Loading...
HomeMy WebLinkAboutC2005-226 - 5/10/2005 - Approved 05/10/05 M2005-133 · i Jhabores Co.slruction Company C ityof I "°- ' corpus Ch ti rlS April 15, 2005 TO: ALL PROSPECTIVE BIDDKR8 PROJECT: WTLLIAMS DltIVE LIFT STATIOWWASTE~AT~ TRUNK MA/NMAN~OLB RR~BIL~TATION PHASE 1 PROJECT NO_ 7326 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents riot specifically affected by the addendum shall remain unchanged. PART A - SPECIAL PROVISIONS, PARAGR~PH A-62 SUPPLEMENTAL TItlE OF C0~LETION / LIQUIDATED DAMAGES--WOBKING BOORS & SITE MANNING GENERA~ CLA~-IFICATION: For scheduling purposes, Contractor shall begin work under this coutract, at Manhole No. 22 (Bonnet Drive), as clarified in the previous addendum. Contractor shall finish work under this contract, at Manhole No. 7 (Beechwood Drive). This will allow the City to either relocate the power pole or make other arrangements with AEP, the electric utility provider and the other affected utilities, regarding the pole's disposition_ GENERAL CLARIFICATION: The Contractor's attention is directed to p~ragraph B-4-5 Value Engineering Incentive Procedures, of t_he General Provisions, which states: "After award of the contract, the Contractor may develop and sub~it, to the City Engineer, Value Engineering Change Proposals (VECP's) · dentifying potential reductions in the contract cost by effective changes to the contract plans a~d specifications." ~"nerefore, the Contractor shall fully ex,mine the plans, specifications and contract documents, as well as, the individual project locations and judge for itself the circumstances and difficulties affecting the work to be ~erfor~ed and obtain all information required to make an intelligent proposal. The Contractor's attention is further directed to paragraph B-2-3 Einmlnation of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it's proposal to the best of it's ability, as currently provided. Please acknowledge receipt of this addendum in the appropriate plece in your ..... ~.~%l'.],~ __.~....~/. ';*~- Acting Assistant Director of Engineering Services I ADDENDUM NO. 5 I I Page 1 of 1 .or, us I AODEND NO." I --'---_ '-_-- Christi .~ - April 8, 2005 TO: SUBJECT: ALL PROSPECTIVE BIDDERS WILLIAMS DRIVE LIFT STATION WASTEWATER TRUNK MAIN MANHOLE REHABILITATION, PHASE 1 Project No. 7326 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 - PARAGRAPH A-l, TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one (1) week, from April 13, 2005 at 2:00 p.m., to Wednesday, April 20, 2005 at 2:00 p.m. Location and Time of Bidding shall remain unchanged. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM~ ARE/rs Engineering Services 9277 · Corpus Chrisli, Tex~ 78469-9277 · (361) 880-3500 ADDENDUM NO. 4 Page 1 of I m m TO: SUBJECT: ------ Christi I ADDENDUM NO. 3 I April 5, 2005 ALL PROSPECTIVE BIDDERS WILLIAMS DRIVE LIFT STATION WASTEWATER TRUNK MAIN MANHOLE REHABILITATION, PHASE 1 Project No. 7326 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 - PARAGRAPH A-l, TIME AND PLACE OF RECEIVING PROPOSALS / PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one (1) week, from April 6, 2005 at 2:00 p.m., to Wednesday, April 13, 2005 at 2:00 p.m. Location and Time of Bidding shall remain unchanged. Addendum No. 4 will follow and will address site conditions at Manhole No. 7 "(on Beechwood) and establish bid items for televising and repair of intersecting wastewater lines. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #3 . ._ A R E/co .... [~ 41205 ~ ,t, Engin~ring Se~ices P.O.~x 9277 · Corpm C~sti, Teaas 7~69 9277 · (~1) 880-35 ADDENDUM NO. 3 Page 1 of I City of Corpus Christi ADDENDOM NO. 2 April 1, 2005 TO: ,~T.T. PROSPECTIVE BIDD£RS PROJECT: WILLIAMS DRIVE LIFT STATION W]tSTE~ATER TRUNK MAIN MANHOLE REHABILITATION P~A~E 1 PROJECT NO. 7326 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged_ I. PART A - SPECIAL PROVISIONS A_ PARAGRAPH A-6 TIME OF C0~PLETION/LIQ(~IDA'r~D DAMAGES DELETE: 60 calendar days, from the first sentence, in its entirety. 90 celee~ days, in lieu thereof. B. PARAGRA~B A-50 KX/STrNG MANHOLES CONDITION/LOCATION CLARXFICATION GE/~E~AL CLARIFICATION: Regarding staging of Contractor equip~ent and Contractor lay-down ar~a, the following notes shall ap~ly: ~-hole No. 2 & ~-hole No. 7 - Contractor shall be required to use the Nilliam~ Drive Right-of-Way, for this puz~ose. 2. Manhole No 10 Contractor shall be confined to the Construction Easement (TCE), as defined elsewhere, in the contract documents. Manhole No. 22 - Contractor shall be able to use the adjacent Stonegate Park, for this purpose_ The actual, s!oecific use area will be defined by the city's Representative, prior to constr~ction. Additionally, execution of a Cit~ Use Privilege A~ree~ent will be required. Contractor shall be required to pay any associated fees. Fees shall be negotiated, prior to construction. PARAGRAPH A-54 EXISTING SEHAGE FLOWS AND BYPASS PUMPING OPERATIONS CLABXFICATION GE/~ERAL CLARIFICATI(AN: Contractor's proposed bypass p,-~pfng system plan shall include, as a minimum, (1) one reduDHa-t bypass p,,~pimg system. The purpose of the recku~dant system is to provide a co~lete back-up system, on-site and iedmpeedent of the pr4m~ry system, to be utilized in the event of a primary b~pass pumping system failure. ADDENDUM NO. 2 Page I of 2 D. PARAGRAPH A-62 SUPPLEMENTAL TIME OF CO~PLETION/LIQUIDATED DAMAGES 1. DELETE: (60) calendar days, from the last sentence, of the first paragraph (90) calen~ days, in lieu thereof. GENF~RAL CLARIFICATION: The intent of this special provision is to ensure that once the Contractor begins work at one (1) location, the Contractor shall prosecute the work at that location to completion. It shall be acceptable for the Contractor to rest its work forces, for some defined period, prior to beginning work at another location if it so chooses. For scheduling purposes, Contractor shall begin work under this contract, et M~nhole No. 22 (Bonnet Drive). DBAWTNGS -- TRAFFIC CONTROL PLAN (SHF~ET I OF 1) 1. DELETE: "Boxed" layout, titles and all references to WILLI~24S DR. ONE LANE CLOSURE 2-WAY ROADWAY, in its entirety. New WillJ-m- Drive Traffic Control Plan (see Attachment No. iA - 1~1~ in lieu thereof_ 2 _ ADD: Reference details i through 19 (see Attachment No_ 2A - 2S). III. AG~m~E1TT (PA6~ 2 OF 2) DELEte: 60 calendar days, from the first sentence, in its entirety. 90 calendar days, in lieu thereof. Please make the appropriate PEN & ~ correction. II. PROPOSAL FORM The current Proposal Form, in its entirety. ~ Proposal Form (see Attachment No. 3), in lieu thereof. Please m~ke the aiolor~priate substitution. Please acknowledge receipt of this addendum in the END OF ADDENDUM . ".. · ..'~ ~oe TreJo, P.E., ~ttac~ents: appropriate Place in your R.P.L.S. Assistant Director of Engineering Services No. ]3% - 1G, New William, Drive Traffic Control Plan No. 22% - 2S, Reference Details 1-19 No_ 3, ~ Proposel Form ADDENDUM NO, 2 ] Page 2 of 2 L 'T ;10 ~ T O0 O0 Z o 0 Z 0 >- 0 0 Z MAIN T=17.16 D= 15.25 W.[LL T_AMS DR. 0 ~-~. SET CH. SQ, TOP INLET 0 S.E COR. WILLIAMS AND I DAL Y DR. EL= 17.277 MANHOLE ~ NOT TO SCALE ~M ~.2 SANITARY SEWER MANHOLE # 2 (Project # 7326) CITY OF CORPUS CHRISTI, TEXAS OEPARTMENT OF ENGINEERING SEFAdCES REFERENCE DETAIL DATE: 0,:3-29-2005 ~TEWATER REFERENCE DETAIL REFERENCE DETAIL ~NO. 2 Attachment No. 2C . Page 3 c~ 19 STORM REFERENCE DETAIL ~ ADDENDLIM NO. 2 ~'~ ; Attachment No. 2D ~'~ '' Page 4 of VINC£ GAS REFERENCE DETAIL ADDF_N[~JM NO. 2 Atlachmeal No. 2E Page 5 d 19 RSKIN£ , .~ l__J~l'~ /-SET 60D NAIL L. P. BM EL.=19.285 ~ W / ! co~c ~ logan'. \ ~ MAIN ~ BEECHWOOD TOP= 17.922 ST. ~ D=16_O~] MANHOLE ~ 7 SURVEY NOT TO SC~E A.a~nt ~. ~ I crPK OF CORPUS CHRISTI, TEXAS SANITARY SEWER MANHOLE # 7 ~.~ENT. ~ ~,.EE.I~_~ SE~C~S I (Project # 7326) REFERENCE DETAIL DATE: 03-29-2005 91-14 91-14 P4043 P3795 WASTEWATER REFERENCE DETAIL ADDENI3iJM NO. 2 Atl]achmenl Ho. Page 7 o~ 19 / A1 ~ ~, cLUB WATER REFERENCE DETAIL ^~DUM NO. 2 A~a~ment ~. ~ · IRLINE RiD STORM REFERENCE DETAIL { ADDENDUM NO. 2 Atlachmenl No. 21 Page 9 of 19 GAS REFEREI~ICE DETAtL - MAIN TOP=25.995 _ D=17.65 / c o~c.\ ORWY, \ BONNER ST. SET BM TOP F. H. EL=28.994 @ 4425 BONNER ST. NOT TO SCALE ^DOENDUM NO. 2 Altachme~! I,,Io. 2~ Page 11 el 19 CITY OF CORPUS CHRISTI, TEXAS SANITARY SEWER MANHOLE # 22 ~AR~E~ o~ E~CI~R,~ (Project # 7326) REFERENCE DETAIL -----" DATE: 03-29-2005 ~TEWATER ENCE DETAIL ,~DOEND~M k)O. 2 AUachmefll 14o. 21_ Pa{~ 12 of 19 WATER REFERENCE DETAIL ADDENDUM NO. 2 Attachment No. 2M Page 13 ol 19 STORM REFERENCE DETAIL Page 14 ot 19 L ~ STONEGATE W~Y ,,.~ F ~ ~ .':: ~."~' - 'F T~ ' ,,- :~',.' ~ I ,~ ~.'.~,.~ :_...~.., ,.. 5 I... : : ~(I ..~: ....... ,._.~. ...:~> ~'--~.~ ,.. ,.....,.~ ..... ,,..., .... : .- :~: ,, ,~ ,~.~ ~, 4,..-:.~ COVENTRY LANE ~,' ~ ' ' ~~" ~'~:~. - l:~:l?..,.l '; t ~ "1. ~ 1~] ':1';('.....,' ,~. GAS 75 <oEO . ~"~' '"% '~"' l),'~' REFERENCE D~alL '-,~j' REFERENCE DETAIL AIl~chmenl No. 2P Page 16 o~ 19 I WASTEWATER 67 ~o~ :' ~c. ~ (-3',~ ! '~ I'" ""-~-.,~WATER ~.~~ ~OUM~. ~ ~.~ / /' Aaa~m~t ~. ~ ~ a.~ b STORM REFERENCE --~IL ADOENDLIM NO. 2 Attachm~ent 14o. 2FI Page 18 of 19 II z MATCH, E~OOD D ' I GAS REFERENCE DETAIL ADOENDUM NO. 2 Allach~t No. 2S Page 19 ol 1S jO PROPOSAL FOR FORM WILLIAMS DRIVE LIFT STATION WA~TEWATER TRUNK M~kIN M~NHOT,F. REHABILITATION, PHASE i DEPA]RTMENT OF ENGINEERING SERVICES CITY OF CORPUS C~RISTI, TEXAS ADDENDUM NO. 2 Attachment No. 3 PROPOSAL Place: Date: Proposal of , a Corporation organized and existing under the laws State of of the OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: WILLIAMS DRIVE LIFT STATION WASTEWATER TRUNK MAIN MANHOLE REHABILITATION, PHASE I at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: Proposal Form Page 2 of 7 ADDENDUM NO. 2 Attachment No. 3 Pal~ 2 oi'7 WILLIAMS DRIVE LIFT STATION WASTEWATER TRUNK MAIN MANHO?.F. REHABILITATION, PHASE 1 BID I T~I~S I II III BID A-1 QTY & UNIT 1 EA. 1 EA. A-2 Description Manhole No. 2 Replacement, including complete removal of the existing manhole including complete removal of existing base_ New 8 FT dia_ Fiberglass reinforced polyester (FRP) manhole, concrete foundation,' piping (including lateral tie-ins and all drop connections) and all appurtenances. Also included are a new invert, new frames & covers, cement-stabilized backfill, removal & replacement of pavement/ pav~m-nt repairs and any other items required to produce a new manhole. Complete in place per each. Manhole No. 10 Replacement, including complete removal of the existing manhole including complete removal of existing base. New 8 FT dia. Fiberglass reinforced polyester (FRP) manhole, concrete foundation, piping (including lateral tie-ins and all drop connections) and all appurtenances. Also included are a new invert, new frames & covers, cement-stabilized backfill, removal & replacement of pavement/ pavement repairs and any other items required to produce a new manhole. Complete in place per each. IV V Unit Price In Figures Total Proposal Fo~m Page 3 of 7 ADDENDUM NO. 2 I Altachmenl No. 3 Page 3 of 7 A-3 A-4 A-5 EA 100 LF Manhole No. 22 Replacement, including complete removal of the existing manhole including complete removal of existing base. New 8 FT dia_ Fiberglass reinforced polyester (FRP) manhole, concrete foundation, piping (including lateral tie ins and all drop connections) and all appurtenances. Also included are a new invert, new frames & covers, cement stabilized backfi] l, removal & replacement of pavement/ pavement repairs and any other items required to produce a new manhole. Complete in place per each. Manhole No. 7 Rehabilitation, including complete removal of the existing manhole "stack", existing vault roof and existing invert. New 5 FT dia_ fiberglass reinforced polyester (FRP) liner, annular space filled with 3000 psi pea-gravel concrete_ Also included are a new invert, new frames & covers, cement-stabilized backfill, r~m~val & replacement of pavement/ pavement repairs and any other items required to produce a rehabilitated manhole, complete in place per each. Trench Safety, complete and in place per linear foot. A-6 100 S.Y. Additional P~moval & Replacement of Pavement/Pavement Repairs, complete ~n piece per Square Yard. TOTAL Base Bid (ITEMS Al-A6): $ Proposal Form Page 4 of 7 AOOI~NOUM NO, ?- A~h.mnt NO. 3 Pl~e 4 or*7 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby_ Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating ~n the contract and a description of the work to be performed and its dollar value for bid evaluation purpose_ N,~er of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Ti~e of Co~letion: The undersigned agrees to complete the work within ~ 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): (SEAL IF BIDDER IS a Corporation) Respectfully Name: By: Address: submitted: (S IGNA','u~E) (P.O_ Box) (Street) (City) Telephone: Fill in with ink and submit complete with attached papers (State (Zip) Proposal Form Fage 5 of 7 ADDENDUM NO. 2 I A~t~chment No. 3 I Pag~ 6 or'7 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus ChrtsU Ordinance 17112, as amended, requires all persons or firms 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 "NA". FIRM NAME STREET: CITY: ZIP: FIRM is: 1. Corporaaon 2. Partnership 3. Sole Owner 4. AssoclaUon 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. Slate the names of each "employee" of the City o[ Corpus Chris§ having an 'ownership interest" constituting 3% or more of the ownership in the above named 'firm". Namo Job T~e and City Oepart~ent (if known) Slate the names of each "official' o[ the City of Corpus Christi having an "ownership interest" constitu(ing 3% or more of [he ownership in the above named "firm" Name TIUe 3 State the names o[ each 'board member" of the Cily of Corpus Chdsti having an "ownership inlefest' constituting 3% or more of the ownership in the above named "firm'. Name Board, Commission or Committee Siate the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related lo the subject of this contract and has an "ownership inlarest" constituting 3% or more of the ownership in ihe above named "firm'. Name Consultant CERTIFICATE I certify that all informalJon 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. Certifying Person: Title: (Type or Print) Signature oi Certifying Person: Date: ADDENDUM HO. 2 At~chmenl No. 3 ~ Page 6 o! 7 Proposal Form Page 6 of V DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the CRy Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City ol= Corpus Christi, Texas, either on a lull or pad lime basis, but not as an independent contractor. "Firm". Any enUty operated for economic gain, whether professional, industrial or commercla! and whether established to produce or deal with a product or eervlce, including but not limited to, entities operated in the form of sole proprletomhlp, as self-employed Demon, parlrmrship, coqx)rstion, Joint stock company, Joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "OlflcJal". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City ol= Corpus Christi, Texas. 'Ownership Interest". Legal or equitable Interest, whether actually or constructively held, in a firm, Including when such Interest is held through an agent, trust, estate or holding entity, "Co~sb'ucflvely held" refers to holding or cont~o! established through voting trusts, proxies or special terms of venture or Parb~ershlp agreements. f. "Consultant". Any pemon or firm, such as engineers and architects, hired by the City of Coq~us Christi for the purpose of professional consultation and recommendation. ADDENDUM NO. 2 [ Attachnlm~ No. 3 Page 7 of 7 C ityof Corpus ------- ~ Christi I ADDENDUM NO. I I March 16, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: WILLIAMS DRIVE LIFT STATION WA~T~WATI~R TRUNK MAIN M~NHOLE REHABILITATION PHA~E 1 PROJECT NO. 7326 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. Ail provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I NOTICE TO BIDDERS DELETE: The current Notice to Bidders, in its entirety. ADD: The ~"~ISED Notice to Bidder's, in lieu thereof. NOTE: The Pre-Bid Meeting is NOT M~NDATORY, as revised by this Addendum_ Time, date and place of receiving proposals shall remain unchanged. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ;,',4.... ...m,. '-.? ,~, $..*..-'. ~ -..~ ~_ ~- ".. ~lt .-' Attachments: No. 1: REVISED Notice to Bidders Director of Engineering Services ADDENDUM NO. I I P~elofl F ORMS SPECIAL PROVISIONS SPECIFICATIONS AND OF CONTRACTS AND BONDS FOR WILLIAMS DRIVE LIFT STATION WASTEWATER TRUNK MAIN MANHOLE REHABILITATION, PHASE 1 NO: 7326 NO: N/A FOR DEPARTMENT OF ENGINEERING SERVICES CiTY OF CORPUS CHRISTI, TEXAS Phone: 361/880 3500 ...~:'. ...... ~ ....... >-.*..} {Revised 7/5/00) WILLIAMS DRIVE LIFT STATION WASTEWATER TRU19K MAIN M2~N-HOLE REHABILITATION, PHASE I Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTP~ACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PA~RT A - SPECIAL PROVISIONS ~-1 Time and Place of Receiving Proposals/Pre-Bid Meeting q 2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award % 5 Items to be submitted with Proposal A 6 Time of Cotmpletion/Liq~idated Damages ~ 7 Workers Compensation Insurance Coverage ~ 8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised ~/5/~0) A 11 Cooperation with Public Agencies (Revised 7/5/00) A 12 Maintenance of Services A 13 Area Access and Traffic Control A 14 Construction Equipment Spillage and Tracking A 15 Excavation and Removals A 16 Disposal/Salvage of Materials A 17 Ficld officc (Not Used) A 18 Schedule and Sequence of Construction A 19 Construction Staking A 20 Testing and Certification A 21 Projcct Eigns (Not Used) A 22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inopcction Rcquircd (Rcviocd 7/g/00) (Not Used) A 24 Surety Bonds A 25 Ealco Tax Excmption NO LO}IC~R A~PLIC~BLR (6/11/98) (Not Used) A 26 Supplemental Insurance Requirements A 27 Rcoponoibility for Damagc clai~ (Not Used) A 28 Considerations for Contract Award and Execution A 29 Contractor's Field Administration Staff A 30 A~nended "Consideration of Contract" Requirements A 3] Amended Policy on Extra Work and Change Orders A 32 Amended "Execution of Contract" Requirements A 33 Conditions of Work A 34 Precedence of Contract Documents A 3~ City Watcr Facilitics Epccial Rcquircmcnt0 (Not Used) A-36 Other Submittals (Revised 9/18/00) A 37 Amcndcd "Arrangcmcnt and Chargc for Watcr Furnishcd by thc city"(Not Used) A 38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities Ccrtificatc of Occupancy and Final Acccptancc (Not Used) Amendment to Section B-8 6: Partial Estimates A 39 A 40 A-~4~ ~onc Advisory (Not Used) A 42 OS}43k Rules & Regulations A-43 Amended Inde.unification & Hold Harmless (9/98) A 44 Change Orders (4/26/99) A 45 As-Built Dimensions and Drawings (7/5/00) A 46 Dioposal of Highly Chlorinatcd Watcr (7/8/00) (Not Used) A 47 Pfc Construction Exploratory E×caYationo (7/5/00) (Not Used) A 48 Overhead Electrical Wires (7/5/00) A 49 Amend "Maintenance Guaranty" (8/24/00) A 50 Existing Manholes Condition / Location Clarification A 51 Proposed Manholes Work Clarification A-52 Dewatering A-53 Traffic Control A-54 Existing Sewage Flows and Bypass Pumping Clarification Ar55 Pavement Repair A 56 Project Restoration & Project Clean Up A 57 Trench Safety A 58 Confined Space Entity Requirements A-59 Internal Co~ustion Engines for Generators A 60 Noise Control A 61 Protection of Existing Facilities and Improvements A 62 Supple~ntal Time of Completion / Liquidated D ama§es / Workin~Nours & Site Manning PART B PART C PART S 022 o25 O26 G EI~-ER. AL PROVISIONS FEDERAL WAGE ~ATES A_ND REQUIREMENTS STANDARD SPECIFICATIONS SITE PREPA}AATION 021020 Site Clearing & Stripping S5 021040 Site Grading S6 021080* Removing Abandoned Structures S55 EARTHWORK 022022 022100 Trench Safety for Excavations Select Material S15 ROADWAY 025205 025404 025222 025412 025424 025802 025807 Pvmt. Repair, Curb, Gutter, Sdwk. Dwy. Replacement Asphalts, Oils, & Emulsions Flexible Base High Strength S24A Prime Coat Hot Mix Asphalt Concrete Pavement S34 Temporary Traffic Controls Durin9 Construction Pavement Markings (Painted or Thermoplastic) S45 UTILITIES 026204* 026206 026210 026214 PVC Pipe for FM'S & Large San Mains A~TM D2241 S91 Ductile Iron Pipe & Fittings S81 PVC Pipe for Waterlines & San FM's AW~A C900/C905 Grouting Abandoned Utility Lines S3 027 SEWERS & DP~AINAGE 0272O2 027203 027205 027602 027604 027606 027608 027610 Manholes S62 Vacuum Testing of SanitaI~z Sewer Manhole and Structures Fiberglass Manholes S58A Gravity Sanitar%; Sewers S61 Disposal of Waste From Sanitary Sewer Cleaning Sanitary Service Lines Private Sewer SeI~ices S39 Televised Inspection of Conduits 028 SITE IMPROVEMENTS & I~NDSCAPING 028020 Seeding S14 SITE IMPRO~rEMENTS K LANDSCAPING 028020 Seedin9 028040 Sodding S8 030 CONCRETE, GROLF7 030020 Portland Cement Concrete S40 050 METALS 055420 Fra~es, Grates, Rings, & Covers S57 LIST OF DRAWINGS Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet ]0 Reference Drawing - Manhole NO ; 1 Williams Drive Lift Station Wastewater Trunk Main Schematic 2 Sanitary Sewer Standard details 3 Sanitary Sewer Standard details 4 - Sanitary Sewer Standard details 5 - Sanitary Sewer Standard details 6 - Sanitary Sewer Standard details / Traffic Control Plan B Temporary Construction Easement Plan - Gulfway Apartments 9 Reference Drawing Manhole No_ 7 (as-built info, for info only). (as-built info, for info only). NOTICE AGREEMENT PROPOSAl/DISCLOSURE STATEMENT PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Soaled proposals, addressed to hhe City of Corpus Christi, Te×as for: and consisting of the complete removal of three (3) brick sanitary sewer manholes and replacement with three (3) 8-foot diameter fiberglass manholes, including concrete foundations; the removal of the brick corbel and concrete roof of one (1) concrete sanitary sewer manhole/ vault and placLng a 5 foot diameter manhole insert within the existing walls of the concrete manhole/vault; along with all appurtenances, complete and in place, as shown on the plans and called for in the specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, April 6, 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, March 29, 2005, at 2:00 p.m. The meeting will be held in the Engineering Services Ma~n Conference R~c~, 3~ floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages_ Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/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 Engineering Services /s/ Armando Chapa City Secretary Revised 03/05/04 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - INSURANCE REQUIRE R. NTS Revised September, 2000 A Certificate o~ Insurance indicating proof of in the following amounts is required: A coverage TYPE OF INSURANCE 30-Day Notice of Cancelka~oa required on all certificates Commercial General Liability including: Cornmercial Form Promises - Op~afions 3 Explosion and Collapse Hazard 4. Underground Hazard 5 Products/Completed Operations 6. ltaza~d 7. Contractual Insurance 8. Broad Form Property Damage 9 Independent Co~traclors 10. Personal Injmy AUTOMOBILE LIABIL1TYr-OWNED NON-OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limiled to sudden & accidenlal discharge; to include long-tern environmental impact for Ihe disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER MINIMUM INSURANCE COVERAGE Bodily Injury and Properly Damage $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH Ii OF THIS EXH~FF $100,000 $1,000,000 COMBIIqED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT [] REQUIRED [] NOT REQU1RED See Seclion B-6-11 and Supplemenlal Insurance Requireanents [] KEQU1RED [] NOT REQUIRED See Seclion B~o-I I and Supplcmenla! Insurance Requi[emenls [] NOT REQUIRED Page I of 2 OTh¢ Cily of Corpus Christi mt~ be named as an addilional insured on all coverages cxcep~ worker's compensation liability coverage OThe name of the projec¢ mull be lisled under "description o£ operalions" on each cerlificale of insurance. OFot each insurance coverage, the Contraclor shall ob~in an cndorsemcnl to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellalioa of or material change on any coverage. The Contraclor shall provide Io th~ City the othm endorsements to insurance polices or ~ve~ages which are s~cc~fied in section B-6-11 or Special P~'ovisions section of the contracl. A completed '~Di~closure of Interest" mttsl be submiued with yottr proposal $llouId you ~av~ amy qu~ons regar~ in~uranc~ r~quir~nl~, please contact the Con~rac1,4d~i~ra~or ag 880-3500- Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTP~ACTORS - B WORKER'S C0:-?E!~SATION COVEP~AGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GC%FE=?i~ME1Tr ENTITIES other5 providing work cr service9 for a City building or consEr-uction prcjecu must be covered bv worker's compensation insurance, authorized Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) 5o provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or se~:ices on this Project at any time. including during the mai~enance guaranty period. :4otor carriers which are required to register with the Texas Deparument of Transportagion under Texas Civil Staguues 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 cf worker's co~ensation coverage. The Contractor agrees ~ comply with all applicable provisions of Texas Administrative Code Title 28. Section 110.1!0, a copy of which is attached and deemed mncorporated into the project contract. Please note that under sectioa 110.110: 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 Lo the City certifica=es of coverage for its employees and for all subcontractors and others providing services on the Project. ~ne Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the ContracEor is req~irud to post ~he required notice at the job site_ By si~n~ng this Contract, the Contractor certifies that iz will timely comp~[.- with these Notice to Ccntractors "9" requirement=. Parr H. TEXAS WORiCER~S' COMPENSATION COMMISSION Chapter 110. [~EQUJ~-~ED ~OTIC]ES OF CO¥~[:~.&G£ Subchapter B_ E_MPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and tern, '.,.-hen used hi thio ruse. shaD, l-,z-ve the _Following m,'an/ngs, unless the context cl -e.~rlv indicates otherwise Te.,~m.s not defined in kh~ ruse shall have the meaning de.Emed in the lexas Labor Code, Er-so define'& (1) Cemfi~?- of coverage (c:..m. fic_.ar ~ i-A copy o[-a cemficate of ;~__mr,,.nce, 3 c,~.-mScaxe of authorirv to ~eif-m-m~e kx~ued by the c~m.ra~xio~ cr ~- worke~' compe.-'~szdon coverage a_a:re~ ('I-WCC-8 I, 1-WCC-82, '1q¥CC-$3, or I5VCC-$4), showing statutory_ worke-r~' co _mpen~anon insurance cove.,~ge for the person'~ or endry~s c_mployem (hiciuding tho~e subject to a coverage agreemem) providing_ services on a orojecr. ;~or the duration o£~e project_ (2) Bmldhi_a or cori_stru~',lon--Ha~ the m~o~ de. ed ~ ~e Tex~ ~bor Code, ~ 4~.~e)(l). (3) Con~or--A p~on bid~g for or a'~d~ a bufl~g or co~on proj~t by a (4) Core.ge-Workers' ~m~e~fion ~ m~g Lhe stamto~ r~m of~e Te~ I~or Cod~ ~ 401.011(~) (5) Cov~e ~e~ent--A ~nen 2~eemmt on fo~ ~VCC-~ 1, fo~ ~CC-8~ fo~ ~VCC-83, r~onrh~n be~e~ ~e p~ for ~ of~e T~ Wo~' Co~On A~ ~m ~ T~ ~r Codq C~pt~ 4~, S~ha~ F ~ G, ~ one of~loy~ploy~ ~d ~h~sh~ who ~ be r~pom~le for pmmglng wo~' ~mp~don ~v~e for prolog ~ on ~e proj~. (6) Dumfioa oC~e proje~-~cludea ~e ~e ~om the be~ ofwo~ on ~e proj~ unffi ~e work on the proj~ h~ b~n completed =nfl acce~t:d by the gove~ment~ end~ (D Persum cre~ain[ serAc~ on uhe ~roje~ ["~ubccn~or' Ln ~ 4~.~6 of~e A~)-x~5~ ~e ~cemion o(~o~ exa~uded und~ sub~o~ (h) ~d (i) of~ se~o~ ~cludes ~ persom or enti~e5 pe~o~ ~ or om o[~e semce~ ~e ~n~cror h~ und~en to pe~o~ on the proj~ re~dles~ ofwhe~er th2t person conua~ed dkectlv ~ the contractor ~d reg~dle~ of~e~er r~t ~rsun h~ emolovees. ~3s inciud~ bu~ is nor ~mted to mde:end~t coat. ors, mb~n~ors I~ng comnm~.'m~tor c~ers, omer-ooemtors, employees o~ ~y su~ ~d~. or ~ploye~ any enti~ ~Ss~ng persons m pe~o~ se~c~ on the projem. "Sedco' inaludea but i5 not iS r.:.C ~ 1:2 Page 2 c;-5 Lzzimg, or de?,'e,qng eqmpmen: cr mz:z.~s, cr zresading l~bor, :r~qspe:-a:icn. or othe: vendors, o;5..ce supply de§reties, ~_-~ de!ireO, e[zo~ble tode:s. (8) Prc_~e=-Lsc!udes the ~rc.;ision of all se.qfces rein:ed to a bu~d_~':a or constmcuon cc::.::~ct for a gove.~._--_ea:E eoury Co) Pre,nareS or causing to be provided a cem~cz.:e o£coverage ?ursuant to ttus rule is z reprcsc:zt2::c:: by the insured :hat all employees efJ~e insured v,~o are pro','iding services en the projec: a-e covered by workers' comper~auon core.ge, that the coverage is based on =rover repon:mg of dzssnScafion codes mad payroll amour, u, md that al~ coverag_e a_m-eements l:z_,)e been filed with the zparopriate lm~UTmce cowrier or, in the co_se ora self-insured, with the commbsiods DMs~on o£ Sek--Lusur~':ce R%gui~iom Provining ?abe or misie..zding ce.~cates of coverage, or 5ailing- to provide or geinta~n reqmred coverage, or failing tc re~ort may c.:-~-ge that tri~terially age-~_~ the prov~ion o£ coverage may wubjecI the contractor or other person providing service~ on the project to adrrfir~isu~Eve eenalfies, criminal penalties, civil pe_':~ties, or other civil action.s_ (c) A gove:7.m:'~al eatiw. '.'za; enters into a buildi.~g or construc-2an contract on a proje~ (1) include m ~5.e bid spectfic, atiom% all the provisions of pm~-z~ =h (7) of this subseWncn, using the language requi;ed by para.apb (7) of thi~ subse~--i~n_ (2) a.s part oft.he contract, using the [a_qg~age re~ub-ed by para_m'~ph (7) oft/as subsec:5on, require the contr~-~or to per~on-n ~s re~. ,ired in sllbsection (d) of this secuon; obtain zorn the contra~or a certificate of c-overage for each person providing scrrice~ on the project, prior to that person be~nrdng work on the project; (4) obtain fi.em the corm,-a~or a new certificate afc. overage showing extension of coverage: (A) before tee end of the c"~r:-, ent coverage period, iS,'.he cmnt~or's currerLt cetfific..2te of coverage shows tha~ the coverag_e pe~od encb during the du~tion of the Froject; and (B) no i~[er t?-.~Ja seven days ~-'[er the ex:piradon of the covea-age for ~ch other person pro-¢iciing services on the project whose current ccrlifie~,- shows rh~t [[le coYerd.ge J:~Fiod e_nds dtaing the dm-orion of the projecg (5) retain c-~qificates oft. overage on file for the dm-anon of the pro/e,zt .~-I for three yeass therealte~, (6) pro'nde z copy of thc ce-~ficates of coverage to thc commission upon request ired to any person enutled :e them by law; and (7) use the I~,':gaage contamee m the following Figure i for bid specLfications mad contr=~s, -.~athout any addition~i words or choruses, except those required to accommodale the specific doo. w~ent in which they eze contained or in tmposc stricter ~r. andardx of documentation: z28s i ~ 0. ~ 10(c)(7) sos slzte.tx.u~'lac'28,"L[/I ]0/B/I ]0 I lO htwJ Paqe 3 ot 3 8/7/9g ~-_, TAC II0 llO Page5 0£6 5) A contractor provide coverage for its empicyees Froviding services on a project, lc: the duration of the projec 5zscd on proper repoF, mg of classLEcz:~on cod~ znd pa}rail amotmts ~-"-c --":::g of any coverage (2) provide a c..ea-tificate of coverage snowing workc~' como~'-~uon cove.'-zge to the governmental enuty, prior to be~nn;-'g work on -'_'ne .=:oject; (5) provide the gove~amcntal curiE..,', Fnor to the cad of the coverage peried_ z new certificate of cove-age showing e.~e_nsion of ccve_~ge, it-the coverage period shox,,'n on ~e court-actor's current :_-rfiticate of coverage end~ durhag tee duration of the project; (4) o~tain fi-om e. meh pm-mn providing service~ on a project, and provide to O.e governmemal entiw:. (A) a cetfilic:al:e of coverage, prior to that perxon begs_- nine work on the Froject, so the governmental .-ntity will have on file ceraficates of coverage showing coverage for all per'sons provic[mg services on :~ne project; and (B) no later ,hah seven days after r~eip[ by the corrtractor, a new cenffim~e o£coverage showing ex'~msion of coverage, if'the coverage period shown on the currem c.~;7, cat= of coverage ends dmSng the duration o£the project; (5) retain ~ll required c-m'TSticates of coverage on file for the duration o£ [-he project and for one ye. ar (6) notify tl~e gOvernm~..m'al ~ in whtillg by c. erfi:fied ,,,,,i~ or personal deSvery, v,,/rl~, ten days aft= the contractor knew or should have mown, of any change that rnareriaIly affects the pmvixiou of toyota.ge o£any per~n providing se_wic-m on the projem'; (7) post a notice on each project ~ze mforml, ug all persons pr~viding se~wices on the project that they ~re requh'ed to be covered, and ~-~i,,g how a permn may_ venO current c~vm-agc and report fa~ure to provide corm-age_ ~ norle,- does not smqx'Cy other po~fing mquircmen~ impo.~d by th~ Aa or other co,,.~L~ioa rules_ -r~ notice m~,q be primed with a title in az l--~, 30 point bold ~ ~ te~rt ha at lea.~ 19 point nor,'-=~ typ~ and ,~hall be in both ]~nL~i':h and Spardqh ~ ally other lang-,,ge common tO thc w'~rkcr population. The tcxx for the notices *hall be thc following text prmtlded by the comrnlxqion on the ':ample notice, without any additional word~ or chm-~ge~: R.EQLr[RFD WOI:UCER.S' COMPENSATION COYelOkGE 'Thc law requires t.h2tt each permn worH.g on ~ site or providing servic~ re!atcd to th~ commmcfion projec~ mu~ be cover~ by workers' conm_ e~tioa hasm'anc~'..w.,Ss includes persons providing, hauling or delivering equipraem or materials, or providhag labor or tnn_sportatioa or other serrate related m the projec=, r ~eg-~role~s of the identity, of their employer or r,2.ms as an employee ' "Call the Texa~ Workers' Comper~sadon Coramis~on at 512-440-]789 to re:.:ive information on the legal reqmrement for coverage, to yetiS, whether your employer ha~ provided the required covm'-age, or to report an employer's failure m provide coverage.' hnp://~ mx.state cr us/tad28/II]110/B/110.110.html ~,~,,x,,m x/t:~/sa~ 8/'1198 23 ]-;~.C; 2~'.110 Page (A) provide coverage based on proper re?ortL'%a o£ alaxs~rcadon ccd~s and payroii a,.'::.otm~s and fil/ng of any coverage a~ments/-or ';~ o£i:s emuieyees provioL-.g sop. rues en the proj~::~._ far the duration o£the proje~; (B) prex~de a cerrJfic, z~c cf coverage ~o ,'he com.~c~or prior re that person be_~miag work on the proje~: (C) include in all couwa~s ;o proxidc sc.wicez cn the projec: ;_re ian_m~agc in ~ubsc~cu (e)(3) of this (DJ provade the con~zmo:, prior :o the eno of~= cover,.ge pe.'5_'c~ a new certific_~:= of coverage showing e~don of cove~ge, ir-~e coverag_e period shown on the current cm-tifica;e of coverage eud~ do.ring the elm--orion of the projecx; (E) obtain from each other ge-son with whom k centrals. ~.md pro.de to the (i) a ce.,xi:rcam of cove. rzge, prior to the other _'ze.'~on ~beginnLng work on the proje~; ~-=d ('fi) prior to the end of the cove.~age period, a new certificate of cover-age showing e.em~.on of the corette period, il' the coverage period shown on the curren', ce.'-~ica£e of cove_r~_e end~ during the dura~on of the project; (F) retain all required ce.,"d, ficatei of coverage on file for the durauou of-he projec: ae.d for one year the. reaRer. (O) noti~, the goveam.ue~,t~l entity in warring by cer~ied mMl or person,~[ delivery., v, ithin ten clays al~er the per~u knew or should have known, of any change fiat ma~erially affec= the provision of coverage of any person proviciing se.'wices on the projec'q :md (H) coim=m,="y require ~ch other person wire whom it corttr~c-~ to perform ~s r _e~uired by mbpar-%ur~phi (A)-(H) of thi~ par-agraph, 'wi-da thc cm-tifica~e o£coverage to be provided to thc per, on for whom th~ are i~v~a;.g sci-vices_ (e) A posen providing services ou a project, other than a co,~raacmr, sh~ll- (I) provide coverage For it~ employe~ providing service_~ on a project, for the durztion oftbe project based on proper reporting ofclas.sific:arlon codes and payroll amo*~m~ ~.nd Fi~n_~ Of ~..~? covea-'~.ge agree_~ents; (2) pro',qde a certi~cate afcove.~ge as require'- by its contra~ [o provide servicc~ cn the projeo~ prior m b _eginning work on the project; (3) have the f'olloxtang [~nguage in its coutrac~ to provide services on the project: "By sig~ng contra~ or providing or c-at.ming to be provided a certificate et'cover-age,_ the person .~i[ming this coutra~ is represemmg to the governmental endty thai. all employees of the person ~;_o-ning this contra~ who will provide sm-vicez on the project ~11 be covered by workers' compermafion coverag_e htlp://x~-.,a~ sos.sra£e, tx us&ac/28/ll/110/131110 I I O.hu-nl For c-_-- d'_vauon of C~c pro]ecs_ ~hat thc cc',erage w~Q be based on proper repor~g o£ciass~ficadon codes ~.~d payroU z..--_oum~% znd that aJJ covm'zge a_m-ee':n:_=~ -mill be filed with the ~ppropr~ate mm~m':c: ~c,z~¢r or, r_'; the case of a seif-w.~ured, w~th the commission's Division of Self-~ce R¢_m:zztion_ Providing f~Jse or misleading_ i~.for'~'m~oa mzy subjec~ the conm-acror to admin. Ls-ti-~e penzJde~. ~,hninal Fortuities, civil p~lfie~_ or other c~vi] a~ons_' (4) provide the person for whom it is pro',qdmg servico~ on the proje~, prior to the emd of the covcrzge period shown on its c~.rTent ce-,qJ.fir, a~e of coverage, a new coni~c.~e showing exlension of coverage, if the coverage period shown on :he c. erdfic, aze of cove:~je ends during file dura~on of the proje=; (~) obtain fi.om eac..i~ person providing se_'wices on a projecs trader ¢onwaci Io iL znd provide as reqmred by its contra=: (A) a c.m-ti~ca~e of covm-~e, prior to the other pm~oa be~_'nn;,~g work on the proje~; (B) prior to the cod of the coverage period, a new cer~e=~e of coverage showing eommsion of the cove~g_e period, if the ooverage period shown oa the ~ cerafic, a~e of~e ~ds during the durst:on of the projec'~4 (6) retam all required c.e.,q:ific:ate~ of coverage on file for the duration of the project and for one year (T) nor. fly the governmmarul entk'y in writing by cam:fled rani! or per~omal delivery., of any change thaz maleri~y a~ec-r~ the provision ofcov~ge of lay per~om providing service~ on the project ~ntt send the nodce within ten dsys agier the person i~ew or should have known of the change; and (8) coma-acm=lly require each other person ~ whom it comzac:r.s ~o: (A.) provide myra-age bna,ti on proper reporthzg ofcl~fi~.t, ioa codes aza:l payroll a.lll~mt~ and filing of;my covm'~ge agr~--mem's for al/of Rs e.mployee~ proviffmg services on th~ projec~ for ll~ duration oldie projex:z; (B) provide a ce., I.~cate of coverage to it prior to t.ha~ other perxon be~f-,,i-g work on the pmje~; (CT) iht. rude in all comi-ac:ts to provide scrvicas on tim project the lam3uage in paragraph O) ofthiz subsectin~, (D) provide, prior to the em:l of the coverage period, a new certi:ficaxe ofcover~.ge showing exlenstom of ibc cowra~c period, if thc cove. rage period shown on the c=u-rem certilicalc of coverage cods dUring ;he duration cf the project;, (E) obtain from each other person under ccntra~ ,o it to provide services on the proje~, and provide as r .equired by its conn-ac~: (i) a cmm. ficaIe ofco;'erage, prior to thc other perxon beg:i_'mUng work on the project; ~ (ti) prior to the end of the coverage period, a new terrific:ate of coverage showitm ex~en6on of the coverage period, if the covet-age period shown on the current cerxific, ate of coverage end~ during the bnp:ll,~-w'w sOs_statc.~.u~/tad28/II/110/I3/110 I 10_htm. I .o-rxcz ~o ~o~ - e 8/7/5'8 ~ l^u l;u.~u Page6of6 duranon o£ :he contrac:: (F) retaxn ~Jl reouued ce.'-~.az:ez of coverage on file for the duration cf ?.e projec~ a~qd for one ye_ar there~Ke~% (G) notify_ the governmmtz, i ez'.ary m writing by ce~mfied ,-nail or pe.'~onzi delivery, within ten days niter the person knew or siaould have known, of any change that mzte:-.fiiy affe*n.~ the provision of coverage of may pe~oo providing services on the project; and (H) coraxac:ually requh-e each .ce-'~on with whom k contracts, to peffcrm a~ reqUn'ed by ~ ~ubp~ragraph and xubpara~m-aphs (A)-(O) of ~ paragraph, with lhe c. mqifica~e of c. overage to be provided to the l~V$on for whom they aze providing r~-vic, e~_ (0 If any provision of ~ rule or its application to any perxon or t.ht.m-.m-zanc~ ix held immlld, the invalidity does not afl'e*= other provi_4ons or applicauons of this rule that e. aa be given effet= without the in.~alid provision or application, and to this end the provisions oftl~ rule are d~-I,~efl to be sever-able. (g) TNs mie is applicable for building or cortstruction contracts adve-'-g..sed for bid by a govermmemal entity ora or a~er Septer~er 1, I994. Thix rule is ~ applicable for those buikfmg or ~om~truction contracts entered into on or al~er September 1, 1994, whinh arc mot required by law to be advertised for bid. (h) The coverage requitem~'at in this rule does not apply to motor earners who are required lmrsoa~ ta Texas Ci~ Sl~tl~t~, fl~,Jnle 6675c, to register with the Texa~ Dep_ m'tmem of Ttma.qaortafiom amd who provide ac. cid,"nr al in_mzr-~me coverage pulr'=,ant to Te..x:~ Civil St:mn:es, ,$d~dde 6675n, § 4~. 0) The coverage requirement in thi~ rule does not apply to sole propfietor~, parmea% and corpot-aze ol~cers who meet tl~ requirements of the A~=, § 406.097(c), a~d who are explic~dy exc~d~l fi-om coverage in acoordanc¢ with the Act, § 406 097(a) (as add~ by Hottse Bill 1089, 74th 1995, § 1.20). This subsozfion applies only to sole proprietors, parmers, and corporate o~ic. er~ who are exr.,[uded fi'om coverage in a.n il~m-ance pofi~y or cm-tificate of authorit~ to ~ha~ is delive:~i, i.sxued for delivery., or renewed on or at, er January 1, 1996. Source: The prov~on~ ofth~ § 110.110 adopted to be effective September I, 1994, 19 TexR?g 5715; amended to be effective Novc-mher 6, 1995, 20 Te~P. eg 8609_ Return to Section Index hrtpJ/t~.m,v sos.state.tx us/tac/2:t/lI/110/B/110 110 html PART A SPECIAL PROVISIONS Williams Drive Lift Station Wastewater Trunk Maim M--hole a~habilitation, phase 1 SECTION A - SPECI~uL PRO~-/SIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, April 6, 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 AT'UN: BID PROPOSAL - Will~ ~m, Drive Lift Station Wasteweter Tru~k Main Manhole Rehabilitation, Phase 1 A pre-bid meeting will be held on Tuesday, March 29, 2005, beginning at 2:00 P.M. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 120] Leopard Street, Col-pus Christi, TX. The meeting will be conducted by the City and will include a discussion of the project elements. If requested, a site visit will follow. NO additional or separate visitations will be conducted by the City A-2 Definitions ~nd Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project This project shall consist of the complete removal of three (3) brick sanitar~ sewer manhole~ and replacement with three (3) 8-foot diameter fiberglass manholes; the removal of the brick corbel and concrete roof of one (1) concrete sanitary sewer manhole/ vault and placing a 5-foot diameter mar~hole insert within the existing walls of the concrete manlqole/vault; along with all appurtenances, complete and in place, as shown on the plans and called for in the specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the following order of priority, subject of availability of funds: 1. Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 It-m- to be Subm/tted with Proposal The following items are required to be submitted with the proposal: 1, 5% Bid Bond (Must reference Project Name as identified in the Proposal) A Cashier's Check, certified check, money order or bank draft from any State or Natlonal Bank will also be acceptable. Disclosure of Interests Statement A-6 Time of Cu~letion/Liquidated DAmages The working time for completion of the Project will be 60 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("city Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof_ The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. *See also: Speclel Provision A-62 Su~l~---tai Time of C~-l~letion/Liqu/dated Dm~"ges--WorkingHours & A-7 Workers Co~ensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers, compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Fmxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be su]Dmitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addends 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 arid ~age rates for Hea~-f and Hea~/ ~igbwa¥ Construction_ In Mir),mum Prevailinq Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C_ The Contractoi and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contracl . Thc Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each ~aborer, workmar], or mechanic employed, if such person is pald less than the specified rates for the classification ol work performed_ The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmell, and mechanics employed by them in connection with the Pro}ect and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer_ The Contractor will also obtain copies of such certified payrolls from all subcontractors and othe£s working or~ 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 require~nts concerning the proper form and content of the payroll submittals ) One arid one half (t 5) times the specified hourly wage must be paid fo= all hours worked in excess uf 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-l-l, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Co--ration w~t~ Public ~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 any 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 Co~any at 1-800- 669-8344, and the Southwestern Bell Locate Group at 1 800 828-5127- For the Contractor's convenience, the following telephone nu~ers are listed_ City Engineer 880-3500 Project Engineer 880 3500 Jose F. Trejo, P_E., R.P-L_S. Acting Assistant Director of Engineering Services Traffic Engi~eerinq 880 3540 Police Department 882-1911 Water Department 057-1880 Wastewater Department 857 1818 Gas Department 885-6900 Storm Water Department 897 1881 Parks & Recreation Department 880-3461 Street & Solid Waste Services 857 1970 AEP 299-4833 ~ 881 2511 City Street Div. for Traffic Signal/F~ber Optic Locate 857 1946 Cab~ev4sion 857-5000 ACSI (Fiber Optic) 88; 9200 KMC (Fiber Opl ic) 813 1124 880-3140 after hours) 880-3140 after hours) 885-6900 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) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935 0958 (Mobile) B£ooks Fiber Optic {MAN) 9~2-~53-43§5 A-12 Maintenance of ~er~ices Th~ Contractor shall Lake all precautions in protecting eKisting utilities, both above and below ground. Thc Dra%~ing3 show as much information as can-be reasonably obtaincd~-fro~ c~iDting as built drawings, b~oc maps, utility records, ere. and from a~ much field work as normally docmcd nceessary for thc conslruction of t~h~ type of project ~ith regard to thc location and e~ such informati~ is not guarantccd It is the Contractor's sole and complete responsibility to locale such uhderground features sufficiently in advance of his operations to preclude damaging the exisling facilities_ If the Contractor encounters ~tility sezvices along the line of this wo£k, it is his responsibility to maintain the services in continuous operation at his In the event o~ damage to undeIground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs lo place the utilities back in service to construct the work aa inlended at no increase in the Contract price. All such repairs must conform to lhe requirere~nts of the company or agency that owns the utililies. cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor eiLher by connection into other sewers or by te~qoorary pumping to a satis£acto[~ outlet, all with the approval of the City Engineer. Sewage or oth~r liquid must ;lot be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no ~ncrease in the Contract price. Materials for repalrs, adjustments or relocations of sewer service lines must be provided by the Contractor_ A-13 A~ea Access and Traffic Control Sufficient /raffic control measures musl be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse zmpact on the accessibility of the museum and public. This may i~clude, but is not limited to, working driveways in half w~dths, construction of temporary ramps, etc- The Contrac/or shall comply wilt the City of Corpus Chri~ti's Uniform Barricading Standards and Prac/ices as adopted by the Cily_ Copies of this document are available through the City's Traffic Engineeri,g Department_ The Contractor shall secure the necessary permit from th~ City's Traffic Engineeri,g Department_ All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor A-14 Construction Eq%~ment Spillage and Trackir~ The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials Such work must be completed without any increase in the Contract price- Streets and curb line must be cleaned at the end of the work day or more [requently, if necessary, to prevent material from washing into the storm sewer system. NO visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets_ A-15 Excavation and Re~ovals The excavated areas behind curbs and adjacent to sidewalks and driveways must ~e filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer The dirt must be free of debris, caliche, asphalt, concrete and any othe~ material that detracts from its appearance or hampers the growth of grass_ Ail existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc , are to be considered subsidiary to the appropriate bid item for "Street .... ~ .... direct payment will be made to A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and uther unwanted material becom~s the property of the Contractor a~d must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment wlll be made to Contractor_ A-17 Field Offic~ NOT USED T~e~ Contractor must furnish thc City Engineer or his representative with a ~icld officc at thc eomotruction site_ Thc field office must contain at least ~20 square fcct of uocablc space. Thc ficld office m~st bc air conditioned and hcatcd and mu~t be furnished with an inclincd table that measures at lcaot 30" ~¢ 60" and two (2) chairs. Thc Contractor shall move thc ficld efficc on ~he s~te as rcquircd by thc City Engineer or his rcpreocntativ~ Thc field office must-be furnished wi~h a telephone (with 24 hour per day anow£rlng service) and FAX machine paid for by thc Contractor_ There is mo separate pay item fo~ the field officc. A-18 Schedule ~nd S~quenc~ of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days_ This pla~l must detail the schedule of work and must be ~ubmitted to the City E~gine~r at least three (3) working days prior to the pre constructio~ meeting_ The plan must indicate the schedule of the following work items: Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review_ Items to Include: Show complete sequence o~ construction by activity, identifying ~ork of separate stages and other logically grouped activities_ Identi~y the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals. 4 Re-Submission: Reuise and resubmit as required by the City Engineer_ Periodic Updater Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Staking Thc major controls and bcnck mark~cqu~ec~cr setting up o project, if not s~>w~on thc-drawing, will bc provided by thc City Sur¥cyor_ The Contractor shall furnish all li~es, slopes and measur~nte for control of the work ~i~t cr ~=~=q+~aerk, thc Contractor shall provide the City Surveyor 48 hours notice os that altcrnm~e--eon~o~pcints cam bc cstabliohcd by thc City o~ bench m~k~/~meged--ao a rcsult of thc Contractor's r~cgligcncc ~,il~-~be rc~torcd by thc City Eurvcyor ~t thc c~pcnsc of thc Contractor_ If, for whate¥cr reason, it is ncccssary to dcviatc from propoucd linc and ~a~c to f~ropcrly cxccut~ thc work, thc Contractor shall obtain approval of thc City Engineer pri~ ~e~ie<=i,~. If, -in thc opinion of the City Engineer, thc required deviation w~uld necessitate a revision to thc drawings, thc C~t~t~r shall provide supporting ~caou~cmcnto as recruited for the City Eng~nccr to ruvi$c Thc Contractor shall tic in or rcfcrcncc all ¥olvcs and manholcu~ bot~ c~isting amd proposed, for thc purpose of adjusting valves and mnnholco at thc completion of thc paving process_ Also, thc City Engineer may rcquirc that thc Contractor furnish a maximum of two (2) personnel for the p~rpoo~ of assisting thc measuring of thc complcted work. A-20 Testing and C~rtif~catiou Ail tests requirsd undsr 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 m~asures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor_ The Contractor must provide all applicable certifications to the City Engineer_ A-21 Pro~ec~ S~gns (NOT USED) · ~ Contractor must furnish an~ install 1 Project signs au indicated on thc iollowing dra~ing3. (Attachment IV) Th~ signs must bc installcd bcforc construction begins and %~ill be maintained throughout thc Projcot period by {ho C~tractor_ Thc location of thc signs will bc dctcrmincd in thc field by thc-City Engineer- A-22 Mi~ority/~i~ority Bus~n~Ss Knt~rprise Partic~patiou Po]icy (Revised 10/98) ~olicy It is the policy of the City of Corpus Christ~ that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance Of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minorSty and female participation by trade and for Minority Business Enterprise- P~ime Contractor: Any person, firm, partnership, corporation, association or ]oint venture as herein provided which has been awarded a City contract_ Subcontractor: Any named person, firm, partnership, corporat,on, association, or joint venture as herein identified as providing work, labor, services, suppl,es, equipment, materials or any combination of the foregoing under contract with a prime co. tractor Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, ~e×ican ~ericans and othe~ persons of Hispanic origin, American Indians, Alaskan Nat~es, 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 For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority (b) For an enterprise doing business as a partnership, at least 51-0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 5].0% of the assets or interest in the corDorate shares must be owned by one or more minority person(s)_ 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s)_ Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51-0% or more of the total profits, bonuses, dividends, interest payments, co~is~ions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise- Minority: See definitiom under Minority Business Enterprise_ Female Owned Bus~ness Enterprise: A sole proprietorship that zs owned and comtrolled by a woman, a partnership at least 51-0% of whose assets or partnership interests are owned by one or more wo~n, or a corporation at least 51.0% of whose assets or interests xn the corporate shares are owned by one or more women_ Joint Venture: A joJn~ venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which xs limited in scope and direction_ The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest ut 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 financial, managerial, or technical skills in the work to be performed by the joint venture. 3 Goals The goals for participation by mznor.ties Enterprises e~pressed in percentage terms aggregate work force on all construction award are as follows: a,d Minority Business for the Contractor's work for the Contract Minorit~ Participation (Percent) ~i~orityBusine~s Enterprise Participatio~ (Perce~t) 45% 5% These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade_ The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the p~rcent of minority and female particIpation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project. the Contractor will indicate, in writing, the overall participation in these areas which have been achieved_ The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bI-weekly payrolls in a timely fashion or to submit overall participation information as required_ A 23 Inu~,~otion Ro~ui=od (Revised 7/5/00) (NOT USED) Thc Contractor shall asourc thc apptopriatc building inopcctions by thc ~uilding Inspect]om D~vinion at thc various intervals of work for ~;hich a permit is required and to assure a final inspection after thc building is c=mplctcd and rcady for occupancy_ Contractor must obtain thc Certificate of Occupancy, %~hcm applicable~ ~'ctlon B 6 2 of thc Ccncral Provisions is hereby amended in that thc Contractor must pay all fcco an~ charges levied by thc City's Bubtd4ng Inspcction Dcpartmunt, and all other City fees, including ~;atcr/%;astcwatcr meter fees amd tap fccs au requircd by City_ 9/18/04)) &-24 S'uxety Bonds Paragraph t~o (2) read as follows: Section B-3 4 of the General Prowisions is changed to "No surety will b~ ~](:cepted 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 (]0%) 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 ~urplu~_ For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of rnsurance as of the date of the last annual statutory financial statement of thc 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 excesB of $100,000 the bond must be executed by a Surety company that is certified by the United States S~cretary of the Treasury or must obtain reinsurance for any liability in excess of $100,QQ~ from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements- The i~surer or reinsurer must be listed in the Federal Reglster as holding certificates of authority on the date the bond ~as issued." A-25 Sales Ta~ m-emption (NOT USED) S~tion B 6 22, Tax EMcmption Provision, is deleted in its entirety and thc · ollowing nubstitutcd~4n lieu thereof. Congrac{s fo~ impro~cmrcnts to real property awarded by thc City of Corpuo Christi do not qualify for c×cmptions of Sales, Excisc~ and Uoc TaReD uBlco9 thc CoB4~actor clcetD to ope rata under a separated eont~ac~ as defined by Lcction 3.291 of Ckaptc~r ~, Ta~Adffiinistration of Title 3{, Public Finance of ~h~-TcRa~ AdminiDt~atzvc Cod~, or~uch otl+cr Jules or regulations as may be p~omulgatc~ by thc Co~rotter of Public Account5 of Tcxas_ ~thc G~ elce[s to operate under a scparo~cd contract, hc ohall: ~. Obtain thc necessary Dales tax p~rmits from thc State Comptrollcr_ Identify i~ the appropriate apace- on thc ~her Cha~es' is thc proposal form thc incorporated into thc Pr~jeet. c~st of materials phystcally Provide rcsalc ccrl ificatcs k~sq~ppl~crs- -Provide thc City with copies of material ~oposal value-of materials. ~ ~hc Contractor docs not-elect (o opcrot~ undc~r~a separated contract, m~t poy for all Salc~, Excise, and Usc Ta~e$ applicable to thi~ Project: substantiate the hc Subcontractors are e]~gA4~le ~o~ sa~be~ ~ e~emptions if thc subcontractor alno ccm~]~es %;itt thc abovc rcquircmcnto_ Thc Contractor must lssuc a {-~alc ccrtificatc to thc subcontractor a..~d~ thc st~bcontractor~ in turn, i~e~c0alc ccrtificatc to his supp!icr. A-26 Supplemental Insurance ~quir~ts For each insurance coverage provided in accordance with Section B-6-ll of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: restricts the insurance afforded by this coverage part, each insurer change to: 1- Name:City of Corpus Christi Attn: Contract Administrator Address: P_O- Box 9277 Corpus Christi, Texas 78469-9277 3- Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents_ within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract For each insurance covcrage provided in accordance with Section 8-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy- The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtai~ an endorsement to this coYerage stating: Contractor agIees to indemnify, save harmless and defend the C,ty, its agents, servants, and employees, and each of them against and bold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and eKpenses, including court costs and attorneys' fees, f~r or on account of any injury to 5n~ person, or any death at any time resulting from such injury, or any damage to any property, which may arise or ~h~ch 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 t~ult of the City, its agents, seruants, or employees or any person indemnified hereunder. A-27 ~$pon~ibilit-y fox Damage Claims ~K)T DSED Paragraph (a) Ccncra~ f~iabi!ity-~ £eetion 4~--f~-43r cf thc-Gcncr~l ~s amended to include: term of~ Contract up t~ and ~ncluding thc date thc City finally accepts thc Project or ~-k Inot~llat~n Flo~ter co¥cragc muut b~ an "All Risk" form. Contractor must pay all costs necessary to procure such I~stallat~on Flu~tar insurance c0vcragc, including any dcductiblc. Thc City must k,2 named add~ticnal~i-~se~red ~n any policies providing such insurance coverage. A-28 Co~sidezations for Cant=act Award ~ndF~xecution To allow the City Engineer to de[ermine that the bidder is able to ~rform ]ts obligations under the proposed contract, then prior to award, the City ~ngineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects beg~n within the preceding t~o (2) years- The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien_ If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an eaplanation why the claim has not ~en paid. A bidder m~y 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 ,)ther authorized party, specifying all current assets and liabilities_ A-29 Contractor's Field A~m~istration Staff The Contractor shall employ f~r this Project, as its field administration staff, sup~rlntendents and foremen who are careful and co~petent and acceptable to the City Engineer. The criteria upon which the C~ty Engineer makes th~s determination may include the following: The su~rintendent must have at least five (5) ye,.rs of recur experience in field management and oversight of projects of a similar size and complexity to this Project_ This experience must include, but not necessarily limAted to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, ~ederal and state wage rate requirements, and city contract close-out procedures. The superintendent shall be present, on the 3ob $~£e, at all t~mes that work is being performed_ Foremen, if utilized, shall have at least fare (5) years of recent experience ~n similar ~ork and be subordinate to the suF,~rintendent. Foremen canno~ act as superintendent without prior written approval from ~he City_ Documentation concerning these requirements will be reviewed by the City Engineer_ The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field a~miuistration staff is a prerequisite to the City Engineer's obligation to eKecute a contract for this Project. If such approval is not obtained, the award may be rescinded_ Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract_ ii the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7 13. A-30 A~ended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3 1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2 A list of the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such ~4BE firms meet the guIdelines contained herein_ Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that ~tBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible A llst 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 ~ritten 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 Contracl, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price_ Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B 7 13; A preliminary progress schedule indicating relationships between the major components of the work_ The final progress schedule must be submitted to the City Engineer at the pre construction conference; Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Documentation as required by Special Provision A-35-K, if applicable_ 10_ W~thin five (5) days following bid o~)en~ng, ~,~--%t in letter form, info~tion i~-taf~i~g ~ of entity and state, i_e_, Texu (or ot~er state) Coz~oration or Partnership, ~nd na~e(s) ~nd Title(s) of individual(s) authorized to execute contracts on behalf of said entlt¥_ A-31 Amended Policy on P~tra Work mhd Chan~e Or,ers Under "General Provisions and Requirements for Municipal Construction Contracts' B-8-5 Polic~ on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any eKtra work for which a change order has not been signed by the Director of Engineering Services or his designee_ The Contractor al~o 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 A~en~ed "F~cu-~ion of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts' B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Emgineer 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 ~or breach of contract, against the City, nor is the City oblzgated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor_ A-33 C~nd~tions of Work Each bidder mu~t fs]niliarize himself fully with the conditions relating to the completion of the Project_ Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is ~eminded to attend the Pre-Bid Meeting referre~ A-34 Precedence of Contract Documents In case of con[lict in thc Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, ~econd precedence ~] ~] be given to the Special Provisions, third precedence will be given to the construction plams, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM s~cifications, etc~, the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and C~eneral Provisions, ~n that order. A-35 Cit~ Water Facilities: S~cial R~iremwint-s NOT U~ED A_ Viu~r-~ractcr Oricutstio~ Prior~crmi~--a~o~4~---a~ any ~ty aster faciliey~- the ~n~ter, his subcontractors,-~ ~ thc~l~e~ a valid card ccrtiiyin~ thci~ pric~--~ttcndancc at a Visitor/Cant=actor F~fcty Orientation Program conducted by thc Gity Water Dcpa~tmcnt Pcr~onncl. A Visitor/Contractor Safcty Orientation Program will bc offcrcd by authorized City Water Dcpartmcmt per$onmc1 for those porsono who do not h~vc ~uch ~ ca~, ~ ~ho ~t~perform ~n7 ~crk %~ithin any City %;atcr facility. F~ additional information refer to ~ Op~a~ion of City Owncd Equi~cnt · ~e~Go~ractor shall not start, ~pcrate~ o~ stop any pu~, ~moto~, val~a, =qui~-~tnt, ~witch, bruakcr, ~ol, ~ ~y o~o~ relat~ ~o Ci~ water fauili~ at ~y t~ All such items ~s~ bo o~ratcd by aa operator or other authorized maintenance c~loycc of thc City Water Department_ · %~=--~iey must dclivcr ~;atcr of drinking quality to its customers at all times_ Thc Contractor shall protcct thc quality of thc water in thc job oitc and shall coordinate its %~ork with thc City Watc~ P~cpart.~nt~e protcct thc quality of thc %~atcr_ D_ Confor----/ty ~ith A~IEI/N~F 8ta~g~rd 6~ All materials and equipment used in thc repair, rcasucmb]y, transportation, rciuntallatlon, and inspection of pumpu~ or any other itcmo, which could come int~ contact with potable watcr~ muot conform to American ~;ational Standards Institutc/};ational Sanitation F~ation (~ISI/NSF] Utandard 61 au described in thc Standard Specifications. --dst not b~ uuod uuleos t~o~ cosfo~- with ANSI/NSF ~tand~t-d 61 ~d ~=:= ~u~ lt~ a~c inhered on ~0 ~tc b~ ~u~ori~cd Ci~ Thu Contractor shall provide thc Engineer -%~ith copies of written proof of ANEI/NSF Etandard 61 approval for could come into contact %;itt potable All trash generated by thc Contractor or hid employees, agents, or 5ubconLracto~J7- must bc contained at all timcn at thc %~atcr ~aci~ity ~itc ~lo%,~ng trash ~;ill not bc allowed_ Thc Contractor 9/18/00) shall k~p- '~3rk ~lcan at all times and remove all traah than orangcr blue, or white. Each c--~loyoo uniform nm~st pro~ide ce~mm~ and incLividual ,---;-loycc idcntificatiom_ Co~ractor shall provide tclcpho~c$ for Contractor personnel_ Plant tolcphouas arc not available foz Contzae~e~ use~ Working hou~o will b~ 7:00 A.M. to 5:00 P_~{.. ~onday thru Fr-iday must provide own sanitary facilities_ All Contractor vchiclco must bc parkcd at dcoignated site, as dcsiGnata~ by City Water Department staff- All Contractor vehicles must bc clearly labclcd with company name. No private cmploycc vchiclco arc allo%~=~--~t O_ N_ gtcwcns Watcr Treatment Plant. All personnel must b~ in company vehicles. D~ring working hours, contractor employees must not leave thc designated construction arco nor wander through any buildings other than for required work cr as directed by City Water Department pcroonncl during cmcrgcncy .K- Contractor Qua}i~e~tiono $CADA (SUPERVICORY CO}]TROL ~ DATA ACQUICITION) Any work to thc computer baocd monitoring ~nd control system must bc pcrformcd only by qualificd technical and supervisory pcroonncl, as dctcrmincd by mcctimg thc qualifications 1 thru 9 bclo%;. Thio work includes, but is not limitcd to, modifications, additions, programming, customizing, dcbugging, calibrating, or placing in operation all hardwarc and/or software ~pccificd or rcquircd by these O~clficationo. Thc Contractor or his subcontractor proposing to perform thc CCADA work must [~c ablc to demonstrate thc following: 1- lie is regularly cngagc-d in thc computc~ based monitoring and control system business, preferably am applied to thc municipal watcr and %~aotcwotc~ industry. 2_ Ilo has performed %;ark on oyotcmo ~f comparablc oi~c, type, and complc]:ity as rc~e~ in thio Co~ract on at least thrcc prior projects. He ha~bccn actively engaged in thc type of work 0pccificd hcrc~for at ]cast 5 years. Ilo employs a Registered Profcooronal Engineer, a Control Syotcmo Engineer, or an Electrical Engin£cr to supcr¥1Dc or perform thc ~ork required by thio opccificationo. 5. ~c cmployo pcroo~cl on thio Project who have oucccsofully completed a manufacturer's training course in configuring and implcm~znting thc specific computers, RTUS's, and software propoocd for thc Comtr~: 6. Mc maintains a pcrmancnt, fully staffed and cquippcd ocr¥lcc facility within 400 miles of thc Project sate %~ m~int~in~ repair, calibrate, -a~d program thc systems ~ shall furnis~ equipment which is thc product of one m~nufacturcr to the maximum practical extent_ Whore this iQ not p~,>etical, all equipment of a giwcn type will bc thc product of one manufacturer. P%or~t- ~;ill bc used in evaluating which Centractor e~ The Contractor shall produce all filled out programmi~a~ bl~ak~ req~ed to show thc pro,rambling as needed and rc~a~rc~v to add -~hcsc two systems to thc c)£i$ting C~y SCADA oystem=--Attacha~ is a~ c~amplc of thc required ~amming blocks ~h~eqg-thc City required-to~ ~'~ ..... ~i~ and given to thc City Engineer with all changc~ made durino ~hc prc~ram~n~ phase= Thc attached shoot is an c~amplc and is not intended to show all of thc required shoots. The C~nt~etor will provide all progrcunmipg blocks u~cd. l,_ Trenching ~cquircmcnto All trenching fo~this project at thc O~ ~l_ Ctcvcno Water Treatment Plant shall k~_ performed uoln~a backhoe or hand digging duc to thc number of existing underground obstructions. No trenching machines shall bc a~Icwc~ cn thc pro~cct_ A-36 Other Su~aittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Reproduciblesr In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. C Suk~uittal 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 S~bcontractor or supplier; pertinent Drawing sheet and detail n~nl~r($), and specification Section number, as appropriate, on each submittal form_ d_ Contractor's StaNds: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e_ Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project g Variations: Contractor must identify any proposed variations from the Conl[act 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. required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute cop~es of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samplesr The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Kngineer's selection. Test and Re~air~epor~ When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data wzthin the specified time to the City Engineer for approval. Otherwise, the related equipment will not ~.~ approved for u~e on the project- A-37 ~-ded "Arrmagement and Charge for Water Fnrnished by the City" NOT USeD Centrals", B 6 15 Arrangement and Charge for Water Furnished by thc City, add the follo%;ing: 'Thc Contractor must comply with thc City of Corpus Chrioti'o Water Conocrvation and Drought Contingency Plon ~o ~cndcd {thc "Plam") - This includes implementing water conservation measures uutabliohcd for changing conditions- ~hc Ci{y Engineer will provide a copy of thc Plan to Contractor at thc pre construction meeting. Thc Contractor wi~ kuop a copy of thc Pla~ on thc Project si~e- throughout con~tmuction." A-38 Worker's Co~nsation Coverage for Building or Construc~cion Pro~ects for The requirer~ents of "Notice to Contractors 'B'" are ~ncorporated by reference tn this Special Provision_ A 39 C~ztificat~ ef Oc~-~anc-f and Final Acec~t~nc~ (Not The issuance of a ccrtificatc of occupancy --for improvements docs not ~c~otitutc final acceptance of thc ~mp~ovcmcntu u~dcr Gc~cral Provisio~ ~ ~-- 9=- A-40 Amendment to Section B-8-6: Partial Est{m~tes (general Provisions and Requirements for Municipal Construction Contracts f~ection B-8 6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the <~iect worksite unless the Contractor provides the City Engineer with (~w~s~ 9/18/00) documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. PrJmlng a~ot mix paving operations muDt not be ~tcd on days for %~hich an ozone advisory ~L~ca~ucd, except for rcpairo_ Thc City Engineer ~tify Contractor about ozone alert. If a dcq~ ~y such au this is experienced, thc day will n~)~c counted aD a work day and thc Contractor ~+ill ~ compensated at thc-~+it price in~ieatcd in thc p,opooal. A-42 OSHA Rules & Requlatio~s It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 A~end~d Indemnificatiom & Hold Ba~mless Under "General Provisions and Requirements for Municipal Construction Contracts" B 6-21 Indennnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall ~ndemnify the City, its officials, employees, attorneys, and agents from any and all damage~, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or fn connection therewith by the contractor, or any s~lbcontractor, supplier, materialman, or their officials, employees, agents, or consultants_ The contractor shall hold the City, ~ts officials, employees, attorneys, and agents harm]ess and shall indermuify 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 c~ty, its officials, employees, at[orneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Chmng~ Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the chan~e order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.)- This breakdown znformation shall be submitted by contractor as a basis for the A 45 AS Built Dimensions and Drawings (7/5/00) (a) (b) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertica]) and flow[ine elevations ~f ~]1 faciliticu for all improvements. Upon -completion -~-- each facility, ~hc Contractor shall furnish Owner with-one ~ct of direct prints, marked ~;ith red pencil, to a minimum, the final drawings shall include the following: Changes in cqukpmnnt of~d-dimun~ior~5 du-c~bo substitutions_ (4) Deletions, additions, and changes to scope of work. (5) Any other Changes made. A-4~ Di=r--o~al of Highly Chlorinatc~ ~ (7/5/00) NOT USED The~mtractcr shall bc rcsponoiblc fo~- thc die, pooch--of water used for testing, ~ioinfcction and ~inc flushing in an approved manner. Contaminants ia thc water, particularly high ]evels of chlorine, will be used for disinfcction, and may exceed the permissible limits for ~h~r~c into wctland5 az cn~ironm£nta~ly ocnoitiv~ a~cas- Th~£ are r~gulat~d by numerous agcncics ouch as TN~CC, EPA, ctc- It will bc thc Contractor's responsibility to comply with the raquircmcnto of all ~cgulatory agencies im thc diopooal of ........ ~P ..... ~f dioI~soal shall bc submitted to -'' water used im thc project_ T~t -~ ~ ~ City for approval. There shall bc no scparatc pay for disposal of highly chlorinated water_ Contractor shall not use thc City's sanitary sewer system ~m disposal of contamimatcd water_ A 47 P~o Cono~ruo~ion E~l~lorator~ E~cavatioz~ (7/5/00) ~OT USED and c][po0c all cxiotin9 pipelines of thc project that cross within 20 feet of proposed pipelines of thc project and Contractor shall survey thc exact vertical and horigontal -location of cach crossing and potentially conflicting p~pclinc. For existing pipclir~u which parallcl and arc within tcn f~ct (10") of proposcd pipelines of thc project,- Contractor shall cxcavatc and c~posc said exiting pipclinco at a maximum of 300 fcct O-C. and Contractor shall survey thc accurate horizontal and vc~ical locationu o~ said parallel pipclincs at 300 fcct mal(imum O-C. Contractoz shall then p[epatc a rcpozt and submit it to thc City for approval indicating thc Owner of plpclincs c;~cavat£d and survcycd, as wcll so thc appro)[imatc station thereof, distance to thc pavement ccntcrltmc and elcYationo of thc top of cxistimg pipclinca_ E~ploratory cKcaYa%iono shall bc paid for on a lump sum baoi~. Any pavement [c~air associated with c)[ploratory c)[cavationo shall b~ paid for according to thc cutablishcd until price of pavement pa[ckin~ Contractor shall pro¥idc ~i his own survey work cffort ~sep~tc pay) for cKploratory c~cavation$. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proMimity of construction equipment beneath overhead electrical wiles. There are many overhead wires crossing the construction route and along the construction route. Comtractor shall use all due diligence, precautions, ~:tc., to ensure that adequate safety is provided ~or all of his employees an opeiators oi equipment and ~ith regard to ensuring thmt no damage to existing overhead electrica! wJ£es or ~cilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L oi his construction schedule with regard to said overhead lines- Some overhead lines are shown in the construction plans, while others are ~ot It shall be the Contractor's sole responsibility to provide for adequate safety with r~gard to overhead lines whether shown in the plans or not. A-49 Amended "~aintenamce Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Contracts", B-~-ll Maintenanc~ Guaranty, add the following: Construction "The Contractor's guaramtee is a separate, additional remedy availuble to benefit the City of Corpus Christi_ Neither the guarantee nor e~piration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity_" A-50 ~=~sting 14an~oles C~ndition / Location Clarificatio~ The four (4) manholes are numbered and described as follows: 1. ~Lanhole No_ 2--is located at the ~ntersection of Williams Drive and Daly Drive (southbound) and is within the pavement of Williams Drive_ The manhole is of brick construction_ The inside diameter of the manhole and the type of base, are unknown_ There are no as-built drawings available for this manhole. The trunk sewer main flowing through this manhole (from west to east in Williams Drive) was a 42-inch Reinforced Concrete Pipe (RCP)- In 1987, this was slip-lined with a 36-inch High Density Polyethylene Pipe (HDPE)_ The annular space between the pipes was filled with grout. There is also a 10-inch vitrified Clay Pipe (VCP), coming from the south that flows into the trunk. The flowline of this pipe is approximately three (3) feet above the flowline of the trunk. The manhole is approximately seventeen (17) feet deep, from the flowline to the top of the frame and cover. ~hole 1~o_ 7--is located along Beechwood Drive approximately 300-350 feet east of the intersection of Lemonwood Drive. It is located between the back-of-curb and sidewalk. Th~s manhole is a combination of a concrete uault structure with a brick manhole riser (stack) to the surface_ built plans for this manhole / vault structure are located elsewhere in the contract documents The trunk main flowing through this manhole / vault structure (from west to north) was a 42-inch Reinforced Concrete Pipe (RCP) . In 1987, this was slip-lined with a 36-inch High Density Polyethylene Pipe (HDPE). The annular space between the pipes was filled wlth grout. There are no known service lines or laterals entering the manhole / vault structure. The manhole / vault structure is approximately seventeen (]7) feet deep, from the f]owline to the top of the frame and cover. The condition of the existing concrete vault is not totally known_ Severe degradation of the concrete has occurred over the years, due Lo sewer gasses. Therefore, e×treme care must be taken when removing the brick manhole stack, concrete vault roof and existing concrete vault invert, so as not to inadvertently cause additional damage to the eKist~ng concrete vault ~alls. M~nhole No_ lO--is located inside the Gulfway Apartment Complex, within (an existing 15' 0" Utility Easement, that runs through) a grass area adjacent to driveway-parking lot. A Temporary Construction Easement has been acquired, to allow the Contractor access and staging/working area_ The Entrance to the Gulfway A~artment Complex is via Treyway Lane_ The manhole is of brick construction_ The inside diameter of the manhole and the type of base, are unknown_ There are no as built drawings available for this manhole_ The trunk main flowing through this manhole (from west to east) was a 42 inch Reinforced Concrete Pipe (RCP) . In 1987, this was slip-lined with a 36 inch High Density Polyethylene Pipe (HDPE) _ The annular space between the pipes was filled with grout_ There are also service laterals entering the manhole, from the north and south. These laterals enter the manhole above the flowline of the trunk and are believed to be either 6-inch or 8-inch Vitrified Clay Pipe (VCp)_ The exact vertica! distance between the trunk and the laterals is not known, but is believed to be four (4) to eight (8) feet. The manhole is approximately seventeen (]7) feet deep, from the flowllne to the top of the frame and cover. ~mmhole No. 22--1s located on Bonnet Drive, approximately 450 to 500 feet east of Flynn Parkway and in the center of the street. The inside diameter of the manhole and the ty]De of base, are unknown_ There are no as-built drawings available for th~s manhole_ The trunk ~ewer main flowing through this manhole is a 36-inch Vitrified Clay Pipe (VCP) . There are also 8 inch Vitrified Clay Pipes (VCP's) that flow into the trunk, from the north and south_ The flowlines of these pi~>es are approximately seven (~) to e~ght (8) feet adore the flowline of the trunk_ It is believed, though not confirmed, that drop connections exist for these pipes_ The manhole is appro×imate]y twenty (20) feet deep, from the flowline to the top of the frame and cover. As stated, the annular space between the 42-inch Reinforced Concrete Pipe (RCP) and 36-inch High Density Polyethylene Pipe (HDPE) was filled with grout. However, it is not water-tight and the Contractor can e×pect wastewater flows through this annular space- These flows will have to be controlled with a hydraulic cement, such as Waterplu~, caulking or other materials/methods, as approved by the Engineer. There are also some instances where the 42-inch Reinforced Concrete Pipe (RCP) is cracked or the top is partially missing. This too may create some flow through the amnular space, from amy bypass pits to the manhole being repaired/replaced_ A-51 Pxo~sedManholes Work Clarification The four (4) manholes are numbered and described as follows: ~L~hole Nos_ ~, 1~ a~d 22--shall require the complete rem~Dval of the existing manholes including the base, and the construction of new '~-foot diameter fiberglass manholes in accordance with the drawings and specifications. In addition to the requirements of the drawings and specifications, the Contractor shall supply and install all piping, ~ittings and other accessories, as may be necessary for the complete construction of all lateral l~ne tie-ins and including all necessary drop connections_ ~4~nhole No- 7--shall require the complete removal of the existing manhole stack and the top of the existing manhole vault. A ne~ 5 foot diameter fiberglass manhole shall be installed within the inside of the walls of the existin~ concrete vault The annular space between the outside of the fiberglass manhole insert and the inside of the existing concrete vault walls shall be f~lled with 3000 psi pea-gravel concrete_ It shall also be required to r~move the existing concrete invert an amount sufficient to p,ovide a solid looting, to satisfactorily place the 5-foot diameter fik~erglass manhole insert and create a new concIete invert. All manholes shall have new concrete inverts, new frames and covers, cement stabilized backfill, pavement repair, etc_ The inLent is that all necessary items of work needed to produce a new manhole installatlon/~ehabllltation/reconstruction, complete and in place, shall be done- If a specific bid item is not included for a particular item needed Lo produce a new manhole installation~rehabilitation/reconstruction, then that item shall be considered subsidiary established, appropriate bid item_ A-52 Dewatering On Lhis project, no soils investigations or groundwater table determinations have been perforated_ Therefore, it is unknown if groundwater will or will not be encountered in Lhe proposed construction excavation work_ The CiLy has performed manhole installation~rehabilitation~reconstruction on Manhole No. 9 (located in Airline Road between M~nhole Nos. 7 & 10) ~ Manhole No. 5 (located in Williams St. approximately ],200 feet upstream of Manhole No_ 2). In the completion of that manhole installation/rehabilitation/reconstruction, well pointing was not required- However, to Control groundwater and to provide a solid footing/foundation, over-excavation, crushed limestone and multiple electric/pneumatic pumps were recp~ired. Note: the work performed on Manhole Nos_ 5 & 9 was same as is now specified for Manhole No_ 7_ This item shall be considered subsidiary to the appropriate bid items and ~hall include all costs to provide a d~y foundation for the proposed i~%provements_ Storm water that enters an excavation can be pumped out as long as care is taken to minlmize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where pending Occurs naturally without leaving the designated work area or by a manmade k,~rm(s) prior to entering the storm water system. Sheet flow and pending is to allow solids screening and or settling prior to entering a storm water conduit or inlet_ Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, pro¥ided that the quality of groundwater is equa! to or better than the receiving stream, the ese Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing_ Test will also be performed as each new area of construction is started_ Another option for disposal of groandwater by Contractor would include pumping to the nearest sanitary sewer system- If discharging to temporary holdlnq tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated- Other qroundwater disposa~ alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a "no cost" permit from the Wastewater Dept_ City will pay for any water quality testing or water analysis cost required_ The permit w~ll require an estimate of groundwater flow. Groumdwater ~low can be estimated by boring a hole or eKcavating a sho~t trench then record water level shortly after co~pletion, allow to sit over night, record wate~ level again, pump hole or trench dry to a holdieg tank or vacuum truck rhea record how long it lakes to fill to original level and overnight level. A-53 Traffic Control Traffic Control Plane (TCPs) are included elsewhere in the contract documents. AIl TCP requirements shall be approved and in place, pr~or to beginning work at any particular location_ In addition, the Contractor shall allow the City a minimum of five (5) working days notice, prior to placing or installing any traffic control system. This will provide the City the time recp]ired to make any necessary public notices or news releases related to street closures/detours associated with the proposed work_ Contractor must maintain access to adjacent businesses and residences_ Contractor's use of police officers: Depending on the nature of the Contractor's bypass pumping operations/work plans, etc., the TCP may require the use of police officers, for traffic management_ This is particularly true, if the Contractor's b~rpass pumping operations involve the crossing of roadways with piping The coat of police office~a time and equipment, when required by the City, shal! be subsidiary to the appropriate bid item, paid for by the Contractor and shall not provide a basis for any separate payment to the Contractor. A-54 Existing Sewage Flows and ~/~asa Pu~ping O~rations Clariflcation Typically, the existing trunk sewer main is flowing full, or nearly full, at all times- During peak flows, the Contractor ca, expect the system to surcharge to a he.ght of 4 to-6 feet above the top of the trunk sewer main pipe_ Therefore, bypass pumping SHALL BE REQUIRED! The Contractor shall plan on providing a bypass pumping system that will be capable of maintaining the flow conditions both upstream and downstream, at all times. In other words, NO ADDITIONAL SURCHkRGE WILL BE ALLOWED ON THE SYSTEM, than ~ormall¥ exists, during peak flows. There is no data available for the rate of flow the trunk sewer system During previous manhole installation/rehabilitation/reconstruction work on Manhole Nos_ 5 & 9, a pumping system capable of handling five (5) million gallons per day (MGD) was required to maintain a surcharge level no higher than normally exists, during peak flow hours. Additionally, the Contractor shall NEITHER anticipate NOR expect assistance or advice, from the City of Corpus Christi Wastewater Department Staff/personnel and shall be wholly responsible for the operation and maintenance of any proposed bypass pumping system_ It shall be the Contractor' s responsibility to design and submit for City approval a bypass purmping system plan, prior to the installation of any bypass pumping system proposed for use As a minimum, the bypass pumping system plan shall include: 1- Size, type and rating of pumps 2. Size and type o~ ]nlet and discharge piping 3- Approximate location (schematic) of bypass pumping pits (upstream and downstream of the affected manhole) 4. General arrangement/type of additional support equipment The Contractor's bypass pumping system shall, as a minimum, incorporate the following elements: a) Any p~p~ng that crosses ~he road shall be buried below the pavement surface, The pavement surface shall be plated or otherwise covered, so as to permit traffic_ The piping shall be removed and the pavement surface shall be restored to "pre constructio," condition, once bypass pumping is completed for the location_ b) Bypass pumping pits, if constructed, shall contain a wetwel] structure of sufficient height and capacity to ensure that all surcharges are contained within the structure_ The structure shall be set on a concrete footing to ensure that no sewage can leak out of the bottom_ Once the trunk sewer main has been repaired and/or bypass pumping is no longer required, the wetwel] structure can be removed or abandoned in place _ c) Bypass pumping pits, constructed in paved areas, shall be back-filled with cement-stabilized sand. Pavement repairs, as a minimum, shall be c) Bypass pumping p,ts, constructed in paved areas, shall be back-filled with cement stabilized ~and Pavement repairs, as a minimum, shall be "in kind" with regard to types and thickness of pavement and base materials d) Bypass pumping pits, constructed in non-paved areas, shall be back- filled with excavated mater,a] to within three (3) inches of the surface The final three (3) inches shall be approved topsoil and sodding to ~:over all areas disturbed by the Contractor's operations. e) Any holes made in the existing trunk sewer main, to facilitate the insertion of bypass pumping hoses, shall be neatly cut to expedite repairs, upon completion of bypass pumping operations_ Repair methods shall be approved by the City, prior to implementation_ ~} Bypass pumps shall be either electric or diesel powered. If diesel- powered pumps are nsed, the pumps shall be enclosed in a stIucture approved by the City, to ensure that engine noise ~s muffled to an acceptable level. g) Flows from lateral lines and/or ~ervices to existing manholes must be maintained with bypas~ pumping or vacuum trucks mu~t be used to maintain flows, nnt~] the new manhole installation/rehabilitation/reconstruction is complete, tested, functional and approved for service, by the City. In no instance shall sewage be allowed to create a surcharged condition in the trunk sewer maxn, that would/could cause sewage o= flows to back-up into any business, residence or public thoroughfare_ A surcharge may be allowed, ~n an isolated system, but only to the degree that sufficient volume is available before pumping begins and only to the extent that lateral or service line is deep enough to allow a surcharge_ A-55 Pav~entRepair The intent of the contract documents is to provide the amount of pavement repair necessary to provide a smooth transition and an acceptable cross-slope from the existing pavement to the proposed pavement repair/concrete collar with new ~anhole ring and cov~r asse~l~ly_ Initially, the contractor shall only excavate a sufficient width of existing pavement to provide enough working room for the proposed installation. All cuts made at locations where existing concrete and/or asphalt are to meet the proposed, shall be made by saw cutting_ This includes, but is not limited to: sidewalks, driveways, streets, manholes, etc_, as applicable. The intent of this provision is that lines where proposed and existing construction meet shall be straight and A-56 Project ~storation & Project Clean Up Restoration of all areas within the limits of the proposed construction shall as a minimum be in accordance with the City o~ Corpus Christi standard detaxls and specifications, as determined by the Engineer. The Contractor shall be responsible for all damage to public and private property, regardless of location or character, which may be caused by transporting materials, equipment or workers to and from the Project or any part or site thereof_ All lawns or other grassed areas, concrete or asphalt driveways, curbs, walks, utility poles, guy ~ires, fences, vegetation areas and other surface improvements or structures affected by construction operations shall be restored to the same or better condition that existed prior to construction, whether within or outside the easement. No treeu shall be removed outside the permanent easement, except as authorized by the Engineer_ Trees left standing shall be adequately pro~ected against damage, from onstructlon operations The Contractor may be required to perform "clean ups" of the entire project or sections of the project, during the course of construction, as direcLed by the Enqineer. Upon project completion, the Contractor shall perform a final clean up again, as directed by the Engineer_ Ail project restoration and clean up shall be considered subsidiary to the various bid items, therefore no direct payment will be made_ A-57 Trench Safety The Contractor's proposed excavations, access pits, trenches and other below gzound operations shall be il~ accordance with all federal, state and local requirements for trench excavation and safety_ All costs associated with meeting these requirements shall be included iu the bid ~tem for "Trench Safety", as shown in the proposal A-58 Confined Space Entz~ Rmquirements The Contractor shall be required to comply with all OSHA regulations ad guidelines as pertaininq to identification and classification of confined spaces amd associated requirements for entry into those areas. A-59 I~t~rn~l Combustion Engine For Generators Un]ess otherwise approved by the Engineer, the use of internal combustion engines to power electrical generatoru 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 r~quest the us~ of internal combustion engines for each location provided that the Contractor submits a mediated anise level proposal fo the Engineer ior review and approval. Payment for the testing services to measure the noise level shall be the responsibility of the Contractor. All tests required under this item shall be per£or,~d by a recognized testing laboratory, selected by the City. The criteria for approval of the mediated noise level proposal for the use of internal con~ustion engines will be based on the noise level measured at the closest property line to the proposed location of the internal combustion engine. Per Federal Highway Administration (FHWA Source 23 C~]R 772), Noise Abatement Criteria, noise level leg shall not e~ceed 67dBA Ldn, anytime_ For the protection of the employees working at the site, the permissible sound £evel should not exceed 90 dBA per day, in an eight hour period (for more [nfo, refer to OSHA 1926-52 or ]9]0.95). The Engineer or his designated representative shall reserve the right to stop construction, if at any time the noise level exceeds Lhe above criteria_ A-60 Noise Control The Contractor shall take reasonable measures to avoid unnecessary noise_ Such measures shall be appropriate for the normal ambient sound levels in the area durinq working hours_ All const~uctioo vehicles, machinery and equipment shall be equipped with sound-muffling devices and shall be operated In a manner consistent with efficient performance of the Work_ Durinq construction activities adjacent ho occupied boildings or residences, and as otherwise appropriate, the Contractor shall erect scresn$ or barriers effective in the reduction of noise, which might be offensive to occupants. Further, the Contractor shall conduct his operations to avoid unnecessary noise that might interfere with the activities of thc building occupants. A-61 Protection of Ex~sting Facilities and I~provem~nts Due to the suspected fragile condition of the ex~stlnq pipe and appurtenances, the Contractor is expected to exercise extreme care in all construction operations. Th~s shall include the installation and removal of .,Il sheathing, shoring and tracing that may be required to complete the Project. Construction techniques and methods employed by the Contractor shall be such that the possibility of further damage resulting item con~trut:tJon activities is minimized. The Contlactor shall be responsible for the repair of any e×isting facilities or appurtenances so damaged and shall have all materials and equipment nec~ssacy for their immediate repair, on site. Such repairs shall meet the requirements of the CITY OF CORPUS CHRISTI WASTEWATER DEPARTMENT. Prior to any construction activity, the Co~tractor shall prepare and ~.~nmit, to the Engineer for approval, an ~rgency Re, pair Plan As a minimum, the plan should contain information on repair procedures, location and type o~ equipment reG~ired for the repair and the time required for equipment mobilization (if applicable)_ 1%-62 S~$l~l----,,t~l T~ o~ C~letio~/Liqxxida~ ~z¥~'"~3 ~s & Site The Contractor shall mobilize and begin work within ten (10) calendar days, after receipt of a work order. The Contractor shall not be required to work ~around-the clock"_ The Contractor shall however, work continuously, until all locations are completed. "Continuously work~ shall be defined as all daylight hours and seven (7) days per week, unless otherwise dxrected by the Engineer or his designated representative_ The only acceptable reason for not performing this continuo~s work will be inclement weather or an ar~a too the Contractor has not wDrked days ~em productive work is ~ssi~le, then the Contractor can incur liquidat~ ~m~ges for those days not worked. The assessment of liquidated danmages is, therefore, not d~nfined only to those days worked in excess of sixty (60) calendar days, but ca, be assessed throughout the contract peripd. The Contractor shall employ, as a minimum, a watchman fo~ ALL non working hours. The watchman shall be so equipped as to be capable of contacting his supervisor, AT ANY HOUR and WITHOUT LEAVING THE WORK SITE, to make the contact- In addition, the Contractor shall be required to maintain a crew on stand by, in the event of an emergency situation, during ALL non-working hours. It is then intent of this provision that once the Contractor begins work at any site, that site must be manned and monitored on a continuous, around-the- clock basis so that any emergencies that might develop can be responded to in a timely manner and ALL work at the s~te is complete and approved for operation, by the City. Williams Drive Lift Station Wastewat~r Trunk Hain Manhole Rehabilitation, Phase 1 CITY OF CORPUS CHRISTI Jo_e~ F. Trejo, P.E.,._R.P.L.S., Acting Assistant Director Of E~inee ring Services {2){{ D~NG AGREEMENT THE STATE OF TEXAS COUNTY OF NUECES THIS AGREEMENT is entered into this 10TH day of M~Y, 2005, by and between the CITY OF CORi~US C~RISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Jhabores Construction ComDmny, Inc. termed in the Contract Documents as performable in Nueces County, Texas: In consideration of the payment of obligations of City as set out herein, complete certain improvements described as "Contractor," upon these terms, $425,450.00 by City and other Contractor will construct and follows: W~LLIAMS DRIVE LIFT STATION W~ST~WATER TRUNK M~I-NM~N~OLE REHABILITATION PHASE 1 PROJECT NO. 7326 (TOTAL BASE BID: $425,450.00) 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. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 WILLIAMS DRIVE LIFT STATION NASTE~ATER TRUNK MAIM MANHOLE REHABILITATION, PHASE I ! BID A-1 QTX & UNiT Deaortption Manhole NO. 2 ~eplac~ment, including complete removal of the existing []anhole including complete removal of existing base. New 8 ~T dia. Fiberglass reinforced polyester (FRP) manhole, concrete foundation, piping (including lateral tie-ins and all drop connections) and all appurtenances. Also included are $ new inwsrt, new frames & covers, cement-stabilized backfill, ~V~e~t re~rs and any other items required to p£odace a new ~anholo. Complete in place per IV Fi~s Total A-2 Manhole No. 10 ~placement, including co~q~lete removal of khe sx~stin~ ~anhole including complete r~movsl of ~xisting ba~. New 8 ~ ~ia. Fiberglass re~nforc~ ~l~ster ~ole, concrete foun~tion, pip~g (including lateral tie-/ne ~ all ~op connections) ~ appurtenance. ~so included are a. new Invert, new fr~s & ~t ~i=$ an~ any other ite~ required to produce a new ~ole. C~lete in place each. 100 Manhole No. 22 Replacement, including complete removal of the existing manhole including complete remove] of existing base. New B FT dis. Fibergla~s reinforced polyester · anhole, concrete foundation, piping (including lateral tic-ins and all drop connections} and all appurtenances. Also included are a new invert, new frames & covers, cumsnt-stabiltzed b~ckfill, ~oval & replao~en~ of pavm~nt/ ~V~% ~&irs and ~ny other items required to produce a new manhole. Complete in place per each. Manhole No. 7 Rehabilitation, including complete removal of the existing ~na~hole ~etack#, e~ist~ng vault roof and ex/sting invert. New 5 ~T dia. fiberglass reinforced polyester (FPP) liner, annulam Space filled wlch 3000 ~ea-gravel concrete. Also included are a new invert, now frame~ & covers, cement-~t~bilized ~ ~n~ ~ixe a~d any other ite~ re~i=ed to pr~uce a rehabilitated ma~ole, co~lete in plaue per Trench Safety, complete and in place per lir~ear fOOt. l~')O A-6 of ~a?~men~/~aT--~-t complete fn place per Square ya£d. N~4M? The Contractor will commence work within ten (10) calendar days from they receive written work order and will complete same within 90 C~a?..~DAR DAYS after construction is Contractor may be liable for Contract Documents. City will pay Contractor contract in accordance with progresses. Signed in 4 parts above. begun. Should Contractor default, liquidated damages as set forth in the in current funds for performance of the the Contract Documents as the work at Corpus Christi, Texas on the date shown CITY OF COItPUS CI~RISTI Ronald F. Massey, Asst. Cit~gr. of Public Works and Utilities ;tPPR~I~ AS TO LEC_~m~L F~DP~M: ~ Asst.~ity Attorney * C'//~_~ ~ng~/~. Escobar, P.E. '-'-- Director of Engineering Services AT,ST: (If 9orporation) co~ratio~ i~ not President, atta~ c~ of au~orization to si~) COI~Iq~ACTOR 4645 A~T,'I~I~'E (Address) COi~PUS C~RISTI, TX 78411 (City) (State) (Zip) 361/852-8858 * 361/852-7979 (Phone) (Fax) Agreement Page 2 of 2 · SENT '~¥: HF LASERJET 3150; 3~t~80~0t; APR-I-05 t7:3~; PABE 30/35 PROPOSAL Place: Date: April 20, 2005 Proposal of JHABORES CONSTRUCTION COMPANY, INC. , a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The Cit~ of Corpus c~xfgtf, Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: WILLIAMS DR.IVE: LIFT STATION WASTE~%TER TRUNK MAIN M N 0LE REHABILITATION, PHASE at the locations set out by the plans and specifioations and in strict accordance with the 'contract doouments for the following pric~s, SEN~ [ HP LASEi~JET 3i50; 38t880~50i; APR-i-05 ~7:3§; PA~ 31/35 BID ~ & A-1 EA. A-2 1 EA. DRIVE LIFT STATION~STEW~TER TRUNK M~I~ M~NHOL~ REHABILITATION, PHA~E i De#c~lptlon Manhole NO. 2 Replacement, including complete removal of the existing manhole including complete removal of existing base. New B FT die. Fib~rglass reinforced polyester (FR~) ~hole, concrete foundation,* piping (including lateral tie-ins ~d all ~op cennect[ens) ~.d all app~enancee. ~o included are c~n=-e~lltzed ~ckfill, ~t ~s and any o~er it~ re~f~ed to produce a new ~ole. C~iotC in place ~r ea~. IV V Figures Total Manhole No. 10 Replacement, i~cludtng complete removal of the exist£n~ manhole including co, lets r=movel of existing base. New 8 ET dla. Fiberglass reinforced polyester manhole, concrete foundation, piping (including lateral tie-ins and all drop connections} and all appurtenances. Also included are zw~mml & ~lm~t o£ ~av~W~t ~epa~8 8nd ~ny o%her item- required to produce a new manhole. C~mplete in place per each. 3818803501; APR-I-05 tT:Gg; PAGE A-4 1 EA ;t-5 100 LF 1 Manhole No. 22 Replacement, including complete removal of the existing manhole including complete removal of existing base. New 8 PT dia. Fiberglass reinforced polyester manhole, concrete foundation, piping (including lateral tie-ins and all drop connections) and all appurtenances. Also included are a new ievert, new frames & covers, c~nt-stabilizSd backfill, r~OVa/ & ~lao~me~ of pa~nt/ ~ ~a and any other ltems re~ired to produce a new Manhole No. 7 Rehabilitation, includin9 complete removal of the existing manhole 'stack", existing vault roof and eatating invert. New S FT dia. fiberglass reinforced polyester {FRI~) liner, annular. Space fi/led with 3000 psi ~a-gravel ooncrete. Also included are a new invert, new frames & covers, cemenL-stabilized backfill, re~ova~ & r~plao~e~= of pavement/ pa~sm~n~ ~'~-e and any other items required to produce a rehab~litated manhole, complete in place per each. Trench Safety, complete and in iace per li ea 9.fO , q,Ko. A-6 100 R~td.~t~.onal R~ovmZ & Replacement C~plete {n place per S~lare Yard. '-- Pi~ 4 cd'7 ~[:N'r, By:~P L/~E~ 3t50; 3818803~0~; APR-t-05 t7:40; PA~ The undersigned hereby declares that he has visited the site aha has carefully examined the plans, specifications and contract documents relating to the work covered by his Did or bide, that he agrees to do the work, and that no representations made by the City are in any sense c warranty but are mere estimates ~or the guidance of the Contractoc. U~on notification of award of contract, we will within ten ;10) calendar days .execute the formal contract and will deliver a Fsrformance Bond (as required) for the faithful performance of this contract and a Payment Bond {aa required) to insure payment for all labor and materials. The bid bond attached to this proposal, in ~he amou~t of 5% of the highest amount bid, is to become the propert~ of the City of Corpus Christi in the event the contract and bonds are executed within the time above set forth as liqoidnted damagea for the delay and additional work caused thereby. ~norit~/M~nority Business Ento~rise Fartio~at/o~: The apparent low bidder shall, within five days of receipt of bids, to the City Engineer, in writing, the na~es and addresses of MBE firms p~rticipating in the Contract and a description of the work tc be performed and its dollaz value for bid ~valuation purpose. ~-Wnex o£ Siga~d ~ets of Documents: The Contract and all bonds will be prepared in not less than four counterpart {orig_nal signed) sets. T~ of Cna%oleg/on: The undersigned agrees to complete the work within ~ ~a/e~d,- days from the date designated by a Work Order. The undersignud further declares that he will provide all necessary tools and apparatus, do ell the work and fur~lsh all materials a~d do every~hing required to carry out the above mentio,ed wo=k covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or ~uma above set forth. Receipt of the following addenda is acknowledged (add~nda nu~er): ~eceived no. 1.2,3.4.and 5 (SEAL - IF BIDDER IS a Corporation) Respectfully submitted: N,,a~.e; J~A~O~RS CONSTRUCTION CO,, Address: j64~'Arlene (P.O. Box) {Street) Cn~pus Christi, TX 78411 (City) (State) (Zip) Telephone: INC STATE OF TEXAS COUNTY OF Nu~CES PERFORMANCE BOND BOND NO. TX601210 KNOW ~T.T. BY THESE PRESEITTS: THAT Jhabores Construction Company, Inc. of NUECES County, Texas, hereinafter called "Principal", and MERCHANTS BONDING COMPANY(MUTUAL), a corporation organized under the laws of the State of IOWA 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 FOUR B73NDRED TWEITTY-FIVE THOUSAND, FOUR ~D~IDRED FIFTY AND NO/100 ($425,450.00) 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: Twm CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH of MAY , 20 05 , a copy of which is hereto sttached and made a part hereof, for the construction of: W~LLIAMS DRIVE LIFT STATION W;~TEWATER TRUNK MAXN MANHOLE ~EHABILITATION PHASE 1 PROJECT NO. 7326 (TOTAL BASE BID: $425,450.00) 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, Vcrnon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS W~u~REOF, this instrument is executed in 4 one of which shall be deemed an original, this the 12TH MAY , 2005 copies, each day of PRINCIPAL JHABOR~ CONSTRUCTION COMPANY, INC. / h SUI~TY MERCHANTS BONDING COMPA/Tf (MUTUAL) attorney?~fact MARY ELLEN MOOP~E (Print Name) The Remi~--t Agent of the Surety in Nueces Coumt~, ~exas, for W~TiFery of Contact Person.' Phone SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN M00P~E P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 1N:~E: Date of Perfol-m~nce Bond must not be prior to date of contract) Revised 9/02) Performance Bond Page 2 of 2 STATE OF TEXAS COUNTY OF NUECHS PAYMENT BOND BOND NO. TK601210 MOW ;tLL BY TH~SE PBESENTS: THAT Jhabores Construction Co~oanv. Inc. of NIIECES County, Texas, hereinafter called "Principal", andMERC~ANTS BONDING COMPA/q¥(MUTUA~) , a corporation organized under the laws of the State of IOWA , 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 FOUR HUNDRED TWENTY-FIVE THOUSAND, FOUR HI~qDRED FIFTY AND NO/100 ($425,450,00) 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: T~ CONDITION OF T~IS OBLIC~ATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 1QTH day ~%¥ , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: WTI~LIAMS DB_rVE LIFT STATION W]%~TEW]%TERTRUNKM~IN ~HOLE REH~.BILITATION PHASE 1 PROJECT NO. 7326 (TOTAL BASE BID: $425,450.00) NOW, Tw~.~EFORE, 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. ~ROVIDED 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 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 W---REOF, this instrument is executed in one of which shall be deemed an original, this the MaY 20 05 4 copies, each 12TH day of PRINCI Pi~t JHABORE~' ~NSTRUCTION COMPANY, INC. Secretary i ~ (~ SURETY MERCHANTS BONDING COMPANY(MUUTAL) Attorney/-fact MARY ELLEN MOOP~E (Print Name) The Resid~.t Agent of the S~ret~ in Nueces Cou~t~. Texas, for d~li~rY of notice a~d sea-vice of process Agency: Contact Person: Phone SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O ROW 361-883-1711 Date of Payment Bond must not be prior to date of contract) Revisud 9/02) Payment Bond Page 2 of 2 POWER OF A'R'ORNEY Merchants Bonding Company (Mutual) Nations Bonding Company BofldNo. T~601210 oN~ Mn~AON (Si,Oi~MtOi) DOLLAR~ COUNTY O~ IKX.K ~ M P~ml M M~qCHANTI BOti~qO ~ANY (M~ ~d NATIONll BONOiNO COMaANY; a~l l,m tm m ~nW~MIWhe~M, JhlYehe~unk]~Mn~/h~ndlndmff~Hhllid(~4Cc~n(~-~klcml~l 12 drfof MAY 2005 NBC 0103 (4/03) :,..'.,.- -~.:;~): ....., ~.:~. · '~ -O- ~"'0 .f--:~ -o- rn: · · = ' '~". 1 :~' ,~ :~', · : ~, ~ ' · ,'->'... ;aoa ...'~: ;'2.2: 133 ..-~, '.~,, ....... ~.'~.~_. ..~' ..?.~..,... ..?,~'-~,.-'x,:.- ® Merchants Bonding Company Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (512) 343-9033 BY: HP LAgERJET ~§t8B0350t; APR-t -05 ~7:40; CITY OF CORPL~ CHRIffll DISCLO~URE OF INTEREST~ PAGE 34135 w~ of. Cerpu~ Chrl.~ Ordinanee 17112, aa amended, requires ~ ~ ~ ~ ~ ~ ~ FI~ ~E JHAR~RRR' CON,qTRUCTION COMPLY. INC. S~E~; 4645 Arlene Drive CI~: Corpus Christi ZIP: 78411 6. DIS~OSU~ -0- CERTIFICATE I~ ~ l~ Itm City M'.Cmlo~ ~"hrtMl, Taz4~ ~ cha~lg4~ ~ur. CM'lffyfl~P~.m: C~r~onry iK Wnrlm¥ TIIM: Vice-President I · ,~I~T.BY: F~F L.~I;It,.JET 3"150; 3~t880350t; AP;t-l-05 t7:40; DEFINmON~ b, "Eu~,~:~lf~e". A~'PemO~.m~ _~U~C~tyof~Cl~dMI. T~x~.d~th~ro~.fullo~ ACORD. ' Swantner & Gordon Ins. Agency P. O. Box 870 Corpus Christi TX 78403-0870 Phone:361-883-1711 Fax:361-844-0101 CERTIFICATE OF LIABILITY INSURANCE s..s JHA~O-1 05/12/05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jhabores Construction Co., Inc 4645 Arlene Drive Corpus Christi TX 78411 INSURERS AFFORDING COVERAGE ~NSURERe R~UI Indemnity Com~ny ~NSURERC: Oklahoma Surety Co. ~SURE~O Clarendon America Ins_ Co_ NSURERE Texas Mutual Insurance Co. COVERAGES THE POLICIES OF INSUI~ICE LISTED BELOW HAV~- BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY F~.RIOD INDICATED NOTWITHSTANDING ANY REOUI~MENT TEF~M OR CONDITION OF ANrY CONTRACT OR OTHER DOCUMENT W]TH RESPECT TO WHICH THIS CER i~FICATb MAY BE ISSUED OR MAY PERTAIN THE ~NSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS S[JBJECT TO A[L THE TERM.~, EXCLUSIONS AND CONDITIONS C~ SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 04GL0005578~5 08/06/04 08/06/05 ¥ / 06TX002906710 08/06/04 08/06/05 08/06/04 08/06/05 NHN026839 / V STA0001153081 01/24/05 01/24/06 NAIC # a~m~¢~o~ ~10~000 D ~quipmen t Floater Leased/Rental DCT000003242 COMBINE0 SINGLE LIMIT ~ (E~ acddenl) , 000 , 000 . 08/06/04 08/06/05 Equipment 519,SST- Rental 150,000. SU~C~: ~iiiia~s D~&~e ~i~t Station Wastewater ~z~nA ~i~ Manhole ~eb~b&l~tat±o~, ~Aase I ~o~eet No. ?326 City oE Corpus Chr&sti is na~ed as Additzonal I~u~ed on ail ~nerai Liability and all Auto Liability policies. CERTIFICATE HOLDER City of Corpus Christi Engineering Services / Contract Administrator P. O. Box 9277 Corpus Christi TX 78469-9277 ACORD 2S (2001108) CICC-CC CANCELLATION / SHOULD ANY OF I~IE ABOVE DESCRIBED PO £FCIES ~E CANCELLED BEFORE ~'lE E.XPIRAnO N AUT~D REPRE~ ~ / IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the cedificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, cedain policies may require an endorsement. A statemenl on this cedificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 2~ (2001108) COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY V/ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: V/ COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-9277 (lfno entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or orgmfization shown the Schedule, but only with respect to liabilily arising out of"your work" for thai insured by or for you Named Insured: Policy Number: Effective Date of This Endorsement: Authorized Representative: Name (Printed): Title (Printed): Jhabores Construction Co Inc 04GL000557815 08/06/04 R. M. Lee Managing Partner ATTACHMENT 2 GL201011 85 1OF2 V/ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM TE 99 0lB This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 08/06/04 Nmned Insured Policy Number 06TX002906710 Countersigned b~°~~ (Authorized Representative) Jhabores Construction Co Inc ,/ The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Ctmsti Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all ma~ers pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. Thc additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 0lB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 2OF2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by thts coverage part, we agree to mail prior written notice of cancellation or material change to: City of Corpus Christi Dept. Of Eng/neering Services Attn: Contract Adrmnistrator P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30) Nalned Insured: Policy Number: 04GL000557815 Effective Date of This Endorsement: Authorized Representative: Jhabores Construction Co lnc 08/06/04 Name (Printed): R.M. Lee Title (Printed): Managing Partner ATTACH1VIENT 3 CG0205 (11/85) 1 OF 3 TE 02 02A '~ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: /¥ BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 08/06/04 Named Insured Jhabores Construction Co lnc v~ Policy Number 06TX002906710 ~/~ uounterslgneo oy ~" (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Eng~neehng Services Attn: Contract Administrator P, O. Box 9277 Corpus Christi, TX 78469-9277 Authorized R~presentative: Name (Printed): R.M. Lee Title (Printed): Manag/ng Partner FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 2 OF3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Number of days advance notice: Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Admhfistrator P O Box 9277 Corpus Christi, TX 78469-9277 Schedule 3O ,~ This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 01/24/05 Policy No. Insured Jhabores Construction Co lnc 4/ Insurance Company Texas Mutual Insurance Company STA0001153081v/ Endorsement No. 1 Premium Countersigned ,~,~' ,~e ~.~ ~ Name (Printed): R.M. Lee (Ed. 7-84) Title (Printed): Managing Partner ATI'ACHMENT 3 3 OF3