should be submlttsd at the pre-construction meeting. The Traffic Congrol Plan submiffals should be on the standard 22" x 34" plan sheets and should be readable, leqlble, clean, proportionate and ff possible to scale, and shall meet the City of Comus Chrlsti's "Uniform Barricadlncl Standards and Practices' for the City roads. and the re~uirements of the Texas Department of Transportation ('/'xDOT) for roads under the jurisdiction of the TxDOT, Any additional cost Incurred due to premha;;on of a revised Traffic Control Plml shall be the Co. GacA,r'$ r~4xm~lbllltv, No additional ~avment will be made. The co~t associated with the IrrmlemefltMJon of the ;.a;;;c control plan shall be subsldiarv tO other Items in the Before proceedlm; wlut work wlthln Ute TxDOT rlaht-of-wav, Ute Contractor shall noltfv TxDOT uairm the attached "Notice of Prom)sad Work" form (See Attachment I), and obtain a certificate of no oblection from the East Nuecee Countv TxDOT Maintenance Section Surmrvisor, Mr. Jim Jenninas (Phone 289-1400, Fax 289- 2739). The form may be faxed to him for a~r}roval. ; ;. PART S-STANDARD SPECIFICATIONS DELETE: Section 022022, Trench Safety Fo~ Excavations. in its entirety. ADD: Revised Section 022022. Trench Safety For Excavations, In lieu IlJ~m[mf. (Attachment 2) DRAWINGS A= SHEET T4 of TS, Refer to Ute detail In upper right-hand comer of the sheeL DELETE: Applicable Manholes Are~ 3 ADD: Applicable Manholes Area3 1374s END OF ADDENDUM NO. 1 ,' *.." ~ ~*~ ~. J. DOUGLAS MCMULLAN, ~,...,... ..................... :...~ ~ ..... 91068 -'--- J. Douglas McMullan, P.E. Urban Engineedng JDM/sk Attachments: No. 1 No. 2 'Notice of Proposed Work" form Section 022022 Trench Safety for Excavations ADDENDUM NO. I J 2of2 NOTICE OF PROI~-'E,D WORK Permi~ No. City Hwy Daa: Description of work: Location Description: Utility Owner By Title Address Telephone Th~ Texas Delmrtmenl of Tranapor~fion offer; no objection to ~ above-described work. Noa. ification of this office should be made prior to con~nencenmnt of work, NOTE: 1. QpE~ holes shall be 2, The fight~af-way Ls to be n~onM to its original condition including compaction, see&ag, and ~ {l-'mno;ng or nddifional specifications as required. 3, All traffic cann'ol shall be in aCcordance with Ihe Texas Manual on Uniform Traffic Control. 4. All wcgk stt~l,I be in accordance with the mits, ~gulafio~s Lad policies of the Texas De~nl of Tran~ortation, and ,,Il governing laws, incl..cling but n¢X [imite~l to Ihe "Fedentl Clean Waler Act", the "National Endangered Species Act", and the F-~exler~l }fisloric Preservation AcL" This shall include such items as a permit issu~ by the Corps of Engineers (wetlands) and a nesting migratory bird review, Malnlenance Supervisor Telephone ADDENDUM NO. 1 A'VFAcI:LMENT NO. 1 S EC~ION 022022 TRENCH SA~'~i'Y FOR EXCAVATIONS 1. DE~ CP~I PTION This specification shall govern all work for providing for worker excavations and trenching operations required to co~lete the project. 2. REQUIREMENTS safety in Worker Safety in excavations and trenches shall be provided by the Contractor in accorc~nce with Occupational Safety and Health ~ninistration (OS~L~) Standard, 29 CFR Part 1926 Subpart P - Excavations. It is the sole respons~ility of the Contractor, and not the City or F~gineer, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold hanmless the City and Engineer from all damages and cost that n~y result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardiess of depth. Trench Safety Plan as used herein, shall apply to all methoc~s and materials used to pro%~lde for worker safety in eKc~vation and trenching operations required during the project. 3. b~ABURE~Fr AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility St~ctures shall be per each excavation. Excavations include, but are not lin~ted to, those for R~nholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be by as a lu~ sum for each special structure identified in the proposal. Payment shall be at the unit price bid and shall fully co~ensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Health and Safety Code Chapter 756 Subchapter C. Trench Safety 022022 10/26/2000 Page 1 of 1 ADDENDUM NO. 1 A'ITfACHM~NT NO. 2 CIAL PROVISIONS PECI FICATIONS AND FORMS OF CONTRACTS AND BONDS FOR S PE S BROADWAY BASIN 15 INCH AND LARGER WASTEWATER LINES CLEANING F.Y. 04 - F.Y. 05 December, 2004 IPROJECT NO: 7324 I DRAWING NO: SAN.526 I ENGINEERING J BOX 6355 · CORPUS CHRISTI, TX 78466-6'355 (361) 854-3101 · F~O((361) 854-6001 JOB NO. 33400.A4_01 FOR WASTEWATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857 1800 Fa×: 361/857-1889 (Revi~J 715,'00) ~ BA~IN 15" A~ LARGER ~%~TEWATER LINES CLEANING F.¥. 04 - F.Y. 05 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CO{FrPJ%CTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SFECIAL P~OVISI~S A 1 Ti~ and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgraent of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A 13 A~ea Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A 17 Eicld Officc Not Us~ A-18 Schedule and Sequence of Construction A 19 Construction Staking Not Use~ A-20 Testing and Certification A 21 Projcct Signs Not Use~ A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inspcction Rcquircd (Dcviscd 7/5/00) Not Used A-24 Surety Bonds A 2fi Sales Ta~ Excmption No L~nger Applicable (6/11/98) A-26 Supplemental Insurance Requirements A 27 Rcsponsibllity for Dan~agc Claim~ Not Us~d A-28 Considerations for Contract Award and Execution A 29 Contractor's Field Administration Staff A 30 Amended "Consideration of Contract" Require~nts ~31 Amended Policy on Extra Work and Change Orders A-32 ~unended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 City Watc. Facilitics gpccial Rcquircmcnts Not Us~ A 36 Other Submittals (Revised 9/18/00) A-37 Amended "~rangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Goverrunent Entities A 39 Ccrtificatc of Occupancy and Final Acccptancc N~t U~ A-40 A~nc~ent to Section B-8-6: Partial Esti~tes A-41 Ozone ~visory A 42 OSHA Rules & Regulations (Reviseti 7/5~0) A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Order (4/26/99) A-45 A~-Built Dimensions and Drawings (7/5/00) A 46 Disposal of Highly Chlo~inatcd Watcr (7/$/00) Not Used A ~7 Pfc Construction K~ploratory ~cavations (7/5/00) Not Used A-48 Overhead Electrical Wires (7/5/00) A-49 ~nded "Maintenance Guaranty' (8/24/00) A-50 Technical Special Provisions A-51 Maintenance and Control of Wastewater Flows A-52 Disposal of Materials Resulting from Cleaning of Existing Lines A-53 Protection of Existing Facilities A-54 Video Documentation A-55 Trench Safety A-56 ~nfined Space Entry Recfuirements A-57 Payment Restoration and Project Clean Up A-58 Internal Co~ustion Engine for Generators A-59 R~routing Traffic During Construction A-60 Point Repairs and Extra Length for Point Repairs A-61 Public Notification A-62 Contaminated Soils A-63 Parking A-64 Protection of public and Private Property A-65 Noise Control A-66 Dust Control A-67 Temporary Drainage Provisions A-68 Dewatering S~4IT~L TRAN~TTAL FO~ Attachment No. I - City Lar~fill Waste Profile Sheet I~str~cti~ & Fo=m Televised In~:tio~ R~)ort Data ~%ai~ts Letter of Introduction TECHNICAL SPECIAL P~OVTSIfH~S GENERAL ~OVI S I~S S ~%N~A~D SPECIFICATI~S SECTION 022 - F2~RTHWORK 022022 - Trench Safety for EKcavations SECTION 025 025222 - 025404 - 025412 - 025424 - 025610 - 025612 - 025802 - - ROADWAY Flexible Base - High Strength (S-24A) Asphalts, Oils and Emulsions (S-29) Prime Coat (S-30) (Asphaltic Material Only) Hot Mix Asphaltic Concrete Pavement (Class A) Concrete Curb and Gutter (S-52) Concrete Sidewalks and Driveways (S-53) Temporary Traffic Controls During Construction (S-34) SECTION 027 027203 - 027604 - - SEWERS AND DRAINAGE Vacu~m~ Testing of Sanitary Sewer Manhole and Structures Disposal of Waste from Sanitary Sewer Cleaning Operations (P,¢v~ 7/5/D0) SECTION 030 - CONCRETE, GROUT 030020 - Portland Cement Concrete (S-40) 032020 - Reinforcing Steel (S-42) 038000 - Concrete Structures (S-41) SECTION 050 - METALS 055420 - Fran~s, Grates, Rings and Covers (S-57) PART T TECHNICAL SPEC IFICATIO~S SECTION 022 - EA/{THWORK 022020 - Excavation and Backfill for Utilities and Sewers (S-9) SECTION 025 - RO~dDWAY 025205 - Pavement Repair, Replacement (S-54) Curb, Gutter, Sidewalk & Driveway SECTION 027 - SEWERS AND DRAINAGE 027602 - Gravity Sanitary Sewers (S-61) DMSION 2 - Si'£~OI~K SECTION T2-G SITE UTILITIES T2-G1712] - Sanitary Sewer Manholes and Liners (Fiberglass) T2-G36[1] - Cleaning of Sanitary Sewer Lines T2-G37[1] - Television Inspection of Sanitary & Storm Sewer Lines LIST OF DI~4Ii~GS NOTICE A~EEMENT PROPO~L/D I SCLOS URE STATEME~Vr PFA~FO~M~CE BOND PAXMENT BOND NOTICE TO BIDDERS NO~IC~ ~0 BTDD~R.S Sealed proposals, addressed to the City of Corpus Christi, Texas for: BROADWAY BASIN 15 INCH AND LARG~ Wl%~r~WAa'~U~ L~u~-~ c~.ma~-ING F.Y. 04-F.Y. 05 consists of the following Bid Item components: Cleaning and video recording of approximately 16,750 feet of 15', 24', 27" and 30' VCP sanitary sewer lines, locating two existing mai/holes and construction of two new fiberglass manholes (if authorized by the Engineer), and other miscellaneous items of work required to complete the project in accordance with the plans, specifications and contract documents; Bids will be received at the office of the City Secretary until 2:00 p.m. on we~lnesda¥, February 2, 2005 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre bid meeting is scheduled for Tuesday, JmnuarF 25 2005. be~tm-4mg at 10~00 a.m. at City Hell Engineerin~ Services Conference Rock. The pre-bid meeting will be conducted by the City, and w~ll convene at the E~ineering Services Confere~ce Ro~ et 1201 Leopard Street, COLmUe Christi, Te~s on the 34 Floor. The Consultant Engineer will be present, to ad~lress Bidder's questions_ A bid bond in the amount of 54 of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered_ Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages_ Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty emd no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge_ The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," 'workman," or · mechanic" employed on this project_ The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public_ CITY OF CORPUS CHRISTI, TEXAS /s/'Angel R. Escobar, P.E. Director of Engrg_ Services /s/ Armando Chapa City Secretary Revzsed 7/5/00 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 ~-Day No~ce of Cance#at~on reqMred on aB MINIMUM INSURANCE coVERAGE I~jury a~l Property Damage Comme~iat General I Jab#fly Indu(ing: 1. Commerdal From 2. Premises - Operations 3. Explosion and Coflapse Hazan:l 4. Underground Hazard 6. Co.b actual Insurance 7_ Broad Fom~ Property Damage 8. Indecendent C,4mtract om 9. Persenal Injury AUTOMOBILE UABIMTY--OWNED NON-OWNED OR RENTED ~KERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE No{ iin~.ed lo sudden & acc;denial discharge; to include long-tern envlrom~enial impact for the disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER ~.,000,000 COMBINED SINGLE uMrr $1,000,000 COMBINED SINGLE LIMIT VVHICH COMPUES WI'I'H THE TEXAS WOf~KERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE UMIT $2,000,000 COMBINED SINGLE EMIT __ REQUIRED ~X NOT REQUIRED See Sec~on B-6-11 and Supl~emental Insurance Requirements __ REQUIRED ~X NOT REQUIRED See Section 1%6-11 and Supplemental Insurance Requirements __ REQUIRED __X NOT REQUIRED Page 1 of 2 OThe Cit~ of Co~us Christi must be named as an additional insured on all coverages excep{ wonker's OThe na~e of I~e project must be listed under "description o~ operations' on each cerlJficate of insurance. OFor each insmance coverage, the Conlmctor shall ob[ain an e~domement lo Ute apl~icable ir~Jrance p~lcy, agned b/[he Insa~, providing lhe Ck'¥ ~ [hie/(30) days prior wfltte~ notice o[ cancelation of or mate~al c~ange on any c~. The Contractor s~all ixovlde lo t~e City the other endo~serrmnts to Insurance policies o~ coverages whic~ am spec#led In sec~ B-6-11 or SpeclaJ Pro~i..~kms ~on of Ihe coatr'acL A co~ 'Disclosure of .'.~mst' must be submitted with your proposal Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERgtGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNiMENT ENTITIES Texas law requires that most contractors, subcontractors, 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 performing project services (including deliveries'to the job site) to provide 1 of the 3 forms 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 of 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 forms 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 of 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 services for the Project; the Contractor is required to ~submit to the City certificates of coverage for its employees and for all subcontractors and others providing sel~vices on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 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 these Notice to Contractors "B" requirements_ NOTICE TO CONTP. AC~RS - (Rev,sed 1/13/98) Page i of 7 Part II. TEX&$ ~,vOP, J~EFL~' COMPENSATION COMMISSION Chapter 110. tLEQU[RED NOTICES OF CO¥~ER_-kGE Subchxpter B. E_MPI_O'~-ER NOTICES § IlO.IlO Repomng Reamremen~ for Building or Consr~ac:ion Projects [oF Governmear2J Entitic~ (a) The lo,owing words and -_e_Tns, when used in d'& mdc. ~haii kzve the fotJow~ng m~-;-~s, ualc~s the conte~ clem.fly inci~ze_~ cine,~xqse. Te_Tr.s no~ de.Stood 'm ~s rzie shz[i have the. mexning de-fined the Texa~ r .~hor Code, :; zo Cedned (1) Cemficmte o£cove~ze: :ez~c.z:e~--'_ cop)' ora cemficm:s cf'-~urmnc:, z co.ideate cf authorir to sek~-inxure !stoned bv u:e zc.v_mismcr- er a workerr cam~e.~zzdc,':, coverage zm-eemem (TWCC-8 I, 7~VCC-$2, ]m,¥CC-S3, or i-~VCC-~4), ~how'~g rrzrut0~ workers co,'::peasadon insurance covera? for the permn% or enfirj/s e.':_:2ioyees (b¢iudmg those subject :~ 2 covera_oe am-cement) providing services on a project. :-ar tire duzaUon o~the project. (2) Building or coast~2cn-H~s the meanmnz de:iqed m the Tezv~ Labor Code, § 406.096(e)(I) (3) Conrrac:or-A verson biff:ling for or awaz0ed a buildmz or carz::m~ion project by a government entity. (4) Coverage-Workers' ccm~e:'.saLion mzuzance meeting the statutory reauirementS of thc Tcx. xs Labor C~de, § 401.011(~-) (5) Coverage z~eem:n:-.-*_ '~virre2 z_~eem:_"_t on £o~n Tx, VCC-8',_. form 1~1/CC-82, -FOITiI I--kVCC-8: or form TWCC-84, filed wdzh the Tex. as Workers'Cornoezmzuon CGmmis~ion wh/ch es-,a, blkhes a relationship between the pa-rt2es for purposes of the Texas Workerf Compensation Ack ptws'uz, nt to the Tex~s Labor Code, C}'amer 406, Subcbzoters F and G, ~ one of employertemployee ~nd em:a. bl/sh~ who vet//be re~po~le for providing workers' compezsadoa cover-age for persons prtlv/ding services on the projecz~. (6) Duration of the project-includes the rime from the be_mnrZ,,_g o£work on the project until the work on the proje~ k~ bee_", commie:ed '-nd acco:ted by the gove.?_mentzl endry. (7) Persons prey/ding sepaces on t_he project ("subcontractor" 5~ ~ 406 096 of the Ac0-With [he exception of verso~ exz!uded under suosecuons (h) and (i) of re.is sectiork includes all persons or endues peffo~2n~ ~ or oa~ of the services the contractor has underra_ken [o perform on the projec regardless or-whether m2i ~:e:son contracre~ db-ectlv 'Mth the zcntractar and regazdless of whether that person has emDlovees T~ds inciudes but is nat limited to mde:endant contractors, ~tbcont.,-acmrs leasing comaazdes, mr~tor ct_reefs, owner-ooerators, employets a.t: any such entity, or cmploye~s of any entity [~..misizi~g persons 7o pe~or~ se.Jvice~ an thc proje_'x. "Se.w-ices" includes but is not I/mitea huo:t/.~r,~, scs state rz uwtacYZS,qlll i0/B/110 110 htmJ v~¢ z oe ~ ~ooC'-s'eveT/~s vendors. OL:C2 5ugOiV dcLi%'encs =-_nO ds!iverv o£ ~or-,2ble toilers (8) prcje~-Lnciudes the c:c',nsion of--_U, se:w~ces :-sis:ed _'o a i:)ulldh-_g or csnsrr, zcdon contract for a ~ o ve.,T,~,~en:''; enUtw ('b) Pro'.-Jdin_'g or causing to be provided a cermSca:e of coverage ?ursuanr to :his rule is a :eprese_'s.'..z':ion by the L.msur:= that aLI empioyees o£th¢ insured who a_,-e providing servicts on the proie~ a_-e co','ered by workers' comDemsation coverage, '...hat the coverage is baaed on proper reporting of c]zss~cafioa codes and payroll amounts, and that a J! coverage a~m-eemenzs have been filed with 'the aggrDgriare insurance carnet or, m the case or'a soil--insured, 'Mth the commission's Division or' Sek--Lnsura_'~ca Re_mJiadom Providhng false or misieadi.ng ce.~.ir~cares of coverage, or failing to provide or mamta. Ln reauh-ed zoverzge, or f~iling to re?orr any ck.znge r~t rp2teriMly a.ffe:'t.s the provisior~ or-coverage may r~bject The c.oawactor or other person providing se,.w'ices on the project to admirdst,~:!ve pen-alLies, c~--,2na/ penakies, civii pen-.ides, or other ci'~4i actions. (c) A gove:T.~--_.ent:d entity Cna: enters into a buiidLnz or canszruc-_'ca contra~ on a proje~ s,hall: (t) include Ln the bid SDeS~.~.:r2OP--S, .~ the ero','/siarts of o'~.t-aL~-Sh (7) of ibis subsection, using the la.nguage rccuired by pm'-a_m-aph (7) of r2n. is subset':ion4 (2) as gan of'&,e contrack using the language requked by paraL,_,L~aph (7) of r_b, is subsec'~Zork requke t.b,e contra~or ro Defforrn as reeuired in mbsecuon (d) o/'this section; -(3) obtain fi-cra the oontra~cr a cerr~cate of coverage for each person providing services on the proje~, pr;or re that person beL~,m~n~ work on The project; (4) obtain fi'cra the contra~or a new cerdJScate cfc. overage showing exre,q, sion of coverage: (A) before the end of the cu,wtnt coverage penoc[, i/the contra~or's current ce.'-'OfScate of coverage shows that ~e coverage pe.'n_od ends during the duration of'the eroje~ ,.and (B) no later t?,n seven days ~.~er the e.'cpiradon oft_he coverage for each other ~erson pro,nme se.p,"icms on the proie'c-[ whose current cerd.ficate shows that the coverage period ends dur':mg the durafioa of the project; (5) retain cemficztcs of'coverage on file for the duration of the project ired for three years thereafter;, (6) provide a copy of-the cer-25cates o£coverage ro the comrmssion upon requeS~ and to any person entitled to them by law; and (7) use thc la~n_~uage conraJ-ned ha the following Figure i for bid sr, ectJS, cafions and controlS, without any addi6onz/words or changes, exceut those resulted to accornmocizre the seecLfic document in which the,,' a.,-~ contained or to Lmpose str/crer standards of documentation: T2851i0.110(c)(7) thl han'//'~,,~' ,~ zT2re LX Us/rac'2S,qU110/I3/110 [ 10 html g/7/91 ) .\ con:rat:or _..~ provide z cerd.ficaze of cox'e~£s _~kcwmiz workers' c.7, rnoensarion coverzze_ '-o the govet'-amentzl ~.nfiry p~or to begSrw~_"_g work or_ provide the govem_"zea=~ end_':',-, F.-!_'or to the end of the coverage pone& z .',ow cemfica~e of z3verage showan¢ e.'a. ertsion o£ c~','e:zgs, ir" the coverage period shown on :~"_"- c3mra~or's current ::.q:ific.~re c£cover~_ge ends dcL":m_X :.".e d~-adon e£Lhe proje~: (z) obtain ~'om each aerson providL'ca :c.wices on a projec% and orovide '.e L:'e governmental codry: ;'.&) a cermic.~te of oc,,'erage, prior to d:z~ verson be_~nnlag work on the Froj~ so d-ia governmental ~.-.Ury ",~u have on file ce. ~c-:~.s c, -,.~ era~e ~noxmn~ coverage for MI person5 pro,4amg semces on '~: projez; z'id t~) no later than seven days ~er recs!?t by the conwac-'ror, a new cerdfica:e c£cover~ge showing -_~e.nsion o£cove~ge, ~'_he cove~=e ss.dod shown on the cm-ren~ comP_cass cf coverage ends dmSng :be duration o£the projec-:; (5) reta.q ail reouked cs.'-'J2~Cates cfcoverage o,q gdo For the duration o£the project and for one ye.z_r ih ere. az5 er- (6) notLD the govemmemz! endue in w'ntmg by cot-al.fled mail or personal deEveW, wir. l'~ ten days a.fte:- the C~nt~c~or knew or shouJd have kmown, o£any ckange that mazerially a~e~':-~ the provision of coverage o£ any person provi ';m_ng se:-vSc~s on tee proje~; ('7) po~ a notice on ezcia Froje¢ s:,:e icc-ormmg MI oerson~ providing services oa r_kc project ttmt they ~--e return-ed m be coyote.cl, z_ua x-~_.Tm~ ?,ow a person m. zy verS~ current cc','s.m_ge and report fail,re tc ~rovide ocver~ge, l-NCs notice do~ not satisfy or-her posuSag reaukements LT, zosed by the Act or or. her commission rules. ~ notice mus~ be printed with a d-de in ~t leax~ -30 po~.t bold type a.ud texz in at lea_vt 19 poim no,'-mzl r)Te, ~d shall be i.~ bodaEag,~h aqd ,_.qpani~h ,tad any odmr D..nwaage common tO dee worker popuhnon The te~ for the nodes= sbl! be the foLlow'Lug tex'~ provided by the commission on the .sample notice, without my additional words or changes: REQUIEFD WOE-KF_RS' COM2PENSAT[ON COVER&GE 'The law reaui.res that each person workSng on this site or providing services related to tkb car~tmc~ion project ~u~ be covers: by workers' comuensarion inmrance. 7.-~s includes persor~ providing, hauhng, or dehvermg eatsement or materials, or providing labor cr tran.svortauon or other se,wSce reizred to the projecL regardless of the identitw of their employer or stems a5 an employee" "Call the Texa4 Workers' ComperzzE/on CornaUssion ar 512 ,140-3789 to receive id2'ormadon on Lhe !egaJ reoub-ement for coverage, to veru:y whether your employer h~ provided the required coverage, or ~o repoa an employec:s .c25JlA£e ~o provide coverage." .... ' ....... COnLr_C ........... se2,]ces Z2~j oct tO] (~) pre,;de z ce:U~:e c-- :cverz_ce to '-ac c3n::z~or odor zo £"z£ person begzm,-;__':g work on proie=: (C) include m ~ cc:::z~s :a :ro~ide se~.':zgs cn the proje~ :-"-e i=n:Ja:e Lq subse~.xcn (e)(3) of [h/.: se~'J 07£ (Z3) provide :he con:.~c:.cr, zfior :o :he e:z_Z o£:ke coverage ?efiod_ a sew ce,qJz]c, zze o£coverage saowing exze:sion o[ co~'.erz:e. ~~ :he ccve~ge period show on me c"~r~ent ce.~fic.z:~ of coYerage ends durin~ C~e durauc: c:-uhe :roiecn 0E) obtaw_ from each cm:r 2:rso: -Mth whom :: contTz~S, a_nd crzvide :o the con:fac:or: (i) a c~.uzc~r: o£co e ..... ._..or :o _ . Cfi) prior re the end of :~he covera~= period_ a new ce.rUficz:e c_r-coverage showing e~er.~ion o£the coverage period, Lf~e c~-.'sra_~e ?c_dod shown on :he current ce255ca~e n£cover~ge ends during ~c dtu'auoa of the proie~ CF) re~'~.m ali renu/acrS czmSca:ss o£cavcrz~e on file for the durtdon o£the proje~ ~".d [or one year Lhere2_'Se~ (Q) nor/~, d~e govemr:e:'.:-I endr-? Ln ',wit/rig by certified mzzJ. or personal del/vetS', 'MLh..u:t ten days ~Fter Cne person knew or should h~ve k:ncwn_ o£~mv ci~a_nize Cqzr marer/-ilv ~E-e,zs :2~,e orov/don of coverzae o£a~y pe.'~on ?ro;S&~ sc,~Sces cs ~e proje-.~ (H) coa~crua,LIy reCU:re ~ch odaer ue.~on wv.b xvbom ir centrals, re oerforra ~s :e~.-m~-ed by subpa~z~m~ph..s (A)~nD of fi-Js pa-~zm~:i~ -M~ d:e c=rd.fica:= cf core,ge to be orov/ded to the person for whom they are provid.~5 services. (e) A person prey/ding se,w~oe.s on a project, o~er rhma a ccnwz~or, sh,,ll: (1) prom& coverage for ks employees promdmg se~Mces on z ?rojecL £or the duration of the project b~¢d on proper re2oFutn~ or- clz;suSc-ztion codes and payroll '-r:.,OUnLS z_nd ilk_rig or'any coverage a~ee.~enrs; (2) provide a cerdficzte cf coverage z~ required by irs contract :3 promde se.~ices ca ~e proje~, ?riot [o be_mrkmng work cn the project; (3) have the follov,sng I~agmage tn ils conLract re pmGde se~ces on the project: "By sipg contra% or pro~dbg or ~us~ to be proGded a ce~te of ~verage, ~e posen sing comra~ is rcpresen~g m ~he gove~ent~ enfi~ that ~ empioyees of~e person si~ing con[rzc: who ~ prox~ac :c~,5~s on ~e proj~t ~11 be coverea by workers' comoe~adOn core.ge (4) provide the person [or whom ii is providing s¢lnnc~s on T~e ?roj¢c% prior to the end of f-he coverage pe.~od shown on irs con-chi ce.~..af, cz~e oFcoverzge, a new ca.-roSeate show[hg e:,acn~ior, 0£ coverage, k" ~e cove:age period shown oa :he ce,",i~cat-~' ri-coverage ends duu~,g ;..,he duration of [he proj e=; (5) obtain ~om each :erson pro¼dL'ag se_w/cos on a proje~ reduired by its (A) a c~qific..ate of coverage, pr/or to the oriaer person be~nning work on the project; ~..nd (B) prior to [he end oft.he coverage period, z new cermS, c~.~e o£coverage showine extension of the coverage period, if'the cover-age period shown on the c'~.wsnr c~:-uficare o£coverage end~ during the duration of the projec:~.; (6) re:am all reouired cea.dc, ares o£ c. overa=e on file for '2're dm-orion o£ the proje= 2~d [or one year ~herea_~eG (7) nou-,5' the governmental entiD' in w'nrL'~g by certiSed maXI or persona/deSvery, of any change r_Mt materi~y arYec~s the pro¼sion of coverage ofimy person prowding se:w'ices on the project and send the notice within tort days a&er the person L-new or should have known of the change; and (8) cont~ac-cuaily require each other person w/th whom it contracts to: (A) pro¼de coverage based on proper reporting o~'classiflcation codes a_nd payroll amounts and filSng of any c~verage a_m-e:menrs/'or all of its em?loye~ pro¼dmg se.w/cos on the project, for the durauon or- the arojecr; (13) provide a ce.'ndficate or-cove:age ro ir prior to that other person begia_ning work on the project; (C) inciude in all contracts to provide ser',qce.s ou the project the long, ua.ge in parag:mph (3) of this subsec'dorg (D) prowde, prior to the end of the coveraee period, a new cem.ficate of coverage showing exte_mston or"the coverage period, d'the coverage pedod shown on the current cer'd..ficate c/.coverage ends dLuS_ng Eqe duration c~-the proje~; (E) cbtam from each other person under cantracx to it to pro;-ide sermces on the project, a_nd pro'ode as reauired by its conwood: (i) a c::-rttScate of coverage, prior to thc other person be~ap,.mg work on the projec:; and (fi) prior to the end o£ the coverage period, a new certificate of coverage showing extension of'the coverage period, if the coveraze period shown on the current cemficate o£coverage eh& dur/ng the 8/'//9 t ht~n://'=~rv., sos..~rate ~ uw'tac-/ag,qI/1 lO/'B/1 10 I 10.htmJ eacr'rtc~ ro co~'rp~,crous - 8 ~F) rc:~n ~i zeau~rc~ ce:=='_=c.:s a~ cc','erz~e an nJe for uhe durauon ce'eke nroic~ &nd for one year (G) naurU' the :~avernm:n:~ e_nSn' '_n ~,-nung by ce.qsfie~ maxi or oersor.,/defivery, *ari-~. ten days ~frer the persoa l,mew or shoui~ ~zve known, or-any change that mzte.n~v ar%o'-cs the promsion of coverage or'any person ?rovic~ng see-vices on ~e oroje~ a~d (5'/-) conWacrually require ~:.q zerson w/th whom ir contrac'ts, to per'[c._~n ~ reqmred by this subpara_m-apb ~nd mbpar~a?i~ (A)-(G) o£ th.is para_m'apk, with the ce:-dScare o£ coverage to be Dray/dod to ~he person for whom ~e7 a-re providing see-Aces. (0 If any provisiaa al-this =cie ar its appiic~r, ian to ~ny person or c:c~--,.ztxnce is held invatid, the mvxLicliW does not all'e~ other ero'hsiom or appiicatiarm o[ th.is mie tE2t can be g/yen effect without · e Lqvaiid prov/sion or a?pii~:ion. ~_d to this end ~e provision~ of t.h.is rule are declared to be severmNe. (g) ThJs rule i5 applicable 5~: building ar coasrruc=oa conwa~s adve:~2sed For bid by a government, a/ entity on or a~Ser Seutember i, !994 ~-_is rule ts also aoplicabie for tk_p. se building or commmc'r./on conrrac-~ entered into on or auSer Seotember !. 1994, which a_re not re~ ,uired by law to be advertised for bid.. (h) The coverage rcauireme.x: kn il-ns rtS~e does nat apply to motor c-.~5,;ers who ~e required pursuant to Texas Civii Statutes, Awricle 6675c, to re~mxrer w/th the Texa~ Deotrtment of Tr~msporrafion mad who pray/de acc/dentM [axurznce coverage pur~ua.ar to Texas Civil St=rotes, Article 6675c, ~ 4(~) (i) The coverage requirement Lq r~is r~Je does nor apply to sole propr/erors, parmers, and corporate officers who meet the reauL-emcats o£the Ac-t. § 406.097(c), and who are erpl/ci'dy excluded Rom coverage in accordance v,5~ the Act, § 406 097(a) (a~ added by House Bill 1089, 74th Legislature, 1995, § 1.20). ~ rubsec-aon apoiies oniy to sole proprietors, po.winery, and corporate execur. Ne cr~cers who are excluded from cover-~e in an i.mu.r~ce po[icy or ce:-dfic2te of authority to selt--imvm-e tlaar is de~Jver~ issued for deliver.' or renewed on or aRer J~_nuar,, 1, 1996 Source: The prov/sion~ of th. is § 1 I0.1 i0 adopted to be e~-ecrJve September I, 1994, 19 Tex. Reg 5715; amended to be e~'~ve November 6, 1995, 20 Tex._Reg 8609. Return to Sect/on Index htm'//v..,~,~.~ 5os s~are t~ u~':~c 2.~/]I/110~/1 I0 110 html uorzcs --o cou'r~u~croas a PART A SPECIAL PROVISIONS BROADWAY BASIN 15 INCH AND LARGER W-AB'r~WATER LINES C?.~uNING F.Y. 04-F.Y. 05 SECTION A - SPECIAL PROVISIONS A-1 T4--- m,~ Place of R~ceiv~n~ Pro~)osmls/Pre-Bid Memti~ 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 2500 p.m., Wednes~y, February 2, 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 A-"~TN: BID PROPOSAL - BROAdWay ~IN 15 ~ A~D LAR~_~ ~A~T~qA'~'~ LINES ~.m,~ F.Y. 04 - F.Y. 05 A pre-bid meeting will be held on Tuesday, J~unm_-~ 25, 2005 , beginning at 10:00 A.M. The pre-bid meeting will convene at City~a.11 ~rix~ Services Conference · revi~ of the project sc~, ~o11~ ~ a ~esti~ ~ ~n~r session. A site visit ~11 fo11~ m~ter the ~tl~, ~f r~este~. No additional or separate visitations will be conducted by the City. Section B 1 of the General Provisions will goverl7. A-3 Description of Project This project consists of the following Bid Item components: Cleaning and video recording of approximately 16,750 feet of 15~, 24', 27~ and 30' VCP sanitary sewer lines, locating two existing maruholes and construction of two new fiberglass manholes (if authorized by the Engineer) and other miscellaneous items of work required to complete 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 Bid subject to the &vail~bility 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 sand in the best interest of the public. Qu~tities --~ Me&suxements: No extra or customary measurement of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered. The method of m~asuring the bid items and payment of bid items is set out hereafter. Section A SP (Revised 9/18/00) Page 1 o[ 30 Measurement and Payment section for standard specifications 025222, 025412, 025424, 025610, 025612, 25802 and 030020 are not used on this project. Base Bid consists of the cleaning and video recording of approximately 16,750 feet of 15", 24", 27" and 30" VCp sanitary sewer lines, locating two existing manholes and construction of two new fiberglass manholes (if authorized by the Engineer). Cleaning shall be performed using high velocity jet equipment or mechanical equipment (if authorized by the Engineer) to enable the Contractor to get through line blockages and construction of manholes will be accomplished using fiberglass manholes in accordance with the plans, specifications and contract documents. 1_ Cleaning and Video-Recording of Sanitary Sewer Lines: Vitrified clay pipe (VCP) has been assumed and is shown on the drawings_ The Contractor should be aware that other pipe types may be encountered. No additional payment will be made if alternate pipe materials are encountered. Th~s item will be bid per lineal foot for each line size listed in the proposal. The bid item price will include, but is not limited to the following: a) Locating the Manhole_ b) Removing all internal deposits, sludge, dirt, broken pipe, grease, rocks, sand, roots, silt, b~icks, and any other organic deposits from sewer lines and manholes. The cleaning shall be accomplished using high velocity jet equipment. In the event that mechanical equipment is authorized, no additional payment will be made. c) Collecting and retaining all debris and solids in every downstrea~ manhole along the sewer line_ d) Removing and properly disposing of all debris and solids resulting from the cleaning. e) Any necessary root cutting to facilitate cleaning as described in Section A-54 and T2-G36. f) Replacing any manhole ring and/or cover which is damaged during the cleaning process_ g) Recording evaluation reports for cleaning activities_ h) Obtaining and/or purchasing potable water necessary for the cleaning purposes. i) Supplying all of the required tapes and evaluation reports to the City and the Consulting Engineer. j) Repairing any damage to public or private property caused by the Contractor during the cleaning process_ k) Special Provisions A 54 and Technical Specifications T2-G36[1] and T2 G37[1]_ New Manhole Construction with Fiberglass Mar~holes: Manhole construction will only be undertaken if the manhole cannot be located by the process (i-e. non-existent or destroyed) described in Item 3 and must be authorized in writing by the Engineer_ This item will be bid per manhole for the cut brackets listed in the proposal and as shown in ~rea 3 on Sheet 3 of 6. This work includes but is not limited to the following~ a) Utility relocation_ b) Excavation & backfill_ c) Dewatering_ d) Proper diversion of the flow during installation. e) A/1 materials & equipment necessary to install the Fiberglass Manhole. f) All connections to existing structures and/or lines as required. g) Subgrade preparation & site grading_ h) Pavement repair and/or surface restoration_ i) Installation of the ring & cover and installation of stainless inflow protector and grouting_ j) Manhole testing per Standard Specification Section 027203. k) Any other work necessary to complete this item_ 1) Technical Specification T2 Gl7 shall govern_ Section A - SP {Revised 9/18/00) Page 2 of 30 Locate Existin~ Manholes~ The Contractor shall exhaust all reasonable means to locate the m~/~holes before constr~ction of new manhole is authorized. This item will be bid per each markhole for the Contractor's efforts in locating the existing mg~nholes as shown in ~rea 3 (Sheet 3 of 6) This work includes, but is not limited to, the following: a) Cleaning from known] upstream manhole to first unknown manhole to facilitate insertion of video camera for location work. b) Conduct exploratory video inspection beginning at known upstream m=~-~hole using video camera and tracking sond. Video will enable Contractor to visually locate the n~nhole internally and the tracking sond will enable Contractor to visually locate the manhole at the ground surface c) Locate manhole with metal detector; d) Conduct exploratory excavation and backfill; e) And any other work necessary to complete this item. 4 Grade Adjustment: If existing manhole is located, the contractor shall; a)install new ring and cover, b) install concrete or HDPE adjustment rings to bring to grade, c) apply Jeffcoat, d) construct concrete casing, e)restore street per Sheet 4 of 6, and f)any other work necessary to complete this item. Traffic Control: The City shall provide a Traffic Control Plan which shall be implemented by the Contractorl The Traffic Control Plan shall be bid as a lump sum item for the Base Bid. This item shall include, but is not limited to, all personnel, equipment, and materials needed to provide proper traffic control_ 6 Point Repairs~ Point repairs for this system are not anticipated but an allowance of $100,000 has been included in case they are required to clean and inspect the line from man/qole to manhole. If th~ Contractor encounters line obstructions w~ich cannot be removed with conventional internal methods, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction_ Prior to undertaking such excavation, the Contractor shall submit a cost estimate to the Engineer for the proposed work. The Engineer shall review and approve the cost proposal in writing prior to the commencement of the work Payment for the repairs will be deducted from the cost allowance. Point repairs shall be negotiated on case by case basis. Contractor will only be paid for approved and completed point repairs. See Section A-60 for more detailed explanation. This work includes, but is not limited to, the following: a) Utility relocation b) Excavation and backfill. c) Dewatering d) Proper diversion of the flow during installation e) All materials and equipment necessary to complete the repair. f) subgrade preparation and site grading. g) Pavement repair and/or surface restoration. h) Traffic Control. i) And any other work necessary to complete this repair. j) Special Provision A 60 shall govern. 7. Trench Safety: This item will be bid per linear foot Excavation and trench safety shall be provided for any excavation or part of a trench that is over 5' deep. It will include, but is not limited to, all personnel, materials, shoring and bracing, equipment, and traffic control needed to ensure proper trench safety_ Section A SP (Revised 9/18/00) Page 3 o[ 30 Ite~ Not ~-tsted on the Items of work not listed on the Proposal Form necessary to complete the project as shown on the drawings and as specified are considered as subsidiarsz to the established bid it~ ~d there will included in the appropriate bid item. ~y item re~ired on the plans ~d contract d~nts shall ~ paid ~der ~he appropriate bid which covers the item. A-5 Xt~ to ~ ~,~4tt~ with The following ite~ are re~ired to ~ s~tted with the proposal: 1. 5~ B~ ~ (~st refer~ce (A ~ehier's ~k, certifi~ ~, or ~tlo"~1 ~"~ ~11 also ~ mcce~t~le. ) 2_ Disclosure of Interests Statement A-6 T~M~ of C..-.&.letion/L~uidat~ D~mages The working time for completion of the entire project will be 100 C~l*-Wm~ Days. The Contractor shall commence work within ten (10) written notice from the Director of Engineering Engineer") to proceed_ calendar days after receipt of Services or designee ("City 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, $300.00 ~er c&le~ar ~ will be assessed against the Contractor as liquidated damages Said liquidated dammges 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 dan~ges by their nature are not capable of precise proof_ The Director of Engineering Services (City Engineer) may withl]old and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. 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. Furthern~ore, 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 ewpired. In accordance w~th 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 docu/aentation of.such coverage has been provided to the Contractor and the City Engineer. Soction A SP (Revised 9/18/00) Page 4 o~ 30 A-8 F~O~ 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 Ceneral Provisions_ A-9 Acknowledgment of A~donda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt_ Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage ~tes (Revised 7/5/00) Labor preference and wage rates for heavy con~tructlon_ Contractor shall use higher wage rate. In case of conflict, Minimzura Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Paxt C. The Contractor a~d any subcontractor must not pay less than the specified wage rates to all laborers, worki, en, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic ea%ployed, if such person is paid less than the specified rates for the classification of work performed_ The Contractor and each subcontractor must keep an accurate record showing the names ~nd classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker_ The Contractor will make bi weekly certified payroll subndttals to the City Engineer_ The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll su~ittals.) One and one half (1 and 1\2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B 1-1, Definition of Terms, and Section B 7 6, Working Hours.) A-11 Cooperation ~th Public A~encies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty eight (48) hour notice to ~y applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One Call System 1 800 245-4545, the Lone Star Notification Company at 1 800-669 8344, and the Southwestern Bell Locate Group at 1-800 828 5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Urban Engineering 2725 Swantner Corpus Christi, TX Traffic Engineer Police Department 78404 880 3500 854 3101 854 6001 FAX 880 3540 882-1911 Section A SP (Revised 9/18/00) Page 5 of 30 Water Division Wastewater Services Division Gas Division 885-6900 Storm Water Parks & Recreation Solid Waste Services Central Power & Light Co. Southwestern ~ell Telephone Co_ City Street Div. for Traffic Signal/Fiber Optic Locate Ca~le¥ision ACSI (Fiber Optic) K~C (Flber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic 857-1880 857-1818 (885-6900 857-1881 880-3461 857-1970 299-4833 881-2511 857-1946 857-5000 887-9200 813-1124 881-5767 512/935-0958 972-753-4355 (880 3140 a~ter hours) (880-3140 after hours) after hours) 880-3140 after hours) 693-9444 after hours) 1-800-824-4424, after hours) 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can bo reasonably obtained from existing as-built drawings, base maps, utility recoz~/s, etc. and from as much field work as noru~]ly deen~d necessary for the cor~tructiou of this type of project with regard to the location and nature of underground utilities, etc. However, ~ ,~m~-~ ~ ~~ ~ ~ ~~ i~ ~t ~%mm~~--~. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operatior~ to preclude dammging the e~istJ~/g facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to ~intain 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 ~ke the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the recfuirements of the conkoany or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etC.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pu~ing to a satisfactory outlet, all with the approval of the City Engineer_ Sewage or other liquid must not be pu~koed, bailed or flua~d over the streets or ground surface and Contractor must pay for all fines and re~Ltation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Arum A~oess .~4 Tr~ff~¢ Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction_ The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. The Contractor shall co~ly with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the city. Copies of this document are available through the City's Traffic Engineering Department_ The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All eostm for traffic control arc considered subsidiary; thcrcforc, no direct payment %;ill be made to Contractor. A-14 Construction EquiE~ent S~illage and Trackin~ The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the constr~ction area_ Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system_ No visible material that could be washed into stol-m sewer is allowed to remain on the Project site or adjoining streets. 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 a~y other material that detracts from its appearance or hampers the growth of grass_ All ncccooary rcmovals including but not limited to pipc, driveways, sidcwalko, etc., arc to bc considered subsidiary, to thc bid item for 'gtrcct E~cavation~; therefore, no direct pa~cnt %~ill be made to Contractor. &-16 Dts~osal/S&lva~e o~ Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and ~st be removed from the site by the Contractor The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field O~fice - N~T USED Thc Contractor must furnish thc City Enginccr or him rcprcscntativc %zith a field officc at thc construction sitc. Thc field office must contain at lcaot 120 oquarc feet of uocable op~cc_ Thc field office muut be air conditioned and heated and must bc furnished with on inclined table that mcaourco at least 30' ][ 60" and two (2) chairs. Thc Contractor shall move thc field office on thc site as required by thc City Engineer or his rcprcocntati¥c. Thc field officc must be furniohcd with a telephone (with ~ hour p~r day answering service) and FAX machine paid for by thc Contractor. There is no separate pay item for thc ficld officc. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be sub~titted to the City Engineer at least three (3) working days prior to the pre-construction meeting The plan must indicate the schedule of the following work items: 1 Initial Schedule: Sut~it to the City Engineer three (3) days prior to the Pre- Constr~ction Meeting an initial Construction Progress Schedule for review_ Items to Include: 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. Section A SP (Revised 9/18/00) Page 7 of 30 submittal Dates: Indicate submittal dates required for all subm/ttals_ Re-Submission: Revise and resubmit as required by the City Engineer. Periodic Update: Suk~it Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 C~x~tr~c~_t~ua S~ - NO~ U~) Thc d~awingo depict linco, olopcu, grades, 0cctiona, measurements, bench ~rks, baselines, eta. that arc nor~mlly ~equired to oenotruct a project of thio nature. Thc major aontrolo and bench ~rko required for setting up a project, if nat on thc drawings, will b~ provided by thc City Curvcyor. Thc City Engiuccr will furnish the Contraetor with all lines, slopes and measurements for control of thc work. If, during oonotruction, it ia necessary to disturb or destroy a oomtrol p~int or bench mark, thc Contractor shall provide thc City Eurwcyor q8 hours notice so that alternate ooRtrol ~oi~to can bc cotabltahcd by thc City Curvcyor aD hc dcc-~o necessary, at no cant to thc Cont~aotor. Control ~into or ~cnch marks ~ged aa a result of thc Coat,actor's acgligcncc will bc ~cotored by thc City ~urvcyor at thc c~enoc of thc Contractor. If, for whatever rcaoon, it ia ncocooary to deviate fro~ p~o~osod linc and gradc to p~opcrly CHCCUtC thc work, thc C~ntractor shall obtain approval ef thc City Engineer prior te deviation. If, in thc opiaion of thc City Engin~r, thc rc~rcd deviation would necessitate a revision to thc drawings, thc Cont~ctoz shall pr~vidc supporting mcaourc~ato aa rc~ircd for thc City Engineer to rcvi~c thc drawings. Thc ~nt~ctor shall tic in or reference all walvco and ~olcu, both ~utiug ~d propo~, fo= thc pu~c of adjusting valvc~ a~d ~elcu at thc c~lction of ~c pawing procc~o. ~oo, thc City ~mgi~cc~ ~y rc~rc that thc C~ntractom furnish a ~l~~ of two (2) ~e~ncl fe~ thc pu~ooc of assisting thc mcaou~ing of thc co~[ctcd Thc Contractor shall provide thc following ccrtifioation for documentation and vcrifi~tion of co-~lianoc with thc Cost,mot Documents, Plans and Cpcclficationo. Cold c(--~liancc ccrtificatioa shall bc provided and prepared by a third party independent Registered Pr~fcooional Land Eurvcyo~ (R.P.L.S.) licensed in thc Etatc of Tel[as retained and paid by thc Contraoter. Thc tkird party R.P.L.~. shall bc approwcd by thc City prior to any worh. A~y discrepancies shall bc noted by thc third party surveyor and certify co~lia~cc to any ~cgulatory permits. Followimg is thc minimu~ schedule af dooumcntation required: ~11 curb returns at point of tangcno¥/point of circumference Curb and gutter flow linc both aides of street on a 200' interval Street crowns on a ~00' interval sad at all intcrmcctiono. All rim/iuvcrt elevations at m~nholco ~11 intersecting lines in ~r~holco Caoiag elevations (top of pipe and flow linc) (THDOT and P/1 p~rmits) All kop of valvc bo]~cs Valve vaults rim Gaaing clcYationu (top of pipe and flow linc) (T]£DOT and RR pc~its). Ssction A - SP {Revised 9/18/00) Page 8 of 30 gtorm Watcr! Ail rim/inwcrt clevationo at mnholcs All intcroecting linco in manholc~ Caoing clcYationo (top of pipe and flo%; linc) (T;~OT and RR permits). A-20 T~sting m~d C~rtification A~i 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 ~rill be borne by the Contractor and deducted from the payment to the Contractor. SCHEDULE OF TESTING BY THE CITY: Embedment, Fill and Backfill Laboratory Testing: (1) Gradation ................................... 2 Ea- (2) Moisture-Density Relationship ............... 2 Ea. (3) In-Place Density Tests ...................... 10 Ea_ Concrete Laboratory Testing: (1) Concrete Cylinder(s) (2 sets) ............... 2 Ea. Subgrade Preparation, Embankment and Backfill Laboratory Testing: (1) Moisture-Density Relationship (Proctor Curve) ............................. (2) In-Place Density Tests ...................... 10 Ea. Flexible Base Course (See Subsection 025222) Laboratory Testing: (1) Moisture-Density Relationship Proctor Curve) .............................. (2) In-Place Density Tests ...................... 1 Ea. 10 Ea. Hot Mix Hot Laid A~phaltic Concrete Pavement (See Subsection 025424) Laboratory Testing: (1) Extraction Test ............................ 5 Ea. (2) Stability and Laboratory Density ............ 5 Ea. (3) Field Density .............................. None Required Schedule of Testing by Contractor: Testing, including s~mpling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications_ Engineer shall determ/ne the exact time, location, and number of tests, including samples_ Arrangements for delivery of san~Dles and test specimens to the testing firm's laboratory will be made by Owner_ The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test_ Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Ti~s due to such interruption. When testing activities, including sampling, are perform~ in the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities_ Section A - SP (Revlse~ 9/18/00) PaGe 9 of 30 When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer_ Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will sub,Lit a written report to Engineer, with a copy to Contractor, at least once each week. The Contractor must provide all applicable certifications and testing documentation for all material verifying compliance with specifications to the Engineer and OWner. A-21 ~-t Signs - NOT U~ED Thc Contractor must furnish and install Projcct signs as lndicatcd on thc folle4~ing drawings. (Attachment III) Thc oi~ ~ot bc inotallcd bcforc construction bcgino and will bc ~aintaincd throughout thc Projcot pcriod by thc Contractom. Thc location of thc signs will b~ dctc~incd in thc ficld by thc Gity Enginccr. A-22 M/~orit~4inorit~ B~ml~m Ent~rprise P~rt~cl~tion Policy (Revised 10/98) 1 Policy It is the policy of the City o~ 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 AffJ~tive A~tion 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: ~uny person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract_ Subcontractor: Any na~ed person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, n%aterials or any combination of the foregoing under contract with a prime contractor on a City contract. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Me×ican-Americans and other persons of Hispanic origin, /~nerican Indians, A~askan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or rm0re minority person(s). Section A SP (Revised 9/18/00) Paqe 10 of 30 (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 ~ore of the total profits, bonuses, dividends, interest payments, co~n~ssions, consulting fees, rents, procurea~nt, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. 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 ~ore 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_ Goals The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: ~nor£t¥ Paxt/cl~t/on ~iu ori t~f Business 45% 7_5% These goals are applicable to all the construction work (regardless of federal participation) perforated in the Contract, including approved change orders_ The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited_ Compliance Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Section A - SE (Revised 9/18/00) Paqe 1] of 30 bo 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. A~ong 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 tkmely fashion or to submit overall participation information as required_ A-23 r--.~m~-t_~on Ram<l~trmd - NOT U~ED (Revised 7/5/00) Thc Contractor shall aoouzc thc appropriate building inopcctionu by thc Building Inopcction Di¥ision at thc Yariouo intc~vals of work for which a permit is ~cquircd and to scours o final inspcction aftcr thc building is coa~lctcd and ready for occupancy, Contractor must obtain thc Ccrtificotc of Occupancy, whcn appliaablc. Ecction B 6 2 of thc Gcneral Provisions is hcrcby amcndcd in that thc Contractor must pay all fccs and chargcs lc¥icd by thc City's Building Inspcction Dcpartm%cnt, and all othcr City fccs, incluWing %~tcr/wastcwatcr mctcr fccs and tap fccs as rcqulrcd by City. Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City_ All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas_ The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements_ The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued_" A-25 Sales Tax E~ption - NOT U~ED Ecction B 6 22, TaM E~c~nption Provision, is dclctcd in its cntircty and thc ' follo~;ing substitutcd in licu thcrcof_ Contracts for improvcmcnts to rcal propcrty a%;ardcd by thc City of Corpu~ Christi do not qualify for cxcmptions of Ealcs, EMciDc, and Usc Taxcs unlcss thc Contractor clccts to opcratc undcr a ocparatcd contract as dcfincd by Scction 3.291 of Chaptcr 3, Tax ~dm4nistration of Titlc 3~ Public Financc of thc TCKaU Ach~inistrativc Gods, Section A - SP (Revised 9/18/00) Pa~e 12 of 30 or ouch othcr rulcs or rcgulations as ny bc promulgatcd by thc Comt~trollcr of P~blic Accounts of Tc~as_ If thc Contractor clccts to opcratc undcr a scparatod contract, hc shall: 1. Obtain thc ncccssary solos tan pcrmits from thc Etatc Com~trollcr. Idcntify in thc appropriatc opacc on thc "Statcmcnt of }~tcrials and Othcr Ghargco" in thc proposal fo~ thc oost of ~ntcrials physically incorporatcd into thc Projcct_ 3. Providc rcoalc ccrtifiaatco to supplicrs. Pro¥idc thc City with copics of m~tcrial in¥oicco to substantiatc thc proposal Yaluc of m~tcrialo. If thc Contractor docs not clcct to opcratc undcr a ocparatcd contract, hc must pay ~or all Ealcs, El[aisc, and Usc TeMco applicablc to thio Projcot. gubcontractoro arc cligiblc for solos tax cKcmptiono if thc subcontractor also co~Plico with thc abo¥c rcquircmonts, Thc Contractor must isouc a rcsalc ccrtificatc to thc oubcontraotor and thc subcontractor~ in turn, isouco a rodale ccrtiftcatc to his supplicr. 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 ~aterial change to: City of Corpus Christi Engineering Services Department Attn: Co~tract BMmlnistrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Nualber 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 co~ensation 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: Section A - SP (Revised 9/18/00) Paqe 1~ of 30 Contractor agrees to indemnify, save harmless and defend the city, itm agents, servants, and er~ployees, and each of them against and hold it and them harmless from any and all lawsuits, claim~, demands, liabilities, losses and expenmes, including court costs and attomeys' fees, for or on account of any injury to any person, or any death at any tlme resulting from such injury, or any damage to any property, w~ich may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or ~m~ loyees or any person indemnified hereunder. A-27 ~s~o~ib~lity fo= Da~g~ Clm~ - NOT USED Paragraph (a) Ccncral Liability of ~cction B 6 11 of thc Ccncral Provisions io amcndcd to includc: Contractor must pro¥idc bail~-~"e =imk 4,~ ~_._~m~-~ for thc term of thc Centract up to and including thc date thc Gity finally accepts thc Project or work. Builder's rio][ coverage muDt be an "Ail his][" form. Contractor ~ot pay all coots ncecsoary to procure such builder's risk insurance coYer&ge, including any dcductiblc. Thc City must bc named additional insured on any p~licico providing such insurance coyer&ge. A-28 CO4~i~r&tions for Contract Awmxd ~nd ExecutAon To allow the City Engineer to determine that the bidder is obligations under the proposed contract, then prior to award, require a bidder to provide documentation concerning: able to perform its the City Engineer may Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the a~ount 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 a//d 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 C~ntr~tor,s Field A~nimtr&tion st~ff The Contractor shall er~ploy for this Project, as its field adK~nistration 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: The superintendent must have at least five (5) l~are of r~c~nt experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project_ This experience must include, but is not limited to, scheduling of manpower and materials, structural steel crcction, masonry, Section A - S~ (Revise~ 9/18/00) ~aqe 14 of 30 safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close out procedures. The superintendent shall be on site at all times throughout the work day_ Thc forcman must havc at lcaot fi%-~ (5) ~m~m cxpcricncc in ovcroight and ~anagcmcnt of thc Work of various subcontractors ond crafts. If thc ocopc of thc Projcct is such that a foreman iu not rcquircd, thc Contractor's oupcrintcndcnt shall auuumc thc rcsponoibiliticu of a force%an. Documentation concerning these ~tters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to much superintendent or foreman ass,.m~ng responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field ackninistration 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 a~m~nistration 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 Am~nc&md "Couatd~r&~ion of Contract" Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3 1 Consideration o~ 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 ma~or 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 raajor component of the work; 4. A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firsts 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 firnLs 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 m~de to meet said requirements but that meeting such requirements is not reasonably possible_ A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work_ The City Engineer retains the right to approve all subcontractors that will perform work on the Project- The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award_ In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project_ Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to ccamply with th_ts provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13; A preliminary progress schedule indicating relationships between the n%ajor co~oonents of the work. The final progress schedule must be su~titted to the City Engineer at the pre-construction conference; Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract A~ard and Execution and the Contractor's Field Administration Staff_ Documentation as required by Special Provision A-35-K, if applicable. Wt~h~- fiv~ (5) ~ys followl~ A-31 ~ Policy on Extra W~rk and ChAmC~- Oz~ers Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replac~ with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee_ The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 ~ "Ezecut./.on of Contract- Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: -- The award of the Contract m~y be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perfo~ under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor_ A-33 Cond.t. tions of Work Each bidder must familiarize himself ~ully with the conditions relating to the con%pletion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is r~m4nded to attend the Pr~-BXd~t~n~ zlforred t~, in S~l Prcmr/.sion A-1. A-34 ~momc~n~ of Contract 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 Section] A SP (Revised 9/18/00) Page 16 of 30 plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence_ In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, A~TM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order_ A. Visitor/Contractor Oricntation Prior to performing work at any Gity w~tcr facility, thc Oontractor, his sui~controctoru/ and each of their c~loycc3 must havc on their pcruona valid card ccrtifying their prior attendance at a ¥isitor/Contractor ~afcty Orientation P~o~ra~ oonduotcd by thc city Water Department Personnel_ A Visitor/Contractor Eafcty 0ricntation Program %~11 bc offcrcd by authorized Gity Water Dcpartmcnt personnel for thouc persons who do not havc such a card, and who dosirc to pcrfo~m any work within any City ~tcr facility. For additional information rcfcr to At~~ nt B. OF Fat/on o£ C.t.*:1, O~.ad B,.~,/~ ~ wa~ ~aeill~f a~ amy ¥~ All uu~h itcmm ..as~ ~m operated by an operator or other authorized maintcnancc cn%ploycc of thc City Water Department_ Thc City must deliver water of drinking quality to itu customcrs at all times_ Thc Contractor shall protcct thc quality of thc %;atcr in thc job site and shall coordinate its work with thc City Water Department to protect thc quality of thc water, Ail materials and equipment used in thc rcpair, rcaoucmbly, transportation, rcinstallation, and inspection of pumps, or any other itcmm, which could some into contact with potable water, muut confozm to American ~ational Standards Institute/National Sanitation Foundation (AN~I/NCF) Etandard 61 ao described in thc Dtandard Dpccifications. Thc Contractor shall provide thc Enginccr with copico of writtcn proof of ~$EI/NgF Standard 61 approval for all materials which could come into contact with potable water. All trash gcncratcd by thc Contractor or his cm~loyccs, agents, or subcontractors, mu3t bc contained at all timco at thc water facility site. Blo%;ing trash will not bc allowed. Thc Contractor shall kccp work areas clean at all times and rcmovc all traoh daily_ (Revised 9/18/00) J. Ka Contractor's personnel must %;car colored uniform overalls othcr than orange, blue, or white. Rm~ . l.X_o u~A~_ ~ ,-t pLv.l.g- ~---~=--i r Contractor shall pro¥idc telephones for Contractor pcroonncl_ rl~ Working hours will bc 7:00 A.~. to ~00 P.M_, ~onday thru Friday. Contractor must not usc any City facility rcotroomo. Contractor must providc own sanitary facilities. All Cont~acto~ vchiclco must bc parked at designated sitc, aa designated by City Water Department staff. All Contractor vehicles must bc clearly labeled with company Dna. ;~ private c~loyce vehicles arc allowed at O. N. Etcvcno Water Trcat~2nt Plant. All pcrsonncl must be in company vehicles. During working hours, co,tractor employees must not leave thc designated construction arca nor wan~r through any buildings other than for rcquirc~ work or aa dircuted by City Watcr Depart/nest personnel during c~rgcncy evacuation. Contractor Qualifications ACQUISITION) ECADA {~UPERVI~ORY CO}~ROL 7~ DATA Any work to thc com~utcr based monitoring and control system must bc performed only by qualified technical and supervisory personnel, ac determined by meeting thc qualifications 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, sustomi=ing, debugging, calibrating, or placing in opcration all hardware and/or software Dpccificd or required by these specifications. Thc Contractor or his subcontractor proposing to perform thc DCADA work must be able to dcmonstratc thc following: Ils is rcgularly engaged in thc computer baocd monitoring and control system buoincos, prcfc~ably as applied to thc municipal watcr and wastcwatcr industry. Mc has pcrfo~mcd work on systems of comparable size, type, and eomplcKity as required in this Contract on at lcaut thrcc prior projects. Uc has bccn actively engaged in thc type of work specified hcrcin for at least $ years. Hc c~ployo a Registered Professional Enginccr, a Control ~ystcmno Engineer, or an Electrical Engineer to uupervimc or perform thc work rcquircd by thic specifications. Ifc c~ployo personnel on this P~ojcct who havc successfully completed a manufacturer's training course in configuring and implcmcnting thc specific computers, RTU'o, and software proposed for thc Contract. IIc mnintainu a pcr~ancnt, fully staffed and cquippcd service facility within ~00 miles of thc Project uitc to n~uintain, rcpair, calibratc, and program thc systems opccificd herein. IIc shall furnish equipment which is thc product of onc manufacturer to thc mal~imum practical cMtcnt. ~-hcrc this ia not practical, all cquipmcnt of a given type will be thc product of onc m~nufacturcr_ 8- Prior pcrfo~mancc at thc O_ N. Stc¥cno Watcr Trcatmcnt Plant will bc used in cYaluating which Contractor or subcontractor progrmm~ thc new work for thio Projcct. 9_ Thc Contractor shall p~oducc all filled out prograaUnlng blocks rcquircd to show thc program~Ling as nccdcd and required, to add these two syotcmn to the c][ioting City SC_ADA ~yotcm. Attached is an cMmmplc of thc rcquircd progro~mming blocks which thc City rcquirco to bc filled in and gi¥cn to thc City Enginccr with all ehangcn m~dc during thc progran~nlng phaoc_ Thc attached sheet is an c~m-521c and is not intcndcd to show all of thc required ohccto. Thc Contractor %~ill providc all proqrom~u[ng blocks uocd_ Trcaohing ~cquirc~cnts Ail trcnching for this projcct at thc O. N_ gtc¥cnu Water Treatment Plant shall bc performed using a backhoe or hand digging duc to thc mnu~mcr of c~[ioting underground obutructions. ~o trcnohingm~hinco shall bc allowed on thc project. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. The Engineer will retain five sets (six if electrical) for distribution to City staff, inspector and Engineer's file. Contractor shall submit the additional nun~er required for return for his files, manufacturers, sub-contractors, etc_ Reproducibles: In addition to the required copies, the Contractor shall 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 supplier; pertinent Drawing sheet and detail number(s), and specification Section number, 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 construction 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 products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project_ Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all Submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal_ (Revised 9/18/001 Distribution: Contractor must distribute copies of reviewed subm/ttals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions_ S~m~ les: 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 Technical Specifications Section, Contractor ~st sub~t three (3) copies of all shop test data, and repair report, and a~l on-site test data within the specified tiu~ to the City Engineer for approval. Other~lse, the related equipment will not be approved for use on the project. 1%.--37 ~ '~x~exM~nt ~nd ~ for Wat~ F~X~I/~ ~ tl~m Cit~e Under "General Provisions and Requirements for Municipal Construction Contracts", B- 6-15 A~rangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Wo=ker'l Co~p~tion C~ag~ for Bu/]~-~ or C~tx~ction Projects for The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision_ A-39 Certificat~ of Occupancy amd Ft--l A~:~pt~nce - NOT U~ED Thc issuance of a ccrtificatc of occupancy for impro¥cmcnto docD not con0titutc final acceptance of thc improvements under Ccncral Provision B 8 9. A-40 R~u~tm~nt to ~ction B-8-6: Paxtim_~ Est;~t~s General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial pa~naents 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. Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs_ The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day w~ll not be counted as a work day and thc Contractor will bc compcnsatcd at thc unit price imdicatcd in thc proposal A-42 O~ l~ales 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_ Section A - SP (Revised 9/18/00) PaQe 20 of 30 A-43 ~ Ind~mz~fi~mtion & ~old ~m~l.ss 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 thereofz 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 dmmages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, ~n~,loyees, 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, enuployees, agents, or consultants_ The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 C~-~3~~ Orders Should a change order(s) be required by the engineer, Contractor shall fur~ish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.)_ This breakdown information shall be submitted by contractor as a basis for the price of the change order_ A-45 A~-Bu~lt Dim~nsions --w D=mwin~. (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities_ (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as built dimensions and locations of all work constructed_ As a minl/hum, 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. (3) (4) (5) (6) "Namcplatc" data on a~l installcd cquipmcnt. Deletions, additions, and changes to scope of work. Any other changes made. Horizontal and vertical dimensions of existing utilities affected, crossed or found during the construction. A-~6 Disposal of Highty Chlorinat~d water - NOT u~n (7/5/00) Thc Contractor shall bc rcoponsiblc for thc disposal of watcr uocd for tcsting, dioinfcction and linc flushing in an approvcd manncr. Contaminants in thc watcr,- particularly high lcvcls of chlorinc, will bc uocd for dioinfcction, ar~J mny cxcccd thc pcrmiooiblc limits for diochargc into wctlands or cnvironmcntally ocnsitivc arcao. Thcoc arc rcgulatcd by numcrouo agcncico such an ~CC, EPA, ctc. It will be thc C~ntractor'o rcoponoibility to comply with thc rcquircmcnto of all rcgulatory agcncico in thc disposal of all watcr uscd in thc projcct- Thc mcthods of disposal shall bc oubmittcd to thc City for approval. Thcrc shall bc no ocparatc pay for Section A SP (Revised 9/18/00) PaGe 2] of 30 disposal of highly chlorinated water. Contractor shall not usc thc City's sanitary sc%~cr system for disposal of contaminated ~atc~. A-47 Pr~-C~n~ruction E~lor&~ry Ex~av&tio~ - NOT USeD (7/5/00) Prior to any construction whatever on thc project, Contractor shall cxcaYatc and el[perle all cxiuting pipelines of thc project that cross within 20 fcct of pro,sued pi~clincs of thc project and Contraoto~ shall survey thc c~act vertical and horizontal location of each crossing and potentially conflicting pipclinc. For existing pipelines which parallel and arc ~;ithin ten fcct (10') of proposed pipclincm of thc project, Contractor shall c~[cavatc and c~uposc said cKiting pipelines at a ~aximum of 300 fcct S.C. and Contractor shall survey thc aocuz~tc horizontal and vertical locations of said parallel pipelines at 300 fcct m~Mlmum Contractor shall thcs prepare a report and submit it to thc City for approval indicating thc ~mcr of pipelines cMcavatcd and surveyed, as wcll as thc station thereof, distance to thc pavement ccntcrline and elevations of thc top of cHiotin~ pipelines_ Exploratory c][cavations shall bc paid for on a lump sum basis. Any pavement repair associated with cKploratory cxsaYations shall bc paid for according to thc cotablishcd until price of paYemcnt patching. Contractor shall provide all hid survey work cffo~t (no separate pay) for cMploratory cMcavations. A-48 O~r~d EI~t-T~-~I W~mS (7/5/00) Contractor shall com~)ly with all OSHA safety requirements with regard to proMJm~ty 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 w~res or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 ~ "}{anLnt~na~c~ ~r~ty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." The requirements of "Technical Special Provisions" are incorporated by reference in these Special Provisions_ Section A - SP (Revised 9/18/00) Paqe 22 of 30 A-5'I J, fl.'Ln't,on&nc~ ~ Con,Fol. o£ Maa~.~a~'-'~ IPlovs The Contractor shall be responsible for maintaining sewage flows at ail tkmes within the existing sanitary sewer system and shall not restrict access to residences or businesses_ It shall be the Contractor's responsibilrty to coordimate with the city Wastewater Department regarding any modifications to the existing system flow patterns, such as rerouting flows, or operation of any peramanent or t~m~orary lift station(s). This shall be applicable even in case of cave-ins. Any such system n~/ificatio~s will be subject to approval by the Engineer and the City Wastewater Department and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses_ The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be p,,~ed, ba~led or flum~d over the street or ground surface. No sewage or other liquids shall be handled by allowing fleKible or ~igid b~pass pipoline through the storm water line-s. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and/or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge, but small enough to not create hindrance to the traffic flow or create any blockage or accident. The dewatering of surcharged lines and construction of temporary gravity flow lines, force man lines, pumping equipment, plugs, flow diversion structures, haulage by tanker truck, etc., required to maintain and control system flows shall be the responsLbility of the Contractor. The construction of t~-~o~ rary gravity flow lines, force main lines, p,,m~,ing equipment, plugs, flow diversion structures, etc., required to ~aintain and control system flows shall be considered subsidiary to the various bid items in the contract, and shall not be measured for payment. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this pro~ect. A-52 Dill~)o~a-1 of Mml~rXaJ. s i~sU~I-EbCJ £L-Om CIE~n4m3' Of Emis~:l.n~ L4n~s The Contractor shall be responsible for the removal from the site of all solaces and semi-solids resulting from the cleaning of the existing lines. The sludge depths for the ex~sting sanitary sewer line are not available. However, it is the intent of the plans and specifications that all sludge, grit, debris, etc., be removed from existing lines during cleaning operations and not be allowed into downstrea~ portlons of the collection system. The Contractor shall be required to provide a weir or other methods approved by the Engineer for assuring that downstream migration of these materials does not occur. The Contractor shall also be required to remove these materials from the existing line by methods approved by the Engineer_ The proper disposal of the resulting sludge, etc., shall then be the responsibility of the Contractor_ Trucks hauling materials removed from the existing lines shall be watertight so that no leakage or spillage will occur. A/1 solids and semi-solids shall be dewatered and delivered by the Contractor to a facility that is authorized to receive it. If the Contractor desires to utilize the City's J.C. Elliott Sanitary Landfill, he will be required to co~lete the attached GENERATOR'S WASTE PROFILE SHEET (See Attachment NO. 1). The material must be sufficiently dewatered to pass the required paint filter test_ Disposal of the material at the Elli0tt Landfill is subject to prior approval of the ~acility and payment of associated disposal fees. The Contractor has the option of using the City's facilrties for dewatering the solids and sem~-solids_ At the ~reenwoed Wastewater Treat~meet Plant (1541 Saratoga Blvd.), the City has six drying beds, each with a one foot high contairunent wall with a surface area of about 2,300 s-f. The Contractor would be required to haul and handle the material to, at, and from the facility_ The Contractor will be responsible for the restoration of the drying beds to include removal of all dewatered material and replacen~nt of the existing sand bed with new sand. All work required within the Greenwood Waste~ater Treatment Plant shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds is subject to prior approval and payment of associated dewatering fees_ If the City's facilities are used for dewatering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate solid waste and wastewater officials, scheduling the work, and meeting any requirements set forth by said officials. Failure to ~eet these requirements shall be cause for the rejection of the materials by either the landfill or the treatment plant operations. Ail costs involved in disposal of the materials resulting from the cleaning of the existing sanitary sewer lines including, but not limited to p,,mp, lng, hauling, landfill charges, etc., shall be considered subsidiary to the various bid items within the contract. The Contractor's attention is directed to standard specifications Section 027604, Disposal of Waste fro~ Sanitary Sewer Cleaning Operation. Due to the suspected fragile condition of the existing pipe and appurtenances, the Contractor is expected to exercise extreme care in all construction o~eration~, including the installation a~d r--~val of all sheathing, shoring and bracing for any required access pits. Construction equipm~nt and techniques e_~ployed by the Contractor shall be such as to mip%m~ze the possibility of any further d~-~ge to the existing pipe and appurtenances. The Contractor shall be responsible for the repair of any existing facilities damaged by construction operations. Such repairs shall ~eet the requirements set by the Engineer and the City Wastewater Division. The Contractor shall have all materials and equipment ready for the ln~ediate repair of the sanitary sewer line in the event that a section of the sanitary sewer line collapses during the course of the project. Prior to work in the field, the Contractor shall prepare and sub,nit a plan of action for e-~ergency repair of the sanitary sewer system to the Engineer for approval. The plan should contain information on repair procedures, location and t~pe of equlp~ent to be u~ed and ti~e required for equipment mobilization. A-~4 V~l.d~o Do~ct~mn~.,m'c.i. on A2 part of the project requirements, the Contractor shall perform televised inspections of the entire length of lines after cleaning work is complete. The inspections shall be recorded in color on professional grade vHS format videotapes at standard play (SP) speed. The findings and observations during the videotape recording shall be referred by documenting the finding in the tape by audio sound and continuous footage documentation on the screen. The original plus one (1) copy of these tapes will be forwarded to the Engineer for review and approval as they are completed. The Engineer will distribute a copy to the Waste Water Department. If the quality of the videos does not meet with the Engineer's approval, the Contractor shall mocLify televising and/or recording equipment and procedures as recruited and repeat the video doc~u~entation process. Videotape records approved by the Engineer will then be forwarded to and become the property of the City Wastewater Division. The Contractor will be required to make one set of direct copies from the original videotape records for his final inspections and in furnishing videotape records, which shall be included in the applicable bid items in the proposal. The requ/red inspection report minimum information and VHS tape labeling requirements are attached following the Special Provisions (See Attachment No. 2). No separate payments shall be made for the televising after the clean/ng. The work shall be considered subsidiary to other iten%s in the proposal and their costs shall be included in the appropriate bid iteans_ section A SP (Re¥ised 9/18/00) Pa~e 24 of 30 A-55 Trench ~afet¥ If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requiren~nts for trench excavation and safety- D~i costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal fo~lns. A-56 Confined s~ace Entry Requir~nts Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces and associated requirements for entry into these areas including compliance with OSHA Regulation (Standard 29 CFR) Permit Required Confined Spaces 1910.146. A-57 P&v~nt ~tora~/on and Pro~ec~ Clean Up It is the intent of the plans and specifications that any and all areas ~rithin the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction_ Where asphaltic pavements are excavated or damaged, for point repairs, or construction of manholes, the replacement pavement shall as a minimum, conform to the pavement restoration detail shown on the plans (refer to Class III Pavement Repair for all paven~nt restoration)_ If the excavated or damaged pavement section exceeds these requirements, they shall be replaced with the same types and thickness of materials as the existing pavement. W/qere concrete pave~nts, sidewalks, curbs, etc_, are excavated or damaged, the replacement shall, as a minimum, conform with the City standard details and standard specifications available on file with the Department of Engineering Services. If the excavated or damaged concrete section exceeds these require~I~nts, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s). Restoration of all improvements as described above shall be in accordance with applicable City standard specifications, as dete~nined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveways, vegetation area disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer_ Unless shown on the proposal as a unit bid item, all site restoration and project clean-up shall be considered subsidiary to the various bid items, therefore, no direct payment shall be made. A-58 Interna~ Combu~t~.on Engine for G~n~rators Unless otherwise approved by the Engineer, the use of internal combustion engines to power electrical generators and/or pumps for flow control or other operations shall be prohibited between the hours of 6:00 p_m. and 7:00 a.m. The Contractor has the option to request use of internal combustion engines for each location provided that the Contractor submits a mediated noise level proposal to the Engineer for review and approval_ Payment of the testing services to measure the noise leuel shall be the responsibility of the Contractor_ All tests required under this item shall be done by a recognized testing laboratory selected by the City_ The criteria for approval of the mediated noise level proposal for the use of internal combustion' engine will be based on the noise level measured at the closest property line to the proposed internal combustion engine location_ Per Federal Highway Administration (FHWA - Source 23 CFR 772), Noise Abatement Criteria, noise level leg shall not exceed 67 d~A Ldn anytime_ For protection of the employees working on the site, the per~k%ssible sound level should not exceed 90 dBA per day in eight hours period (for Section A SP (Revised 9/18/00) more information, refer to OSHA 1926_52 or 1910.95)_ The Engineer or h~s designated representative reset-Yes the right to stop construction, if any time the noise level exceeds the above said criteria. A-59 ~r~u~4 ~ of T£af£1c ~uri~g Constr~ction The Traffic Control Plan for the work has been prepared by the City and is included in the drawings. Should the Contractor desire to deviate from that plan, it is the responsibility o2 the Contractor to provide a traffic control plan to the City Traffic Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The traffic control plan submittals should be on the standard 22" x 34° plan sheets and should be readable, legible, clean, proportionate and if possible, to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices" for the City roads, and the requirements of the Texas Departn~nt of Transportation (TRDOT) for roads under the jurisdiction of the TXDOT_ Duqy additional cost incurred due to preparation of a revised traffic control plan shall be the Contractor's responsibility. No additional payment will be ~de. The Contractor shall secure the necessary permit from the City's Traffic Department. A-E0 Point l%epm/rs ~ ~xtra Legu~th for Po/~t Whereas the Contractor is required to video-docun~nt after cleaning (see A-54), the Contractor shall perform a point repair at any location where high pressure or mechanical cleaning equipment can not pass through the sanitary sewer pipe due to obstruction and/or structural failure of the existing pipe only as directed and approved by the Engineer_ Point repairs for this system are not anticipated but an allowance has been included in the Base Bid in case they are required to restore pipe capacity. Where required, a p6~nt repair shall include all labor, materials and equipment necessary to repair a 10 foot length of existing sanitary sewer pipe (5 feet on either side of the location of point repair), including all traffic control required_ Work shall include, but is not limited to, all necessary excavation; dewatering; pavement repair, including all pavement markings, raised pavement markers and traffic buttons; backfill; pipe ren~aval; all labor, ~terials and equipment for rerouting of flows; traffic control; concrete sidewalk/curb and ramp repair; driveway repair; inlet repair; site restoration; and any and all work required to complete the point repair. An estimate of the cost of point repairs will be submitted to the Engineer for review and approval_ The Engineer will review the cost proposal and issue a notice in writing for the Contractor to proceed with the work. The cost of the approved repairs will be deducted from the point repair cost allowance_ If it is determined that a particular point repair is in excess of 10 feet, the said point repair shall be measured by the linear foot and paid for from the point repair cost allowance. ~ll point repairs and extra length for point repairs must be approved in writing by the Engineer prior to co~=aence~nt of the work- Ail traffic control shall be in accordance 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 per~hit from the City's Traffic Department_ The costs incurred due to the modification of the work area and traffic control plan due to the point repairs shall be subsidiary to the "Point Repairs" and not measured for payment. The Contractor shall repair the existing line to a condition which will enable the Contractor to continue the cleaning operation without reducing the size of the pipe diameter. A-61 Eubl:Lc Not.tftc. at.t. on A public notification program shall be i~lemented and shall, as a minmmum, require the Contractor to be responsible for contracting each home or business connected to the sanitary sewer 24 hours in advance of the proposed work and informing them o~ Section A - SP {Revised 9/18/00) PaGe 26 of 30 the work to be conducted, and when the sewer will be off-line. The City will provide the Contractor with a Letter of Introduction for this purpose, in the format of Attachment No. Soils If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures= Material Reuse: Excavated material that contains indications of elevated levels of contamination rmay be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24' of the trench_ All materials used for the backfill of excavations shall also conform to the trench emb~dment section shown on the construction drawings. On-Site Stockpiles= Excess material from excavation, whether non-contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run-on, runoff,, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean-soil berm covered with plastic around the perimeter_ The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor Disposal of Excess Non-Contaminated Soil: The balance of any non-contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. Disposal of Contaminated Soil= Ail costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and clea~ing up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector_ Excess contaminated soil will be transported by the Contractor to a safe disposal area. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas_ A-63 P&rking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others perfolming work or fun]ishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, 0wner's operations, or construction activities A-64 Protection of P~blic ~d Priv&te Pro~e~-ty Contractor shall protect, shore, brace, support, and maintain all underground pipes,~ conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. Ail pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and (Revised 9/18/00) Page 27 o~ 30 medians, shall be restored to their original condition, whether within or outside the easement_ Ail replacements shall be ~de with new materials_ No trees shall be removed outside the per~nent easement, except where authorized by Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parkings when on or near the line of trench_ Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations_ Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equip~nt, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors_ Contractor shall ~uake satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or paint of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all ti~es_ A-65 NoiN Control contractor shall take reasonable measures to avoid unnecessary noise. Such m~asures shall be appropriate for the normal ambient sound levels in the area during working hours. Ail construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which ~utght interfere with the act[vlties of building occupants. A-66 ~t Control Contractor shall take reasonable measures to prevent unnecessary dust_ Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust_ Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens_ Proper ventilation shall be included with dust screens. A-67 Te~porax~ D=a/nag~ Provisions Contractor shall provide for the drainage of stor~ water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent daa~ge to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. A-68 ~w&~ering This item shall be subsidiary to the bid item where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an Section A - SP (Revised 9/18/00) PaGe 28 of 30 excavation can be pumped out as long as care is taken to minimize solids and mud entering the p,,m? suction and flow is p,,m?ed to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet_ An alternative to sheet flow is to p~,~ storm water to an area where ponding occurs naturally without leaving the designated work area or by a mann, de berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screeming 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. Pumped groundwater from the trench can be pumped to the sanitary sewer system adjacent to the proposed work. Contact Mark Shell 854 1817 to obtain a ~no cost" per~t_ City will pay for any water testing or water analysis cost required. The permit will require an estimate of gromndwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. If groundwater is encountered and requires extra work to pump or ha~l groused water then funds to pay for extra work will be negotiated and the price will be added to the project funds to cover additional cost. The City's storm water department (857-1868) indicated that the City of Corpus Christi, by ordinance could not allow untreated groundwater to discharge to a location that flows into Oso Creek. 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 solutions may be approved by the Engineer on a case by case basis. (Revised 9/18/00) Page 29 of 30 ATTACHMENT NO. 1 CITY LANDFILL WASTE PROFILE SHEET INSTRUCTIONS AND FORM · S t ;ITY OE( ORPI, CtlRISTI - GENEI:L4,TOR'S WASTE PROFILE SHEET INSTRUCTIONS Thc inlbrrnation contained m the~e instructions may be used to determine the acceptability of waste intended t-or d/sposal at the J. C. Elliott Municipal Landfill. This infomfion is str/ctly confidential and will only be t~ed ms an internal tool to maintain permit compliance with the Texas Natural Resource Conservation comrmSsion- The form mu~t be Illled nut in Itu entire~. PART A GENERATOR NAME - Enter the name of the facility where the waste is generated. FACILITY ADDRESS- Enter the s~xeet address (Not the p. O. Box) where the waste is generated. 3. GENERATOR CITY/STATE - Enter the city and state of the site where the waste is generated_ I 4. ZIP CODE - Enter the generator's zap code 5. GENERATOR USEPA ID - Enter the generator's identification number issued by the USEPA, if applicable. 6. GENERATOR STATE ID - Enter the generator's identification number issued by the State, il:applicable. 7. TECHNICAL CONTACT- Enter the name of the person wbo can answer technical questions about the waste. I Enter the number of the who can answer technical qnestmns about the me. 8. PHONE person P)~RT B I I NAME OF WASTE - Enter the name of the waste (e.g. putrescible, comtmcnon/denmlition debris, contaminated soil. etc.) 2 PROCESS GENERATING WASTE List the specific process or operation that generates the waste. (e.g_ municipal refuse, manufacturing. City conslzuction project, etc.) i 3. ANNUAL AMOUNq'S - Enter the amount of waste that will generated and la-imported annually. (Use cubic yards, gallons, 4. WASTE TYPE - Based upon the attached definition found in State of Texas Mtmicipal Solid Waste Law. indicate if the waste type qualifies as a special waste. 5. SPECIAL HANDLING INSTRUCT1ONS/1NFOKMATION - For all wastes, describe any special handling requirements and any additional m/'ormafion appheable'to its disposal. I DEFINITION OF SPECIAL WASTE Accorclim, to TAC 30: Sp~lal ~aste - Any solid waste or combination of solid wastes that because of its quanlity, concentration, physical or chemical characteristics, or biological properties requires special handling and disposal to proteCt the human health or the environment If improperly handh:d, transported, stored, proc, eased or disposed of or other.vise managed, it may pose a present or potential danger to the human health or the environrrmmk Special wa~te~ are: 3, Hazardous wastes [rom conditionally exempt small-quantity generators that may be exempl from full controls under I I. J. .! SS335.401-335.412 of this tide (relating to Household Materials Vvqxich Could Be Classified Aa Hazardous Waste); Class I industml nonhazardous waste not routinely collected ~th municipal solid waste; Special waste from health-care-related facilities (refers to certain items of medical waste); Municipal wastewater txeatment plant sludge, other types or-domestic sewage a-eatxnent plant sludge, and water-supply ta-eatn~nt plant sludge; Septic tang pumpings; Grease and grit trap wastes; Wastes from commercial or indus~al wastewater txeaanent plants; ak polluuou control facilities; and mnk~. drums, or containers used for shipping or storing any material that has been listed as a hazardous constituent m 40 CFR, Part 26 I, Appendix VII but has not been luted as a comraercial chemical product in 40 CFR, S261.33 (e) or (0; Slaughterhouse wastes; Dead animals; Drugs, contanunoted foods, or contanunated beverages, other than those contained in normal household waste; Pest~cide (insecticide, herbicide, fungicide, or rodenticide) containers; i L. conlairting Discarded M. Incinerator a~h; N- Soil c0ntammated by petxoleum products, crude oils, or chemicals; O. Used oil; p. Lighi halls.sis and/or small c apacitor~ containing polychlorinated biphonyt (PCB) compounds; Waste &om and activities subject to regulation by the Railroad Commission of Texas when those wasles Q. geothermal gas, ar~ to b~ p~x:eased, tw. ated, or disposerl of at a solid wasle facility permitted under {his chapter, IL Waste generated outside the houadanea of Texas that contains: i. Any industrial waste; ii. Any waste associated with oil, gas, ami geoth=~E~l exploration, production, or development activities; or iii. Any item listed as a special waste in this paragraph; S. Any waste stream other than household or con~nereial gagoage, refxtse, or rubbish; T. ~d acid batteries; and U. Used-oil flllen fi'om internal combustion engines. I6. INCIDENTAL AMOLrNTS OF SPECIAL WASTE - hacideutal quanfirles of speCial waste that do not materially change the physical or chemical identity of the load or make it hazardous waste must be identified by type and amount iPART C 1. METHOD OF SHIPMENT -Indicate the anticipated method of shipment by checking thc appropriate box. 2~ SUPPLEMENTAL SHIPPING IN'FORMATION Enter any additional shipping information_ I3. REPORTABLE QUANTITY - Enter the pounds, Cubic Yards, gallons, etc_ of TOTAL waste for disposal. PART D I TECIfNICAL MANAGER DECISION - [To be completed by the City of Corpus Christi] I 6 I I PART E PHYSICAL CHAKAL;I ~RISTICS OF WASTE [Fill out from the analytical lal~oratory analysis; then also include copy of the laboratory analysis sheets] COLOR - Descrihe thc appennmce of the waste (e_g., green, tran~arent, varies). ODOR - Do No/Smell The Waste! If the waste has a know= incidental odor, then describe it (e.g., acrid, pungent, sulvent, 3 PITYSICAL STATE - Check the applicable boo, if"OTHER" enter a descxipfive phrase in the spa~e provided. LAYERS - Check all applicable boxes. Mulfi-layr. t~ men.us more tlaan two layers (e.g., uil/wat~r or sulvent/sl'm:lge)- Single pha~l ~ the waste ia hom~gcnons. 5. SPECIe'lC GRAVITY - Indicate the range. The specific grav~t~ of wate:~ i~ 1.0. moat organics axe l~s than 1.0. Most mo~ganic$ are greater than I 0. FREE LIQUIDS - Cheek "YE$" if liquid ia usually present when packaging for shipment and =$tiraalc the percent of liquid volume. Check '~O' if there are no fi'~ liquids ~ determined by the Paint Filter Teat or direr observation. 7. pH - Indicate for liquid porous of the waste_ C'neck the appropriate boxes, wlfich cover th~ pH of thc wa~t~. Use the "RANGE" spac~ if appropriate Fro- solid ~' organic liquid wastes, indicate the pH of a 10% aquenous solution ofth~ waste if applicable. Check "NA" fo~' non-water soluble materials. 8. FLASH POINT- Indicate the flash p~int obtained rising thc appropriate testing method. PART F CHEMICALCOMPOS~ION List all orgamc an/or inorganic components of the waste using special chemical names. If trade uarn~ are ~ attach Material Safety Data Shee! or other documents that adequately describe the composition oftha waste. For each component, estimate dm range (in percents) m which the component is present In addition, indicate whether any Toxicity Characteristic be greater than or eqtml to 100 % including water, earth crc 2 [£the waste contain3 PCB's. cyan/des, or sulfides indicate the conc-enn-ations. If the waste does not include these constituent~ ate presemt in the. wasle. The total of the nmxmm~m values of the componen~ must b~ greate~ than or equal to 100% including 3. Indicate whether the method used to delermme the chemical composition in F 1 waa the TCLP method, an analysis to determine the total concentrations, or another method_ Specify the method. PART G ! ! SAMPLING SOURCE Describe exactly where the sample was taken (i.e., drum, lagoon, pond, tank, etc.). PART H REPRESENTATIVE SAMPLE CERTIFICATION This section only needs to be completed when providin[ a wute sample to · lab for testi[~E - chain of ettstod¥ required I 4. 5 Some wastes require analyl~cal data to determine their chemical comim~sition, regulatory stat~s, if they axe acceptable for transportation, treatment or disposal. The sample should he collected in acc. m-dance with "Test Methods for the Evaluation of Solid waste, Physical/Chemical Methods," SW-846, USEPA, and/or 40 CFR 261.20~, or equivalent rules. A suitable sample container for most wastes is a vdde mouth glass bottle with a plastic cap hamg a uou-reacOve liner. Plastic containers ye recommended for strong cast, cs or fluorides. Fill to apprux/mately packed and shipped in accordance with U.S. DOT reguhtions and any specific requirements imposed by the carrier. Improperly packaged samples may be disposed upon receipt. PRINT SAMPLER'S NAME - Enter the sampler's name. SAMPLE DATE - Entel the date that the sample was collected. SAMPLER'S TITLE- Enter the sampler's title SAMPLER'S EMPLOYER- Enter the name of the sampler's employer. SAMPLER'S SIGNATURE - Sign i.p the space provided. I PART I GENE1LATOR / TRaMNSPORTER CERTIYlCATION I By signatttre of this profile sheet, thc generator/transporter cexl/fies that statements in Nos. [,2,3,4,5, and 6 axe true and accurate with r~.~ect to the waste slxearm listed. 7. SIGNATURE - An authorized employee of the Traml:mrter mu.st sign the Transporte. r's Waxte Profile SheeL 8, TI I'LE - Enter the employee's title. 9. NAME - Enter the employee's name. 10. DATE- Enter the date signed. KEEP A COPY OF THE TR.M~SPORTER'S WASTE PROFILE SHEET FOR YOUR RECORDS. SEND THE OR/GINAL AND ALL AITACH3~IENTS TO THE CITY OF CORPUS CHRISTI - DEPARTIM~ENT OF SOL/D WASTE. CITY OF CORPUS CHRISTI GENERATOR'S ¥¥ASTE PROFILE SHEET PART A 1. GENERATOR NAME: 2. FACILITY ADDRESS: 3. GENERATOR CITY/STATE: 4. ZIP CODE: 5. GENE}L~.TOR USEPA ID: 6. GENERATOR STATE ID: 7. TECHNICAL CONTACT: 8. PHONE: pART B !. NAME OF WASTE: 2. PROCESS GENERATING WA:/l L: 3. ANNUAL AMOUNTS: 4. "~'ASTE TYPE: 5. SPECIAL HANDLING INSTRUCTIONSfiNFORMATiON: 6. INCII)ENTAL AMOUNTS OF SPECIAL WASTE: PART C 1. METHOD OF SHIPMEN-r: _ Bulk Liquid __ Bulk sludge Other: 2. SLnPPLEMENTAL SHIPPING INFORMATIOn- __ Bulk So[id 3 REPORTABLE QUAN'IITY: PART D -r£CHN~C,~ b, DkNAGER DECISION (m b~ ,ompleted by the city) APPROVED DISAPPROVED ADDITIONAL INFORMATION NEEDED I£ Disapproved, Explam: It' Approved, continue, 1. Management method(s): 2. Precautions, conditions, or Linutations o.n approval: Tech. Mgr. Signature: _ Name(Prim) Date PART E - PHYSICAL CHARACTERISTICS OF WASTE [FROM LAB ANALYSIS, if applicable] 1. COLOR: 2 ODOR: 3. PHYSICAL STATE(~70°F/21°C: __Solid __ Semi-solid __Liquid __ Powder Other: 4. LAYERS: __ Multi-Layered __ Bi-Layered __ Sing!e-Phasnd 5. SPEcIPIC GRAVITY': Range 6. FREE LIQUIDS: __ Yes __ No Volume: 7. ph: __~2 __>24 __44 __7 __7-10 __10<12,5 ~_~12_5 Range __NA 8. FLASH POINT: None <140°F/60°C 140-199°F/60-90°C ..... m, ............ I i I I I i I I I I I I I I I I I I PART F~ ~HEMicSkL COMPOSITION 1. IChNGE ( MIN-NL, MX) Total: 2. Does the waste c0nmm any of the following? (provide conceu~'~tion if known): NO or LESS THAN or ACTUAL PCBs __ __ <50 ppm ppm Cyanides __ <30 ppm Sulfides __ __ <500 ppm ppm % % % % % % % % % Ple~e Note: Un.less analytical note~ arc attached, tl~ cl~mical composiUon idenfifical/on should include at a rmnir~lm, ,sd-~nic, Bazium, Carlrnhn~ Chromium, Lead, Mercm'y, Selenium, Silver, P~sticid~ Herbicides, and any other TCLP cousntuenn that may be present in the waste. The total concenWanon must be greater than or equal to 100%. (.0001% = Ippm or ling/l) Indicate method used to determine corn:position ( ifpro,Aded): __ TCLP __ Total Other: PART G - SAMPLING SOURCE (¢_g., Dlllllh L~gooll, Pit, Pond. Tank. Vat): PART it - REPRESENTATIVE SAMPLE CER I'II~ICATION I. PRINT SAMPLER'S NAME: 3. SAMPLER'S TITLE: 4. SAMPLER'S EMPLOYER (ifothe~ than generator): 2. SAMPLE DATE: The ~ampler's signature certifies that any sample submitted is representative of the wuste de:~rffr~d above Immuant to 40 CFR 261.20 © or equivalent rules. 5. SAMPLER~ SIGNATURE: PART I -- GENEKATOR / TRANSPORTER CERI'I~ICATION By si~ ~ profile s~ ~ gen~tor c~fim: ~ w~te ~ m a ~a~us W~te~ ~ de~ by USEPA ~ 30 TAC. 2. ~ me d~ na c~ reolat~ ~di~ve materials or ~la~ comenmfio~ of~B's (Pol~t~ B~y~). 3. ~ ~fi~ ~o~ on ~ s~t ~d ~ a~ ~ a ~ ~ ac~ d~oa of ~ ~ ~1_ All relev~t ~o~fion re~rd~g ~o~ ot ~cted ~ar~ m ~e ~ion of ~ ge~tor ~ ~ ~1o~ 5. ~ ~c~ ~ ~nt~ ~m or a~c~ ~reto we~ ~v~ ~om ~s~ a r~r~m~ve ~le ~ ~ w~ ~ CFR 261_20 ~ ~ e~im~t ml~. 6 ff~y c~nges ~ m ~ c~ctcr off ~ ~. ~ ge~rator s~ ~fy ~ Ci~ of ~m ~ prior to im dehv~ to ~ L C EIh~ Mmc~al ~11_ 7 SIGNAl: 8. lilLE: 9. N~E ~ m ~t): 10. DA~: ATTACHMENT NO. 2 TELEVISED INSPECTION REPORT DATA REQUIREMENTS CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS IOn screen at start of each set-up mad on Inspection Report] City's Project Name City's Project Number Date FgimeTelevised Upstream MH Location Upstream Mid Number Upstream Mil Depth Pipe Size Pipe Material DISTANCE FROM ENTRY POINT Contractor/Operalor Tape Number Downstream Mit Location' Downstream MI-I Number Downstream MH Depth Pre-rehabTV Y N Post-rehabTV Y N Evaluation TV Y N Reverse Set-up Y N OBSERVATIONS/COMMENTS VIDEOTAPE LABELING REQUIREMENTS City Project Name City prOJect No. Street Name Tape No __ Contractor [On each videotape cassette] Upstream Manhole No Downstream Manhole No. Pre Post Other Date/Time Made __ ATTACHMENT NO. 3 LETTER OF INTRODUCTION Christi RESIDENTS OF CORPUS CHRISTI TO WHOM IT MAY CONCERN: SUR/ECT: Broadway Basin 15 Inch and Lat~ Wagearatex Limm Cleaning FY. 04-FY. 05 to implement UIO Broadway Basin 15 Inch and Laq~r Wa.s~-~.~la~ Lines Cle~ninE F.Y. 04 - F.Y_ 05. The cleaning is neoassary to inspect ~ conditioo of the City's large~ wastewater main lines to ensure lhat a blockage do~s not occur_ The cleaning operalions w~ll take place wilhin existing pt~lic easements at no cost to the propert~ owllef. It will be necessary Ihat bring crews and equipment as net~=~-~ry to backyard easements, will Iry to minimize disruption to affected residents. It is anticipated that all work at each will follow-up one mo~lh after the dean- up to check site mstoralion as required. The pn:~ject duration will be Questions, problems or concerns regarding the work being perfon'ned should be directed to the City of Co~us Chrislfs Wastewater Deparlment, Mr. Tom Bacon, Collection System Superintendent (857-1800), Mr. Gerald ~, Superintendent of Maintenance of Lines (857-1831) or Mr. David Mendoza, Sr., Foreman of Maintenance of Lines (857-1836). Thank you for your cocg)emlion. ,~tgel R. Escobar, P.E. Director of Engineering Services Engineering Sentices P O. Box 9277 · Coqxis ChriS, Texas 784~9~277 o (361) 880-3500 PART C FEDERAL WAGE RATES & REQUIREMENTS Page 1 of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State~ TEXAS Construction Type: HEAVY Com~ty(ies) : NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number 0 Publication Date 06/13/2003 COUNTY(ies): N]3ECES SA/~ PATRICIO SUTX2052A 12/01/1987 Rates CARPENTERS (Excluding Form Setting) $ 9.05 Fringes CONCR~"TE FINISHER 7.56 ELECTRICIAN 13.37 2_58 LABORERS: Common 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8 72 WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. Unlxsted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the lak, ur standards contract clauses (29 CFR 5.5(a) (1) (ii)). In the listing above, the "SU' designation means that rates listed umder 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~MINATION APPEALS PROCESS 1 ) Has there been an initial decision in the matter? This can be: * an existing published wage detexn~ination * a survey underlying a wage deterTnination hllp://192.239.92, lO8/search/davisbacon/current/tx39.dvb .%s=0.30748900 1105377068 1/10105 Page 2 of 2 a Wage and Hour Dlvision letter setting forth a position on a wage determination matter a confor~nce (additional classification and rate) ruling On survey related matters, initial contact, including requests for sun~naries of sur~eys, should b~ with the Wage and Hour Regional office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be ~ollowed. With regard to any other matter not yet ripe for the forraal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write 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) c~un request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7)_ Write to: Wage a~d Hour Administrator U_S. Department of Labor 200 Constitution Avenue, N. W_ Washington, D. C. 20210 The request should be accompanied by a full statemen~ of the interested party's position and by any information (wage payment data, project description, area practice r~aterial, etc.) that the recfuestor 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.) All decisions by the Administrative Review Board are final END OF GENERAL DECISION httt~://192.239.92. I O81searchldavisbaeonlcurrenll~ %9 dvb?ts---0 '~0"/zl. RO00 1 I O,':iT','"I0,~ Sl 111 niP,'; AGREEMENT TH~ STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 15TH day of FEBRUARY, 2005, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Chief Environmental Surveys, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $283,460.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: BROADWAY ]~%SIN 15 INCH ARD LARGER WASTEW~TER LINES CLEANING FY 04-05 PROJECT N0.7324 (TOTi~L BASE BID: $283,460.00) 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. include this Agreement, the bid proposal and specifications, including all maps, plats, drawings, the Performance and documents all of which made a part hereof. The Contract Documents instructions, plans and blueprints, and other Payment bonds, addenda, and related constitute the contract for this project and are Agreement Page 1 of 2 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 100 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay contract in progresses. Signed above. accordance Contractor in current funds for performance of the with the Contract Documents as the work in 4 parts at Corpus Christi, Texas on the date shown ASSEj City Attorne~Q CItY OF COP. PUS CHP.ISTI Ronald F. Massey, Asst.~.~ty Mgr. of Public Works and Utilities Ange~/R .' ~E s coba r, P.E_ Di~dtor of Engineering Services AT~'EST: (If (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sig~) COaTi,ACTOR Chief EnviroDm.ntal ~urvevs, Inc, By: · 1535 N. Post Oak Rd. (Address) Houston. TX 77055 (City) (State) (Zip) 713/682-3231 * 713/682-3238 (Phone) (Fax) Agreement Page 2 of 2 PROPOSAL FORM FOR BROADWAY BASIN 15 INCH AND LARGER WASTEWATER LINES CLEANING F.Y. 04 - F.Y. 05 WTL~ T EWAT g R DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 7 PROPOSAL Proposal OR Place: a Corporation organized and existing under the laws of State of the a Partnership or Individual doing business as TO: The City of Corpus Christ1, Texas Gent lemen: The undersigned hereby proposes to furnish all labor and materials· tools, and necessary equipment, and to perform the work required for: BROADWAY BASIN 15 INCH AND LARGER WASTEWATER LINES CLEANING F.Y. 04 - F.Y. 05 at the locations accordance with wit: set out by the plans and specifications and in strict the contract documents for the following prices, to- Proposal Form Paqe 2 of 7 BROADWAY BASIN 15 INCH AND LARGER WABTEW~TER LINES F.Y. 04- F.Y. 05 (City Project No. 7324 BASE BID I BID Q'/'Y & ITEM UNIT III DESCRIPTION V BID IT~ EXTENSION AREA 1 - ~%RY STREET / DUNCAN AVENue: / FLORES ST. 1 1520 LF AromA 2 Cleaning of Approx. 1,520 LF of 15' VCP Sewer Line, complete in place per Lineal Foot {LF) - HIGHLAND AVF~NU~ / HARMON AVENUE 2 6,500 Cleaning of Approx. 6,5Q0 LF LF of 15~ VCP Sewer Line, complete in place per LF AREA 3 - 'rmNTH ST. / BOOTY ST. / 11TM ST. EXPRESSWAY ACCESS 12~ ST. / LAREDO ST. / CHOSSTOWN 3 2,750 LF Cleaning oi Appro×. 2,750 LF of 24' VCP Sewer Line, complete in place per LF 5,300 Cleaning of ApDro×. 5,300 LF LF of 27' VCP Sewer Line, complete in place per LF 5 680 LF 6 2 F~ 7 2 F~ 2 Cleaning of Approx. 680 LF of 30' VCP Sewer Line, complete in place per LF Locate Existing Manhole, comple[e in place per EA New 4' Dia. Fiberglass Manhole (6' to 10' Height), complete in place per EA Raise manhole ring amc] cover to grade, complete in place per EA Proposal Form Page 3 of 7 I BID IT~ AREAS BROADWAY BASIN 15 INCH AITD LARGER WASTEWATER LI'N'ES CLEANIN~ F.Y. 04 -F.¥. 05 (City Project No. 7324) BA~E BID II 1, 2 AND 3 III DESCRIPTION 9 10 11 1 Traffic Control Plan, complete ~O0.OO $ [~(2~,O~ LS in place per DS 100 Trench Safety, complete in nF place per nP IDO.~O~ $/QO00,0o 1 Point Repair ALLOWI%~CE, EA complete in place per EA $100,000.0 $100,000.00 0 (Items 1 through NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc , to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and n~y va~ from the final quantities. Do not order material based on these approximate Ouantities. Proposal Form Page 4 of 7 ?ne undersigned hereby declares that he has visited the site and has ~arefully examined the plans, specifications and contract documc~ ~lating to the work covered by his bid or bids, that he agtee~ ~o the work, and that no representations made by the City are ir) a~j ..,se a warranty but are mere estimates for the guidance of the Contrac',~". Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Perfor~a i~e Bond (as required) for the faithful performance of this coht] ~ [ dhd a Payment Bond (as required) to insure payment for all laboi arid materials. The bid bond attached to this proposal, in the amou~:!. ~ ,% of the highest amount bid, is to become the property of the Ci t!: ~ rpus Christi in the event the contract and bonds are not executec~ within the time above set forth as liquidated damages for the delay aod additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, s~bmit to the ~ty Engineer, in writing, the names and addresses of MBE firms part~c,~ting in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds wil] be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within: Total Base Bid: 100 Calendar Days from the date designated by a Work Order; The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): fSEF~ - IF BIDDER IS a Corporation) Do not detach bid from othe~ papeua. Fill in with ink and submit complete with attached paper~. Respect fu~,ly submitted: Name: ~i~ ~-~a.~[% ~ Address: I~%~ ~q.~OS%(2>~V ~?~. (P.O. Box) (Street) _(City) (State) (Zip) P~oposal Form Page 5 of 7 PAYMENT BOND STATE OF TEXAS § COD'NTY OF N-u-ECES § ~nd No. 6265365 KlgOW AJ~L BY THESE PRESENTS: THAT Chief Environmental Surveys, Inc_ of HARRIS County, Texas, hereinafter called "Principal", and ~irst National Ins~unce Co~v of ~erica , a corporation organized under the laws of the State of Washingtou , 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 TWO H-u-NDRED EIGHTY-THREE THOUSi~=ND, FOUR ~UNDRED SIXTY ~ NO/100 ($283,460.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the ps yment 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 15TB day ~BRUARY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: BROADWi~Y BASIN 15 INCH ~ LARGER W-AST~Wi~TERLINES C?.R~NING FY 04-05 PROJECT NO.7324 (TOTA~ BA~E BID: $283,460.00) NOW, THEBEFOi~E, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas_ And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the 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 BOND RIDER To be attached to form part of this Performance/Payment Bond No. 6265365 issued by First National Insurance Company, as Surety, on behalf of Chief Environmental Surveys, Inc., as Principal, in favor of the City of CorPus Chdsti, as Obligee, as respects Broadway Basin 15 Inch and Lar(~er Wastewater Lines Cleanin~l FY 04-05, Project No. 7324 in the penalty of Two Hundred Eiqhtv Three Thousand Four Hundred Sixty and 00/100 Dollars. ($283,460.00) It is hereby understood and agreed that the name and addres~ of the Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process is amended to: Agency: Contact Person: Address: Phone Number: Swantner & Gordon Insurance Agency Mary Ellen Moore P. O. Box 870 Corpus Christi, Texas 78403 (361) 883-1711 All other terms and conditions of the bond are to remain the same. Signed, Sealed and Dated this 15~ day of March ,2005. First National InsuranCe Company of Amedca Don Weid~feller, A~o~e~-In-Fact SAFE CO' FIRST NATIONAL SURETY PO BOX 34526 SEA~FLE, WA 98124-I 526 KNOW ALL BY THESE PRESENTS: POWER OF A'I-I'ORN EY FIRST NATI Ch%~L INSURANCE COMPANY OF AMERICA PO BOX 34526 S EATfLE, WA 98124-15~6 No. 949~ Thal FIRST NAr]ON,ad_ INSURANCE COMPANY OF AMERICA, a Washington cz3rpo~alion, does hereby appo~nl ************************KD ARENS; PHILIP BAKER; STEVEN E. *HITE; DON WEIDENFELLER; R~A.y GARC[A, JR.; Hou.stae, ***~******************** IN WT]~IESS WREREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and atlesled these presents CHRIS13NE MEAD, SECRETARY CERT]RCATE E]"b'act ts:~n tho By Law~ oi' FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article v, Section 13 - FIDELITY AND SURETY BONDS the Pms~denl, any Vlc~ President, the Sec~e[a~, and any A.s~islanl Vh~ Pr~idont appointed ~m- that purpose by Ihe o~cer in cha.~ oi' surety operalions, s~all each have aulhodty Io appoint individuals as atlomeys4n-fac~ or under other appropriate titles with I, Christine Mead, Se~'ela.y ot FIRST NAT]ONAL INSURANCE COMPANY OF AMERICA, do hereby ced]iff Ihat the foregoing e~'ac~ of tho By-Laws and o( a this 15th day or March 2005 CHRIST]NE MEAD, SECRETARy 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 WI{EREOF, this instrument is executed in 4 one of which shall be deemed an original, this the 24th F~ruary , 20 05 __ copies, each day of PRINCIPAL SURlgTY First,National Insu~ce Company of /~meri~ Don Weiaenfeller (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process Ks: Agency: Contact Person: A~ess: Phone Jackie Kingsbury Insurance Jackie Klnqsbur¥ 800 N. Shoreline, S. Tower 1010 COFDU~ Chris%i, Texas 78401 (361) 866-8400 (NOTE: Date of Pa]~ent Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 STATE OF TEXAS § COUNTY OF N'JECES § PERFORMANCE BOND Bond No. 6265365 KNOW ;iLL BY THESE PRESENTS: THAT Chief Environmental Surveys, Inc_ of HARRIS County, Texas, hereinafter called "Principal", and FirstNatlonalln$~nceComD~vof ~erlca , a corporation organized under the laws of the State of Washington , 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 TWO HUNDRED EIGHTY-THREE THOUSAND, FOUR HUNDRED SIXTY AND NO/100 ($283,460_00) 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 15TH of FEBRUkRY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: BROAD%FAY BASIN 15 INCH AND LARGER WASTEWATER LINES CLEANING FY 04-05 PROJECT NO.7324 (TOTAL BA~E BID: $283,460.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one {1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby 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 24th , 20 05 __copies, each day of PRINCIPAL Chief Environmental Sur eys Inc. By: (Print Name & Tztle) Secretary ( Print Hat, e) SURETY First National Insur~ce ComDan¥ of America Don ~eidenf eller / Print Name) The Resident Agent of the Suret~ in Nueces County, Texas, for delivez-y of notice and serFice of process ks: Agency: Contact Person: Ad~ress: Phone ~her: Jackie Klngsbury Insurance Jackie Kin~sbur¥ 800 N_ Shoreline, S. Tower 1010 C~rous Christi, TeKas 78401 (361) 866-8400 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 DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bonde Project Name/No.: Various Projects Surety Company: First National Insurance Company of America Gentlemen: I, Gary W. Kolar (name of Officer of eurety), hereby certify that the facsimile power of attorney submitted by Edward A/ens, Philip Baker, Steven E. White, Don Weidenfeller, and/or Ray Garcia, Jr.(Attorney-In-Fact) for Various(Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force a~d effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 Signed this 9th day of March 2005 First National Insurance Company of America Name: Gary W. Kolar Title: Assistant Vice President Sworn and subscribed to before me on this 9th March 2005 My day of Notar~ Public State of WA Commission Expires: 8/10/08 SAFECO' FIRST NATIONAL SURETY PO BOX 34526 SEAI~I'LE, WA 98124-1526 KNOW ALL BY THESE PRESENTS: POWER OF A'FFORNEY No. 9495 That FIRST NATIONAL INSURANCE COMPANy OF AMERICA, a Washington coq~h"at~n, does hereby appoint its tree and lawful aUomoy(s)An-facL wllfl lull authority to exec~l~ on behalf (ff the company fidelity a,nd s~mly b~ds or undet'takJng~ and o~er docum~n[s of a similar characler Issued by Uae company in the <::ourse of its buslne~, and I~ bind FIRST NAllONAL INSURANCE COMPANY OF AMERICA th~'eby a~ [ully as if such Instruments ~ be~e~ duly executed by its mgulady elec'led officers at its home office. IN IM'~IE,~ WHEREOF, FIRS]' NA'I~ONAL INSURANCE COMPANY OF AMERICA ha~ executed and atlesled ~ p~senls this 27Lb CFIRISTINE MEAD, SECRETARY CERTIFICATE day cd Jmaary , 2004 MIKE MCGAVK;K, PRE. DENT Ex'~act [Torn the By-Laws cd FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "ArlJde V, Set,on 13. - FIDELITY AND SURETY BONDS .., the Pmsidenl, any ~ President, the Sec~elaty, and any ,~,.~slant Vk:e Pre.~denl appointed for that I, Chd~e Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify Ihat the h3mg~ng extmc~ of Ihe By-Law~ and of a mis 24th day of Fobrusry 2005 CHRISTINE MEAD, SECRETARY IMPORTAN'I' NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF ZOOZ As a surety bond customer of ene of the SA,cECO insurance companies (.SA~ECO Insurance Company of America, Geqeral Insurance C~mpany of Amerh:a. ~st National In~Jrance Company of America, American States Insm'ance Ca. party o~ American Economy Insurance Compaq). it is our duty m rmll~y you that the Terrorism Risk Instranoe Act of 2002 extends to 'surety Insttrance" This means that under certain circum- stances w~ may be eligible [o~ reimbursement of certah sum~ bond losses by the United States government under a fon'nula established by this Act U~Jer Ns formula, the United 5ta~.es govemm~t pays ~ of ~m ~u~ ~ cer~ a~ ~ ~r~m ~at al~ ~ a $1~ ~ ~p Ia ~ ~tal ~ all ~s~ to ~ pa~ by all ~mm f~ cer~ a~ ~ t~ro~. Lo~ ~ ~e ~ all of y~r ~s may ~ su~t to t~s cap This noth:e does not rrs3d~ any of ~ existing t~-ms and conditions of this bond, the underlying agreement guaranteed by this bond. eny slamtes governing ~he t~ns of this bond or any generally applicable rules of law At this lime them is no premium change rnsult~g [ro~ this Act SAFECO' State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(0 of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34754 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 CITY OF CORPUS CHRISTI DISCLOSURE OF INTF_REST$ City of Corpus Christi O~dinance 17112, as amended, requi~es all persons or seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with FI~ is~ 1. Corporation ~ 2. Partnership ~ 3 Sole O~er ~ 4. ~sociation ~ 5. Other ~ DIS~S~ If additional space is necessary, please use the reuerse side of this p~ge or attach separate sheet. stat~ the na~s of each "employee,, of the City of Co~pus Christi having an State t_he D~s of each ~official" of the City of Cool. us Christi having an "ow~ership interest,, cons~ituting 3% or more of the ownership in Name Title 3. state the n~s of each ~board -~er" of the City of Corpus Christi having an ~ownership interest" constituting 3% or m~re of the ownership in the above na~ed 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above na~ed "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 withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus christi, Texas as changes occur. S~gnatu~e of Certifying Person: Date: ~ ~ Page 6 of 7 DEFINITIONS a. "Board Member". A member of any board, commission or cor~0~ttee appointed by the City Council of the City of Corpus Christi, Te×as. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full o: ~.~t time basis, but not as an independent contractor_ "Firm". Any entity operated for econom/c gain, whether professional, industrial or commercl~ and whether established to produce or deal with a product or service, including but not linuted to, entities operated in the form of sole proprietorship, as sell ~,]ployed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated .~ non profit organizations. d. "OfficJ, The Mayor, members of the City Council, City Manager, Deputy City Manage~, h~sistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e "O~rnersi~ Interest". Legal or equitable interest, whether actually or constructively held, in a film, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or contro] ~stablished through voting trusts, proxies or special term~ of venture or partne~p agreements. f "Consu~t~ t". Any person or firm, such as engineers and architects, hired by the City oi Corpus Christi for the purpose of professional consultation and Proposal Form Page 7 of 7 BROADWAY BASIN 15 INCH AND LARGER WASTEWATER LINES CLEANING F.Y. 04 - F.Y. 05 (city Project No. 7324) BASE BID I ii BID Q~Y & ITE~4 UNIT AREA 1 - MARY ST~LEET / DUNCAN AVENUE / FLORES ST. v BID ITEM ~D~TENSION (QTY X UNIT PRICE IN FIG~u'RES) 1 1520 LF AP~EA 2 Cleaning of Approx. 1,520 LF of 15' VCP Sewer Line, complete in place per Lineal Foot -- HIGHLAND AVENUE / HARMON AVENUE / MARY STP. EET / BLUNTZER STREET AREA 3 6,500 Cleaning of Approx. 6,500 LF LF of 15' VCP Sewer Line, complete in place per LF - TENTH ST. / BOOTY ST. / 11~ ST. EXPRESSWAY ACCESS / 12" ST. / sT. / CROSS.OWN 2,750 Cleani~%g of Approx. 2,750 LF LF of 24' VCP Sewer Line, complete iu place per LF 5,300 Cleaning of Appro×. 5,300 LF LF of 27" VCP Sewer Line, complete in place per LF 680 Cleaning of Approx. 680 LF of LF 30" VCP Sewer Line, complete in place per LF 2 2 EA 2 Locate E×istinq Manhole, complete in place per EA New 4' Di~ Fiberglass Manhole (6' to 10' Height), complete in place per EA Ra{se manhole ring and cover to grade, complete in place per EA Proposal Form Page 3 of 7 BROADWAY BASIN 15 I - II BID I Q'fY & ITEMI UNIT INCH AIqD LARGER W-ASTEWATER LINEB C?.~II~(~ F.Y. 04 - F.Y. 05 (City Project No. 7324) BASE BID III DESCRIPTION UNIT PRICE IN FIGI/RES V (QTY X UNIT PRICE IN FIgUrES) AREAS 1, 2 AND 3 9 1 Traffic Control Plan, complete LS in place per LS 10 100 Trench Safety, complete in LF place per LF 11 1 Point Repair A~LOWANCE, EA complete in place per EA $100,000_0 $100,000.00 0 (Items 1 through NOTE:The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc.. to cover the finished work of the several kinds called for and thc Owner reserves the right to increase or decrease the quantity of any bid item. The ahoy( quantities are approximate and may vary from the ~i~al quantities. Do not order materia~ based on these approximate c~an~ities. Proposal Form Page 4 of 7 ,ACORD, CERTIFICATE OF LIABILITY INSURANCE PRODUCER (409) 934-8000 FAX (409) 935-1883 Rust, Ewing, Watt & Haney, [nc. 7~00 Enmett F Lowry Expressway Texas City, TX 77591-2457 Lisa Malmberg ACSR IN~URED Chief Solutions, Inc. Chief Environmental Surveys, Inc. 153S North Post Oak Road Houston, TX 77055 COVERAGES DATE (MIKrDD~'Y~f) 02/16/2005 THIS CERTIFICATE IS ISSUED AS A MAT~ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDEI~ THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE IHSU~ Lexington Ins/Swett/H INSURERS Amerisure Companies I.SU~E.C AXiS Specialty [ns/Swett/H NAJC # 1943: 1561, THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW~HSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THis CER~qFICATE MAy BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMFTS SHOWN MAy HAVE BEEN REDUCED BY PAID CLAIMS. '~ N.~ TYPE O~ INSUFL~NC~/ POliCY NUMBER ~'?r r~M~rl~l h,TF ,~IFrl~Y) G~E~LI~IUTY ~ 5270694 04/06/2004 04/06/2005 A B AU~TOMOBILE U ABILITY X ANY AUTO SCHEDULED ,~UTOS X HIRED AUTOS CA2019266 04/06/2004 04/06/2005 ,/ C v lPn~a n d Marine COMBINED S~NGLE LIMIT (Ea eci~d ,rmi) $ ¢/1,000,000 AAU706648-04 04/06/2004 04/06/2005 WC2019264 04/06/2004 04/06/2005 IMZO19267 04/06/2004 04/06/2005 50,000 Leased/Rented Equipment ~PlqONOFOPE~aJS, TE3~,S/LOCA~ONS/V~E~I~CLUS~NSADD~ BY ~RSE]aB~T/SPECI~pRO~SlO~S Project #7324: Broadway Basin 15 [nth & Larger Waterwater Lines Cleaning FY 04-05 City of Corpus Christi is provided Blanket Additional Insured and Waiver of Subrogation ~n the General Liability, Auto and Umbrella as required by written contract. Blanket Waiver o~ Subrogation applles to Work Comp as required by written contract. CER~FICATE HOLDER City of Corpus Christi Engineering Services Contract Administrator P O Box g277 Corpus Christi, TX 78469 ACORD 25 (2001/08) CANCELLATION SHOULD ANY OF THE ABOVE DE~CRIBE~ POLI~E~ BE C~NC~ ~ ~'~ BEFORE TH~ George Blystone CTC/LTSAM P~- ~', ~ACORD CORPORATION t988 IMPORTANT If the cedlficate holder is an ADDITIONAL INSURED, the policy(ies) musl be endorsed A stalement on this cedificate does no[ confer rights [o the cedificate holder in lieu or such endorsement(s). If SUBROGATION IS WAIVED, subjecl lo lhe terms and conditions of the policy, cedain policies may require an endorsement. A statemenl on Ihis certificate does nol confer rights lo the cedificate holder in lieu of such endorsemenl(s) DISCLAIMER The Certificale of insurance on the reverse side o[ this form does not constitute a senlract beb, veen the iseuing insurer(s), authorized representalive or producer, and the cedificate holder, nor does It affirmatively or negatively amend, exlend or aller Ihe coverage afforded by the policies listed thereon ACORD 25 (2001/08) AMENDMENTENDORSEMENT This endorsement, effective 4-6-04 issued to CHIEF CONTRACTORS INC, Policy Period From: by AMERISURE MUTUAL INSURANCE CO. Endor~er'nent No. 1 Date of Issue: 4-27-04 In consideration o! an [] additional it Is hereby understood and agreed: [] 1. Name oi'lnsured [] 2. Location Address [] 3. Mailing Address [] 4. Occupation [] 5. Employer's Name forms a part of Policy No. CA 2019266 00 0000 Authorized Represenlative 4-6-04 To: 4-6-05 RUb'T, L:WING WATT & HANEY 76.5240 [] return premium of N/C [] 6. Amounl of Insurance [] 7. Policy Period [] 8. Coverage [] 9. Rating Classification [] 10 Limrls of Liability [] 11. Revised Installment [] 12. Premium [] 13. Expiration Date [] 14 Location Added [] 15 Location Oeleled is amended as [ollov~: ACCT# 2O01141O NAMED INSURED IS AMENDED PER ENDORSEMENT A A~I-ACHED. For any box marked [], the declarations o[ Ihe policy are to be amended accordingly. All other terms and conditions of this policy remain unchan§ed. jl SW-101 NAMED INSURED CHIEF ENVIRONMENTAL SURVEYS INC, CHIEF INSPECTION EQUIPMENT & SUPPLIES INC. CHIEF CONTRACTORS INC. ENDT A ENDORSEMENT # 002 This endorsemenk effect:lye 12:01 AM Oq./o6/200h Forms a part of policy no.: 527o~,9h v/ Iseue~lto: CHIEF EONTRACTOR$, INC By: LEXINGTON INSURANCE COP, PANY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED REQUIRED BY WRITTEN CONTRACT Section !1 - Who Is A.,3 Insured is amended t~ include a~y p~-so~ or organize§on you are re. quifed to include as ~n additional insured this policy by a written contra, ct or written agreement in elfect during this policy period and executed prim to the "occurrence" of the "bodily injury" or "p~operty damage." The insurance provided to [he above described addilJonal insured unde~ this endorsement is limited as follows: COVERAGE A BODILY INJURY AND PROPERTY DAMAGE (Section I Coverages) only. The perso~ Ch' organizahon is only an ad- ditianal insured w~th respecl, to li~bility a~ising out of "your work" or "your pre- duc'~' for thai add~o~aJ msurecL In the event 1hat the Limits of Insurance provided by this policy exceed the Umits et Insurance required bv Ihe wriilen con~ract er written agreement, Ihe insurance pro- vided by this endorsement shall be limited to the broils OI Insurance required by [he written contract or written agreement. This endorsement shaJl not increase bhe UrnJts el Insurance staled in the Declararions under ~tem 3. Limits of Insurance pertaining to the co,~rage provided herein. The ~nsurance provided to sucfl an additionaJ insured cloae not apply to "bodily injury' or "~oper'b/ damage" arising out of an architect's, engineer's or surveyor's rendering of o~ fa~Jre to render any pro- fessionaJ services including: The preparing, approving or failing to prepare or approve maps, shop di'aw- ings, opinions, reports, surveys, field orders, c't3ange ord~e, or drawings and sbecilical~ans; and il Supervismy, inspection, arch~tecturel or engir~gering ac~vCdes. This insurance does not a,pp~ to "bodily injury" o~ "property damage" arising ~t of "your work' or "yo~r product" included in the "products-completed operatons hazard" unless you are required I:o p~ovide such coverage by written contracl or written agree~nent and then only lot the period of time required by the written contracl or writlen agreement and in no event beyond the expiration date ol the policy, L~9466 ( ~ CV03) P~ga 1 o! ?. Any coverage provfded by ~is endmse- ment to a~ additional m~ured shall be excess over any other vaJid and collectible insurance available to t~e additional insured whether primary, excess, cc, nlJngeol or on any other ba~s unleSs a writte~ conb'act or 'writtaa agreement speSificaJly requires Ihat t~is insurance apply on a primary or non-contributory basis. Subparagraph (1)(a) of t~e Pollution exclusion paragraph 2,f,, Exclusions of COVERAGE A. BODILY INJURY AND PROPERT~ DAMAGE LIABILITY (Sectio~ I - Coverages) does not apply to you if the 'bodily injury" or "property demBge" arises out o~ "your work" or "your product" performed o~ premises which are owned of rented by Ihe addilio~al insured at the tJrr~ =your work" or "your product" is per- lormed. D. In accordar~ce with Ihe terms and conditions o! the policy a~ as more fully explained in the policy, as soon as practicable, each additional insursd muSl give us prompt notice of any "occu~rance" which may result iR a clam, forward all legal papers to us, COOperate in the defense of any actKms, and otherwise comply with ail or Ihe policy's terms and conditions. L~ISe (10~3) Authorized Repreeenbab've OR Counteralgnature (In ~ms where applicable) ¥/ADDITIONAL INSURED This endorsement modifies Insurance provided under the following: TE 99 0lB BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the [x~icy effectNe on the inception date oft. he policy unless another date is indicated be[ow: Endorsen~ent Effective 04/06/04 V/ N a n~cl In re. Ired Chief Solutions Inc Policy Nut'S, er CA2019266 00 ~, Z~ (Authorized Representative The provisions and exclusions that apply Io LIABILITY COVERAGE air,= apply lo this endomeme~L (Enter Narcs and Address of Additional Insured.) AN~' PERSON/ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED iNTO A WRI3-TEN CONTRACT WHICH REQUIRES YOU TO NAME THE PERSON/ORGANIZATION AS AN ADDITIONAL INSURED ON YOUR POLICY. is an Insured, bul only with respect to legal responsibility for acJ. s (3r omissions ol' a I:amon for wh~rc Liability Coverage m afforded under this policy. The addlUonal Inaurad is not required to pay for any premiums stated in the policy or earced from the policy. Any tatum premiurc and any dlv~tand, if applicable, de(flared by ua shall be paid to you. You are authcx~ed to act for the additional insured in all maUers pertaining fo this Insurance. We w~ll rcaJl the addlflonaJ Insured notice of any cancellation o! this policy. If We cancel~alJon is by us, we wi~ give ten days notice [o the additional I~sured. The additional Insured will retain arty dght oi' recovery as a claimant und~ this policy. FORM TE 99 0lB - ADDITIONAL INSURED Te~xas Standard Autorcoblla Endorsement Prescribed March 'Iii, 1992 ENDORSEMENT // 0o3 This endorsement, e~fecflve 12:01 AM 04/06/2004 Forms a part of policy no.: 5270694 ,v/ Issued to', CHIEF CONTRACTORS, INC By: LEXINGTON INSURAN[E COMPANY CANCELLATION AMENDMENT ,~ In consideralion nf the premium charged, it is herebv agreed that the carmellation provision is amended to 60 de, ys in lieu of (30) days, ;~xcept for non-payT'nenl of premium which remains (10) days. other terms and condibons remain unchanged. .ad..~ho6zmd Reprelentaflve OR Counterslgftatum (Ir, .~tli where applicable) LXBS~, (02/03) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 led 7-84) TEXAS NOTICE OF MATERIAl. CHANGE ENDORSEMENT This endorsen]enl applies only to the meurance provided by the policy becausc Texas is shown in Item 3.A. of the Information Page. In the evenl of cannellation or other material change of the policy, we will mail advance notice to zhe persnn or organization named in the Schedule. The number of days advance notice is shown in the Schedule. ! his er~dorsement shall not operate direc[ly or indirectly to benefh anyone not named in the Schedule. S£hedule 1 Number of days advance notice: 2 Nnfic~ will be mailed to; ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED iNTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION, AS PEH CERTIFICATES ON FILE WITH COMPANY. *EXCEPf IN THE EVENT OF CANCEL£ATION FOR NON-PAYMENT FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN This endorsement changes the po[icy ~o which it is attached and is effective on the daze Issued unless otherwise 5tared. (The information below is required only when this endorsemenl is issued subsequent to preparation of the policy.) Endorsemer~t Elfectiv~ 04/~/04 Peilcy No. W02019264 ~ .~ Endoraeme~t Insured Chef Solutions Inc Premium s WC 42 06 01 lEd. 7-84) P~ orr. le r 14 .8~ AMERJSURE MUTUAL INSURANCE NCCI Code No. 1~66o WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Issur~ O[flce DALLAS BRANCH POLICY NUMBER Rer~ewal of Agen[ WC -2019264-O0 NEW 0765240 CHIEF SOLUTIONS INC 1535 N. POST OAK ROAD HOUSTON, TX 77055 RUST EWING INSURANCE The named In~Jred CORPORATION FED NO. 76o2~ I~TRA NO, TX INTER NO. C~JSTOMER NO 20011 GROUI~: POLICY *+ NAMED INSUREDS '* SCHEDULE ~NSRDS NAME/ADDReSS FED EMP NUMBER ____ iD. ~MBR ..... THIS SCHEDULJ~ REPLACES ANY PRIOR NAMED INSURED SCHEDULES ISSUED TO DATE ' CHIEF SOLUTIONS INC. 760211921 CHIEF INSPECTION EQUIPMENT & SUPPLY INC. CHIEF CONTRACTORS INC. CHIEF ENVIRONMENTAL SURVEY INC. Issue Date 08/07/2004 AGENT COPY EC'D AUG 1 3 2004