Loading...
HomeMy WebLinkAboutC2005-274 - 5/10/2005 - ApprovedBig State Excavation 2005-274 05/10/05 M2005-132 SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR COUIvrKY CLUB ESTATES LI~"T STATION UPGHADE AND CONNECTION TO FORCE MAIN aC~ FOR DEP~LRTMENT OF EN{3INEERING SERVICES CITY OF CORPUS CHRISTI, TE)tAS Phone: 361/880-3500 Fax: 361/880-5501 Prepared by: Goldston Engineering, Inc. 210 S. Carancahua, Suite 200 Corpus Christi, TX 78401 Phone (361) 888-8100 Fax (361) 888-8600 GEI Job. No_ AQ2092-03 I PROJECT NO: 7301 IDRAWING NO: STL 147 I FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOLDERS Date: April 25, 2005 Pages-z2 (including fax Director of Engineerin~'S~ervices sheet) Subject: COUNTRY CLUB LIFT STATION UPGRADE AND CONNECTION TO FORCE MAIN ~C' PROJECT NO: 7301 ADDENDUM NO. 1 Comments: This fax transmission contains the signed, sealed (2-page)addendum and TWO (2) attachments (19-pages), for the above noted project. The addendum ,nciudes: Revisions to the Special Provisions--Method of Award, with the addition of an additive alternate bid item for flow meters installation (off-site); and a REVISED Proposal Form. modifications shall become a part of documents. All provisions of the contract specifically affected by the Addenda unchanged. Prospective bidders are hereby notified of the following modifications to the contract documents. These the contract documents not shall remain c ityof [ 1 Corpus Christi ~ - -- April 25, 2005 TO: PROJECT: AJ=L PROSPECTIVE BIDDERS COUNTRY CLO~ LIFT STATION UPGBJU)E AND CONNECTION TO FORCE MAIN "C" PROJECT NO. 7301 Prospective bidders are hereby notified of the following modifications to the contract documenLs. These modifications shall become a part of the contract documents. The I PART A - SPECIAL PROVISIONS A. PARAGRAPH A-4 METHOD OF AWJ~RD 1. DELETE: The first sentence: The bids will be evaluated based on the Total Base Bid, subject to the availability of funds, in ils entirety. The following sentence, in lieu thereof: The bids will be evaluated based on the following order of priority, subject to availability of funds: 1. Total Base Bid -or- 2. Total Base Bid plus Additive A/ternate 2. ADD: The following paragraph, after the last paragraph: Additive A/ternate - Install a flow meters manhole and flow meters, at the Kostoryz Lift Station, near Saratoga Blvd_ This item shall be ~sasured and paid for by the 1~-,? sum and shall include, but not necessarily be limited to, the following ite~: a. Provide all material, labor, supervision, equipment and insurance necessary to install a City-provided 8'-0" dia. fiberglass manhole assembly over (2) existing 16" d/a. PVC force mains. Hauling and cutting of manhole, shall be included in the 1,~mp, sum price. b. Site preparation and access for excavating and ancillary equip~m~nt. c. Manhole layout, excavation, backfill & compaction, including disposal of unsuitable soil, pavements, etc. d. Site restoration and cleanup. e. Traffic control. f. All information as shown on sketches, notes and s~cifications provic~d as Attachment No. 1. ADDENDUM NO.! I Page 1 of 2 II. B. NEW PARAGRAPH A-67 PROJECT ACCEPTANCE CLARIFICATION--ADA/TDLR Final acceptance of the project shall be contingent upon the Contractor providing the City with a certification letter, from the Texas Department of Licensing and Regulation (TDLR) , Policy and Standards Division, Architectural Barriers Section, that all ADA (Americans with Disabilities Act) handicap %-?rovements, as constructed, comply with the Texas Accessibility Standards (TA~) of the Architectural Barriers Act Article 9102, Texas Civil Statutes. PROPOSAL FORM DELETE: The currenh Proposal Form, in its entirety. Proposal Form (see Attachment No. 2), in lieu thereof. Please make the appropriate substitution. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. Attachme[~ts: No. '~, '~e~4otes and Specifications for Flow Meters Installation (9 pages) No. 2, ~ Propose/ Fop (10 pages) I ADDENDUM NO. 1 ] Page 2 of 2 I ~ Mprojec t \ councilexhibi~ \ exh 7109b.dwg PROJECT SITE (.KOST._~YZ LIFT STA'FIO, N NUECES BAY N ' COUNTRY CLUB LIFT S TA TION LOCATION MAP NOT TO SCALE N PROJECT SITE (KOSTORYZ LIFT STATION}, COUNTRY CLUB LIFT STATION VICINITY MAP NOT TO SC-~LE KOSTORYZ LIFT STATION FLOW METERS INSTALLATION ADDENDUM NO. 1 Atlachment No. I Page 1 of 9 CiTY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERWCES PAGE: 1 of 1 DATE: 04/22/2005 RE: E-2 VERIFY LOCATION~ PCR ! CONDUIT. INTERC.E.PZ ...... AND PROVIDE ]2"X12"X]2" NON-U~TALUC O-BOX CONNECT EXISTING 2 x2 NEW 2" TO BOX. ROIITF I / VERi~Fty' LO~'~C'~,TION AND INSTALL ON EXISq'ING CONNECT CONDUIT TO MANHOLE. PIPES. COORDINAI'[ ~ PROVIDE TRENCH AND BACKFILL M,~u"IUFACTURER TO LOCA'FE~ PER OWNER. TRANSDUCERS. Q PARTIAL SITE PLAN SCALE: 1 "=40'-0" CITY OF CORPUS CHRISTI KOSTORYZ LIl~r STATION - PROJECT NO. 7109 SYSTEM J DATF.: 03.09.2005 FLO~'iV~TER ADDENDUM NO. 1 AU~chment No. 1 EXISTING FLOWMETERS '--NEW 3/4" EMT W/ COAX. -NEW 6'×6'X¢" ,J-BOX ON 2" RCS. CONNECT 2-5/4" EMT AND ROUTE TO FLOWMETERS. ELEVATION SCALE: NTS PCR BUILDING SCALE: 1/8"= 1 '-0" EnlllnJer ;, Inc. CITY OF CORPUS CHRISTI KOSTORYZ LIFT STATION - PROJECT NO. 710g FL0~IETER SYSTEM [ DATE: 0,5.09.2005 ADDENDUM NO. 1 Attachment No_ 1 Page 5 of 9 Fixed Transit-Time F10wmeter System The T-mae Delta S is a fixed ultrasonic flow]meter based on the transit time measurement method for measttrhag flow rates of relat~ly clean homogeneou~ liquith utilizing clamlYon seiners. Thank~ to micr~prm:es- sor baaed elect3~nica, the flowrneter can be easily contigmmd from the front keyboatd to particular applications. The Time Delha S is ideally suit- ed for liquid flow measurement for pipe diameters from 0.50 to 235 inch- es. Systems are composed ora converter and sensor ~et. Applications include flow measurement of a~' fluid through which an ultrasonic signal may be transmitted, including those of unknown sound velocities. The flowmeter is a compact and light~eight inswttment incorporat~tg the latest electronics and high speed digital gignal processing technologies (32 bit MPU), res,flting in high perfi>rmance and easy operation. BENEFITS: I)lma~c flow e~rr*~i~a~st~m dove fops ch~racter[~c profiles to corr8~ ~r S~ c~Ho~M ~p N~ Wont ken.rd and menu dr~on s~are ~nte~ce ~ ~2 o~ my ~ co~gured ~c to~r~m pul~, ~ ~h. range I~ ove~, meow 8(8~ and 8~o~al signal cond~oa e~np~ and ~pended R~ ~ ~E~ I1~) encl~ure ma~es ~me D~ S ~ll sui~ to ~ (ndu~ia( ~ ~o roving p~ pries Iong-~ reliable opem~n 1 - TDS tic). ~ Att~:,hment No. 1 y'r.m-~A,~dCE SPEC~:ICA'I]ONS-CO~ MODEL Fi.V Ruid Ce. dltfo, s R~d ~rlddity: I(X3~ dog (rog/l) or less. Fhdd t~r8: Piping C~ndit~ons min~, d~fe iron, asbe~, ~P, ~e~ ~DE, ac~ic and ~er. If ~ic v~oc~ infmm~ for ~al pipe me.dais i~ inc~ud~ ~ FUNCllONAL SPf:CU:ICA"n 0 NS-CO NVi~ i ell MOD El, FLV Pow~ gnpfdIF I00 to 240V AC ,10%, 5G~e Hz_ Optional ?n to 30V DC. P e~,wr ~'mmptio~: Approx. 20VA LC~ ~ 2 I/~e, 16 chanlcmr per I~ne, 4.OW x I.OH in. (I 02 x 251~m), high msoludce Back-Ut LCD Kelqmd:2Q ke~, tattle feedback Pa. var hilum h~kup: Sy~l~rn data stored in r~n-volatfle memory Analog oat~.~ siorml; 4 m 20~.A DC fise~ated), max_ load resistance I K~ O,~put can be c~fi§m'ed te herd las~ value, force high, force Iow er force zero during Paul' c~d~on, keypad selectable Tram Oatl~ wlm~: X1, X2~ X4 and X8 b'ansm~ voltage, keypad (max_. 3~V DC. 2~emA) Dis[dM II,lille: English or Japanese (Katakana) h~/se¢, ff3/min, rt3/1T. Mfl:~'day. bM/sec, bbi/ndn, bblA~r, and Mbb~y m3/na~ m3A~', Mm3/day, bid/sec, b bl./min, b h~.~m', mxd Mbbt/da¥ (gal; U3. gal~s) robie -- maxi. urn 8 digits 2 - TDS ADDENDUM NO. 1 Attachment No. 1 Page 7 o~' 8 FUNC110NAL S PECJRCAllO NS-CONVE R IT.R MODEL FLV ~ Sk111dated I~w values can be entered output manua~y ScL r~ s~eel bands, n~on bars or steel t ~ ~ U~am ~1~ ~r ~e (d = ~ ~pe diam~er) FLD22 LSmal diam. p 05'm 4 FLVW2 (Sma~ ~m- 0.~5 t 19 ro ~) FLW50 ILar OPERATING 11~, RANGE FLWI2, FL~ql, ~ R. D22 FL032 40 m 21Lr'F (40 m IO0~Cl "C)~al dmectcf models 3 - TDS Dm(m~tmm' mm~ml FLO22 FLW12, FLW41 FLWSO FLD32 CONVERTER FLV UNIVERSAL SENSOR SET (540 X ~3 x 36mm) (1 kg) 2.Rq X 2.3e X 1.57 i~. (0.4 kg) (T2 X 60 X 40mm) (each ffansducer) 3.0 Ihs, 4. lO X 3.66 X 2.44 in. (l,4 kg) (104 X g3 X 62mm) (raiJ assembly 3.~3 lbs. ineluding tsansduc ers) (1,6 kg) (530 X 52 X 33mm) 9,06' AD~'~DUM NO. 1 Attac~rrm~ No. 1 F~ge 8 o~ 9 ~ ADDEND~JM NO. 1 AUachmenl No. 1 Page 9 of 9 PROPOSAL FORM/ DISCLOSURE STATEMENT FOR COUNTRY CLUB ESTATES LIFT STATION UPGRADE AND CONNECTION TO FORCE MAIN "C' DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS ~EVISEDJ PROPOSAL FORM Page 1 of lO ADDENDUM NO. 1 Ai~achment No 2 Page I of 10 PROPOSAL Place: Date: Proposal of a Corporation the OR a State of Partnership organized and or Individual existing under the laws of doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to and materials, tools, and necessary equipment, work required for: furnish all labor and to perform the COUNTRY CLUB ESTATES LIFT STATION UPGRADE AND CONNECTION TO FORCE MAIN "C" at the locations strict accordance prices, to-wit: set out by the plans and specifications and in with the contract documents for the following [REVISED] PROPOSAL FORM Page 2 of 10 ADDENDUM NO. 1 Allachment No. 2 Page 2 of 10 1 BID ITEM I. 2. 3. 4. 5. 6. 7. 8. 9. 10~ II. 12. 13. 14. 15. Il QTY & UNIT ILS ILS 300 LF 70 LF 150 LF 30 LF 60 LF 5 EA 2 EA 1 EA I EA 1 EA I EA 1 EA 1 EA III DESCRIPTION Demolition and Miscellaneous Sile Preparation, Per LS By-Pass Pumping at Lift Station, Complete in Place Per LS 24" PVC Pipe, DR25, Complete in Place Per LF 16" PVC Pipe, DR25, Complete in Place Per LF 12" PVC Pipe, DRI8, Complete in Place Per LF 18" DI Pipe, Class 250 Complete in Place Per LF 12" DI Pipe, Class 350 Complete in Place Per LF 24" 45 Deg DI Bend, MJ, Class 250, Complete in Place Per EA 24" 22 V~ Deg DI Bend, MJ, Class 250, Complete in Place Per EA 24"x 16" Complete 24"x 16" Complete 24" x 24" Complete 24"x 18" Complete DI Tee, MJ, Class 250, in Place Per EA Dl Reducer, MJ, Class 250, in Place Per EA DI Tee, M J, Class 250, in Place Per EA DI Tee, M J, Class 250. in Place Per EA 18" 90 Deg DI Bend, MJ, Class 250, Complete in Place Per EA 18" x 18" DI Boss Tee, FLG, w/4" Tap, Class 250, Complete in Place Per EA REVISED] PROPOSAL FORM Page 3 of 10 IV UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ ADDENDUM NO, I Attachment No. 2 Page 3 of 10 I BID ITEM 16. 17. 18 19. 20. 21. 22. 23. 24. 25. 26. 27 28. 29. 30. 11 QTY & UNIT 2 EA I EA 2 EA 2 EA 2 EA 2 EA 3 EA 3 EA 1 EA 4 EA 2 EA 1 EA 2 EA 4 EA ILS III DESCRIPTION IV V UNIT BID ITEM EXTENSION PRICE IN (QTY X UNIT PRICE IN FIGURES FIGURES) 18" x 12" DI Reducer, FLG, Class $ $ 250, Complete in Place Per EA 12" DI Plug, MJ, Class 350, $ $ Complete in Place Per EA 12" 90 Deg DI Bend, M J, Class 350, $ $ Complete in Place Per EA 12" x 12" DI Tee, MJ, Class 350. $ $ Complete in Place Per EA 12" DI Blind Flange, FLG, Class 350, $ $ Complete in Place Per EA 12" 90 DEG DI Bend, FLG, Class 350, $ $ Complete in Place Per EA 12" 90 DEG DI Bend, FLG, w/ Extended Base Flange, Class 350, $ $ Complete in Place Per EA 24" Plug Valve, M J, w/Gear Box and $ $ Valve Box, Complete in Place Per EA 16" Plug Valve, MJ, w/Gear Box and $ $ Valve Box, Complete in Place Pc~ EA 12" Plug Valve, M J, w/Gear Box and $ $ Valve Box, Complete in Place Per EA 12" Plug Valve, FLG, w/Gear Box and Handwheel, $ $ Complete in Place Per EA 4" Combination Air Release Valve $ Assembly, Complete in Place Per EA Conc Pipe Support at By-Pass Pump $ $ Station, Complete in Place Per EA Guard Posts at By-Pass Pump Station, $ $ Complete in Place Per EA Lift Station Wall Penetrations and $ $ Link-Seals, Complete in Place Per LS [REVISED] PROPOSAL FORM Page 4 of 10 ADDENDUM NO. 1 Allachment No. 2 Page 4 of I 0 1 BID ITEM 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. Il QTY & UNIT 3 EA 1 EA ILS 1 LS ILS 400 SY 530 SY I30 SY 820 SY 4O LF 90 LF 60 SF 300 SF 3 EA 111 DESCRIPTION Lift Station Pipe Restraint Type I, Complete in Place Per EA Lift Station Pipe Restraint Type 2, Complete in Place Per EA Repair PVC Liner at Lift Station Wetwell Wall, Complete in Place Per LS Flow Meter IVlanhole, Complete in Place Per LS Flow Meter System, Complete in Place Per LS Textured/Colored Conc Pavement (5"), Complete in Place Per SY Concrete Pavement Incl. Curb (8"), Complete in Place Per SY Asphalt Pavement (2" HMAC + 6" Base), Complete in Place Per SY Single Course Asphalt Seal Coat, Complete in Place Per SY Concrete Curb and Gutter (Everhart $ Rd.), Complete in Place Per LF Concrete }leader Curb (Faip, vay Apartments), Complete in Place Per $ LF Concrete Ramp For Lift. Station Building (8"), Complete in Place Per $ SF Concrete Sidewalk (5" x 4'), $ Complete in Place Per SF Concrete Sidewalk Ramp, Complete in Place Per EA $ $ $ $ $ $ $ $ $ 1V UNIT PRICE IN FIGURES V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ $ $ [REVISED] PROPOSAL FORM Page 5 o£ 10 ADDEND UMNO. I AILaehmentNo. 2 PageSofl0 I II BID QTY & ITEM UNIT 45. 400 SY 46. 320 LF ILS 48. 30 LF 49. ILS 50. 1 LS 51. 1LS 52. 800 LF 53. 120 LF 54. ILS 55. 1LS 111 DESCRIPTION Grass Sodding with 4" Topsoil, Complete in Place Per SY Precast Concrete Fence (8' Height), Complete in Place Per LF Electric Sliding Gate, 8' x 14', Complete in Place Per LS Wooden Fence (7' Height), Complete in Place Per LF 1' Schedule 80 PVC Water Service, Complete in Place Per LS Odor Control System, Complete in Place Per LS Transtbnner Pad, Complete in Place Per LS Trench Safety Plan, Complete in Place Per LF Control of Groundwater by Well- Pointing, Complete in Place Per LF Stormwater Pollution Prevention, Complete in Place Per LS Traffic Control, Complete in Place Per LS 1V UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ $ $ V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ 56. ILS Mobilization/Bonds/Insurance Per LS $ (Please type or print clearly) TOTAL BASE BID: (Items I thru 56) [REVISED] PROPOSAL FOI ~' Page 6 of 10 ADDENDUM NO. 1 ARaehment No. 2 Page 6 of 10 ADDITIVE ALTERNATE I II ITEM QTY AA1 LS III Description Provide all material, labor, supervision, equipment and insurance necessary to install a flow meters manhole and (2) two flow meters, at the Kostoryz Lift Station, near Saratoga Blvd_ in accordance with the plans, specifications and Attachment No. 1 to Addendum No. 1, complete and in place per LUM~ SUM IV Unit Price V Total TOTAL ADDITIVE ALTERNATE: $ (Bid Items AA1) ~EVISED] PROPOSAL FORM Page 7 of 10 ADDENDUM NO. 1 Al~achmenl No. 2 Page 7 of 10 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 notificat{on 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 hid 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 iow bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the CiEy Engineer, in writing, ..~ names and addresses of ~.BE f,rms participating in tile 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 w~ll be p~epared in not less than four counterpart (o~iginal signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 calendar days from the date designated by a Work Order. The undersigned furthe~ 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 pcoposal, 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) By: Address: NOTE: Telephone: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Respectfully submitted: (SIGNA~u~) (P.O. Box) (Street) (City) (State) (Zip) (Revised August 2000) [REVISED~ PROPOSAL FORM Page 8 of 10 ADDENDUM NO. 1 Attachment No. ii Page fl of 10 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City o[ Corpus Chds[i Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the foflowing infon-nation. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME: STREET: CITY: ZIP: FIRM is: 1. Corporation [] 2. Partnership [] 3. Sole Owner [] 4. Association [] 5. Other DISCLOSURE QUESTIONS I[ additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (ii' known) State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee State I~e names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant CERTIFICATE I certify that all information provided is [rue and correct as of the date ol~ 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 Chdsti, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: [REVISED{ PROPOSAL FORM Page 9 of 10 ADDENDUM NO, 1 Al~chment No. 2 Page 9 of 10 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part Iime basis, but not as an independent contractor. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established Io produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "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. ~Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f "Consultan¢. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. [REVISED] PROPOSAL FORM Page 10 of 10 ADDENDUM NO. I Atlachmcnt No. 2 Page 10 of 10 SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR COUNTRY CLUB ESTATES LIFT STATION UPGRADE AND CO~I~ECTION TO FORCE MAIN KC" I PROJECT NO: 7301 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone~ 361/880-3500 Fax: 361/880 3501 Prepared by: Goldston Engineering, Inc. 210 S. Cara~ca_hua, Suite 200 Corpus Christi, TX 78401 Phone (361) 888-8100 Fax (361) 888-8600 GEI Job~ No. A02092-03 COUNTRY CLUB ESTATES LIFT STATION UPGRADE AND CONNECTION TO FORCE MAIN ~'C" TABLE OF CONTENTS NOTICE TO BIDDERS (Revised 7/5/0t)) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) h~surance Req~ir ements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage for Building or Construction Projects for Government Entities SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A4 Method of Award A-5 ltents to be Submitted with Proposal A-6 Time of CompletioWLiquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Propnsais A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A- I I 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 anti Tracking A- 15 Excavation and Removals A 16 Disposal]Salvage of Materials A-17 =~,~r~n';.~ (NOTUSED) A- 18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inapoction Rm:luir*d('R*vised 7/5/00) (NOT USED) A-24 Surety Bonds A-25 gales Tax Enemption (NOT USED) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims (NOT USED) A-28 Considerations for Contract Award and Execution A 29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contrecl" Requirements A-33 Condilions of Work A-34 Precedence of Contract Documents A-35 City Water Facilities Speoial Requirement.3 (NOT USED) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furmshed by the Cily" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Cortificate of Oceupanoy and Final Acceptanos (NOT USED) A 40 Panendmcnt to Section D-8-6: Partial Estimates A4 1 Ozone Advisory A-42 OSHA Rules & Regulations A43 Amended Indermfification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A 45 As-Built Surveys and Drawings A 46 Disposal ofblighly Chlorinated Wator (7/5/00) (NOT USED) A-47 Pre42?onstruction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A49 Amended "Maintenance Guaranty" (8/24/00) A-50 Plan Sheets A-51 Trench Safety A-52 Qualifications of Manufacturer's Field Service Representatives A-53 Errors and Omissions A-54 Lackoflnformation A-55 Amended General Provisions B-2-7 Preparation of Proposal A-56 Measurement and Payment of Subsidiary Items of Work A-57 Preqtualification Requirements A-58 Dewater[ng A-59 Storage, Access and Security A-60 Stormwater Pollution Prevention A-61 Temporary Solid Waste Collection Service A-62 Maintenance and Control of Wastewater Flows A 63 Dust Control A-64 Noise Control and Working Itour Restrictions A-65 Additional Time for Completion/Liquidated Damages Information Related to Easement or Property Acquisition by the City A-66 WINDSTORM Inspections and Certifications SECTION B - SECTION C - SECTION T - GENERAL PROVISIONS FEDERAL WAGE RATE AND REQUIREMENTS TECHNICAL SPECI~ICATIONS T-021010 T-021020 T-021040 T 022020 T-022022 T-022150 T-022420 T-025205 T-025220 T-025404 T-025412 T-025414 Project Signs Site Cleanng and Stripping Site Grading Excavation and Backfill for Utilities and Sewers Trench Safety for Excavations Cement Stabilized Sand Silt Fence Removing and Replacing Pavements Flexible Base Asphalts, Oils and Emulsions Prime Coat Aggregate for Surface Treatment and Seal Coats T-025416 T-025424 T 025610 T-025612 T-025620 T-025802 T-026202 T-026206 T-026208 T-026210 T-026406 T-026602 T-026604 T-027205 T-028040 T-028500 T-029000 T~030020 T-032020 -038000 T-055420 T-130800 T-151030 Seal Coat Hot Mtx Asphaltic Concrete Pavement Concrete Curb and Gutter Concrete Sidewalks and Driveways Colored/Textured Concrete Pavement Temporary Traffic Controls During Construction Hydrostatic Testing of Pressure System Ductile Iron Pip~ and Fittings Epoxy Lining for Ductile Iron Pipe and Fittings PVC Pipe for Wastewater Force Mains Private Service Water Lines h~stallation of Wastewater Force Main Combination Air Valve Assemblies Fiberglass and Solid Cast Polymer Manholes Erosion Control by Sodding Curb Inlet Silt Fence Storm Water Pollution Prevention Portland Cement Concrete Reinforcing Steal Concrete Structures Frames, Grates, Rings, and Covers Modular Odor Control System Plug Valves LIS'I' OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Country Club Estates Lift Station Upgrade and Connection to Force Main "C" consists of the construction of 12", 16" and 24" force mains and more particularly described as followsz The construction of approximately 60 L.F. of 12" DI force main and 150 L.~'. of ~2" PVC force main, 70 L_F. of 16" PVC force main, 30 L_F. of 18" DI force ma,n, 300 L.F. of 24" FVC force main, and 27 DI fittings of various size and type; installation of 10 plug valves and one (]) combination air release valve; installation of a flow metering system and (1) fiberglass flow meter manhole; construction of approximately 400 S.Y. of te×tured and colored concrete pavement, 530 S.Y of concrete pavement, 130 S.Y of asphalt pavement, 820 S_Y_ of single course asphalt overlay and 300 S.F_ of concrete sidewalk; construction of approximately 320 L.F. of precast concrete fencing with an electric gate; installation of a prefabricated odor control system; and construction of a transformer pad; together with all appurtenances and associated work in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 ~.m. on Wednesday, April 27, 2005 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid m~etiu~ is scheduled for Tuesday, April 19, 2005 at 10:00 a-m. in the City of Corpus Christi Utilities Building Conference Room, 5352 Ayers Street (corner of Holly R~ad ~d Service Center Drive), Corpus Christi, Texas. The pre-bid meeting w4 I1 be conducted by the City, and will include a discussion of coordination of the work between the City and the Bidders_ A hid 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. ~'ailure 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 a~d 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 b~d 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 City 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 t~pe of "laborer," "workman," or "mechanic" employed on this project. The city reserves the right to reject any or alt bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ ~ngel R. Escobar, P_E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised Septcmber, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE 30-Day Notice of Cancellation required on all certificates MINIMUM INSURANCE COVERAGE Bodily Injury and Properly Damage Conmmrcial C~eneral Liability including: Conm~ercial Fom~ 2. Premises .- Operations 3 Explosion and Collapse Hazard 4. Underground Haz,xrd 5. Products/Completed Operations Hazard 6. Contractual lmurance 7 Broad Form Properly Damage 8 Independent Contractors 9 Personal Injury AUTOMOBILE LIABILITY4~WNED NON-OWNED OR RENTED $2,000,000 COMBINED SINGLE LIMIT $1,000,01X) COMBINED SINGLE LIMIT WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORK_ERS' COIvl~ENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not lmfited to sudden & accidental discharge; to include long term environmental kmpact for thc disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER $100,0190 $1,000,000 COMBINED SINGLE LIMIT $2,000.000 COMBINED SINGLE LIMIT __ REQUIRED ~X NOT REQUIRED See Section B-6~ 11 and Supplemental insurance Requirements __ REQUIRED X NOT REQUIRED See Sec6on B-6 11 and Supplemental Insurance Requirements REQUIRED ~X NOT REQUIRED NTC A Pagt 1 of 2 The City of Corpus Christi must be named as an additional i~surnd on all coverages except worker's compensation liability coverage. Thc name of the project musl be listed under "description of operations' on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance l~licy, signed by the imurer, providing the City with thirty (30) days prior written nolice oi~ cancellation of or material change on any coverage. The Contractor shall provide to the City Ihe other endorsements to insurance policies or coverages which are spo:.ified in section B ~11 or Special Provisions section of the contract. A completed "Di~losure of lntere_sl' must be submi ed wllh your proposa. Should you have any questions regarding insurance requirements, please contaet the Contrt~t Administrator at 880~$500. NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S C05?ENSATION COVER3%GE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GOVEFd~MENT ENTITIES Texas law requ!res that most contractors, subcontractors, and othmrs providing work or services for a City building cr construction prcjec5 must be covered by worker's compensation insurance, authorized self-insurance, or aa approved worker's compensat±cn coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project sea-vices (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensauion coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guarann¥ per~od. ~-~otor carriers which are required to reg~suer with the Texas Deparumenn o~ Transportauion under Texas Civil Stanu~es Article 6675c, and which provide accidental insurance coverage under Texas Civil 5tatu~es Article 6675c, Section 4 (j) need not rrovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees ne comply with all applicable provisions of Texas Administrative Code Title 28, Section ll0.11O, a copy o~ which is attached and deemed incorporated into the project contract. Please note that under section 110_110: certain language must be included in the Con=ractor's Contract with the City and the Contractor's contracts with subcontractors and others providing sel-vices for the Project; the Contracnor is required ~o submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project_ The Contractor is required to obtain and mubmi~ updated certificates showing extension of coverage dur/-ng the Project; and the Contractor is required to post ~he required notice at the job site. By si~ning this Contract, compi5- with theme Notice the Contractcr certifies that in will timely to Contractors "B~ requirements- Title 2S. J_"qSLWi &NCI5 Part II. TEXA. S 'WORKERS' COMPENSATION COMMISSIO_"; Chapter 110. REQUI]P,_ED NOTICES OF COXZERAGE Subchaprer 13. EMPLOY'ER NOTICES · .5 110_110 Reporriog i~equiremeots for Building or Construc£ion Projects l'or Governmenr_~l Entities (a) The following words and term& ',','hen used in this nile, shall Mve the following m,-:~,,;-gs, unless the context de.z.dy indicates otherwise. Ts.win not deft.ned in chis rule shall have the meaning doric, ed in the Tex~.s Labor Code, ir'so deft.ned (1) Certific..zre of cove:~ge (ce,'"5_fic. a;e i-A copy ora cemzfi, cate cf'~sur-.znee, a ce.,-dficate of authorky co soil'-insure issued by the c~rnmma/a~ or a worker~' campe.q, safion coverage a~eement (1-W'CC-$ I, TWCC-82, '1%VCC-83, or '1%VCC-84), showing statutory, workers' compensation insurance coverage for the person's or endry~s employe~ (mciud..Lug those subje~ to a coverage agreemen0 providing smMces on a project, for the duranon at'the project. (2) Butlc[Lng or construe;on-Has tko rne.~,'~in~ deft.ned in the Tex~s L~zbor Code, § 406.096(e)(1). (3) Conrrzcror--A person bidding for or awarded a building or con.strut-ciao project by a govemmm'ttzl (4) Coverage-Workers' camoensation insm-tnce meeting the statutory requrremems of the Texas Lo&or Code, ~ 401 011(4-4). (5) Coverage a_~-eemcat-A vaSrrez agreement on fora ~VCC-gl, Fora ~CC-82, fo~ ~VCC-SS, or fo~ ~CC-84, ~ ~ ~e Te~ Work~' Compen~rion Commi~on wNch ~h~ a r~fion~ip be~ ~e p~ for p~s~ of~e Te~ Wo~s' Co~fion A~ p~ ~o · e T~ ~r C~e, ~t~ 406, Subc~pt~ F ~d G, ~ one of ~loyg/~loyee ~d ~sh~ who ~ be r~m~le for pro~d;ng worm' co~e~fion ~v~e for p~o~ pro~alng ~ on ~e proj~. (6) Duration of the project-hncludes the time fi-om the beginm.ng of work on ~he projecx until the work on the project has been compiered and accopted by the governmental entity. ('7) Persons grovirhng sep,'ices on abe projecr~ ('subconrr~c--ror" in § 406.09{i ol'the Ac0-V, qth the exception or-persons exc!uded under subsecr_ioas (h) and (i) 0£ this se~dort, includes a/l persons or enafie~ pe,~ormmg all or pm of the services the contractor has undertaken to perform on the projec'~ regardless or-whether th~,r ~erson conrrac-:e~ directly with the conwacror and regardless of whether rhal person h~ employees. Tt:is includes but is not limited to indeaendent conwacrors, subcontractors. leas ng compar~ies motor ce_n-lets, ow-nor-operators, employees o~:zny such entity, or employe~ of ~ny emiry furnishing persons to pe~-orr~ se.",Sces on the ~roje~. "Services" includes 'out is nec I.Lm.ited http://wwxv scs stare ~ us/'taa~28/IU110/'13/I 10 110 htrrd t,~,~, z ot ~ 8./7/98 2S T.±.~. ' 2: 2 ' 2 Pa~e 2 (8) Prcie~-_,cludes the prc'.asion of'ail semces reis:ed to a bu~idLng or consrmoaon cc-z=zct for a (b) Pr:,nak:g or ~usmg to be provided a cer-d.fica:e of coverage pursuant to ~h. is rule is a represen~:~cz by the imm-e~ ~a~ afl emp[aye~ ef~e m-SU~ed who arc providing services an the proje~ ~-e ccvered by workers' compensation core.ge, that the coverage is based on oroDer reportm_z of dv~sificadon codes and payroll mounts, a.nd that al! coverage agreements'ha~,e been filed with r/se appropriate huurance earner or, in the case ora sel.f-im-ured, wath the commission's Divis/on of S ek'-L-~ura'xce Regmiador_ Providing false Or misleading c&'~_.~cates of coverage, or f~ting to pro'nde or maintain requtred coverage, or failing to report any cL~nge that malcri~J, ly affc~,.s the provision o£ cover-age may rdbjec'~ the contractor or other person providing services on the project to admin/srz~Sve eenaltie~, cnmin~ per~.tiea, civil pe."~ties, or other civil action. (c) A goverr=emaJ entity ti-_zr enters into a build.Lng or constmc-Jon contrac= on a proje~ sMll: (I) mciude in_ the bid specific-at/on& all the prov/sion3 of para_m-zph (7) oftNs subsecuem u~mg the language requ.ked by para_m-apb (7) of d:us subset=itt,: (2) az parr oft.he contract, using the lmaguage reau.~-ed by paxa~m~oh (7) of Lb_is subsection, requa-e the contra~or to perform ~ requh'ed in subsection (d) of this section; (3) obtain from the contraczor a certJ.ficare of coverage for each person providing services on the project, prior to thaz person beginning work on the project; (4) obtain fi-cra the conk"ac:or a new certificate o£covcrage :how-mg ex-tension of coverage: (A) before the end of the 'ozrr, ent coverage period, i:-t.h.e contrac:.or's currm'~ certific.~te o£coverage shows that the coverage period ends during the dur'a~on of the project, and Oil) no later ms.a seven days ~er the ~xpkahon of thc coverage for ~ch o~er pe~oa prolog s~c~ on ~e proj~ ~ose ~ent ce~te shows that ~e ~ve~e p~od en~ d~ ~e ~fioa of ~e pmj~; (5) retain certificates of coverage on file for the duration of the project and for three yea.rs there, after; (6) prov/de a copy of the ce,~S~cates of coverage to the ccmmi~eion upon request and to any person entitled :e them by law; and (7) use the la,xgaage contained in the following Figure I for bid sFecificationx and contr'2~s, -aqthout any addiriov22 words or cnange:, except those requh-ed to ac.~ommodate the specific document i.n which they axe contiuned or ro Lmpose stricter stand~-rds of documentation: T285 ] ] 0 110(c)(7) tbl http://w,,~.~ sos Sizte. LX us-/LzcQS/H./1 10/13/110 1 10 htrrfl v~o~ ] of * 817/98 LS TAC 1 10.1 10 Page 3 of 6 ~) A contractor shzii: provide coverage for its employes providing services on a project, £'-.- .'ae durauon of the proj~: ~zsed on proper repomng of da~siE, cz:ion code~ ~nd pz>'roil amoums ~72 -~::::g of any coverage (2) provide a oen:ific.~te of coverzge _~howing workers' compermation coyer'age to the govemmenta. I endty prior to be. ginn;-g work on ~Z-.e ?rojecr; (5) provide the govemment=l enc~,', pAorm the end oft.he coverage pericx:i_ z new certificam of coverag~ showing e.~en, siou o£ccver~ge, if the coverage period shown on t.b.e contractor's c~rrem :enilicate of coverage ends during the duration of the project; (4) obtain fi.om each pm-sou providi=g services on a project, amd provide to r. he gove~.~emal entity:_ (A) z c.m-~icaze of covera.ge, prior to tha~ person be~-i,,g work: ou the project, so the goveammew,~. ~-ntiry ,.x. ll have on file e. emficates o£coverage showing coverag~ for all pm-son, s providing services on eke project; ~md ~TB) no later than seven days a~cr re:eipz by thc contra~or, a new cm-tific~te of coverage showing e~emsion of coverage, if the coverage pea'iod shown on the currem c.=a,Zficzt: of coverage ends during the duranon of the project; (5) retam all reqtfired certificates o£coverage on file for the duration oft.he proje~ and for one year r_ho-ea~ er, (7) post a notice on each projecx size inr-ormmg all persons pr~virllng servic._~ on the proje~ are required to be covered, and ~',rln_e how a persou may verify cra-rent coverage and report fatTure ~o provide coverage. Tlxis notice does not ~tk. fi] other posxing req~'m~mts i,~posed by the Ac~ or other c~,,,,,,;~sion rul~. TI~ notic~ m,,~t be prinle~l with a title in nr [,..*,~ 30 poi~ bold type and i~.SI 19 pOi.~ Ilorl:l:l~ z'y'pe, ~ shell be in both I=n~it'~ amd $[rmni~h a~ imy. otho- langu.~m: ~ommoll to t[~ worker poptll.~ioo. 'rile te~l: for ~ llofic~ ~h~ll b~ ~ followillg l~ provided by the comn'~ion on the ~rnple notice, w~out any additional words or ch,mgm: KEQLrJ[IKED WORI~_KS' COM:PE'NSATION CO~'.e-.~A.GE "The law requires t.~.t each person woddng on this site or provid, ing servic.-~ related to this co.true, ion project mu~ b~ cover~ by workers" compensation i~n.w~nce. T'-_-Js includes persons providing hauting, or ddiveri~ .eq~pmem or materials, or provid'mg labor or ~ra.~porm~oa or other sm'vice related to the project, re?-rdless of the iderr,.iry oft_heir employer or s~'us ~s im employee." "Call the Texas Workers' Compen~anon Commission at 512-440-3789 to receive information on the lewal requirement for coverage, to yetiS, whether your employer has provided the requital coverage, or to report an employer's failure to provide coverage." hap://v~'w.sos state.~x.uWtac./28/'lXY110/I3/11 o. 110.htrrd a,.~,.o ~/~1~) g~/98 25 TAC ::C.ll0 ~'affe q o~6 (8) cc:z,~-acm.~ily requke ~ch geTscn w/£h xx"nom :: conrrac-.z :c =:ovide serx4c~ on z Frojecz to: (A) provide covemg_e b~ed on proper re2ordng of c}zx.sSficadoa codes --~d payraii zr::..ounrs and of may coverzgc agr~ ce..me='.s for ~ ofi:s employees providing se~.'ices er. the projem far the duration of the project; ('B) provide a cer~ca;= o£coveraffe to the coa:.~tor prior ~o ~t person be~'mL~g work on the proje~; (C) Lnciude in ~ conux=s ;o provide ~e.,-,4c~ cn the proje~ use lv..n~age m subse:Jcn (eX3) of this sec~ior~ ('D) provide the comz'acrcr, pr/or :o ~e end of zS.e coverage pe~od, a new certifica:e os'coverage showing e_~,-.ndon of coverage, ir' the coverag_e period shown on the currem cerdfica:e of coverage elacLs dm'rog the duration o£~he pmjecq (E) obtain from each other ~er'son with whom k controls, and pray/de to the (i) a cem.ficate of eoverzge, prior ~o the other ?e~on b _eg/nn~g work on the projez:~.; z2d Cfi) pr/or to the end of the coverage period, a new cet'u:ficate ofcoveraffe sho'.ving ex"re:_sioo of the coverage period, il*the coverage period shown on the current ce.qificatc of coverage ends during duration of the projec'~, ti) retam ail required eer',ificate~ of coverage on file for the duration of the proje~ znd for one yom' (G) notify, the goveaxzmemal entity in writing by certified mzil or personal delivery., wl,h;,~ te~ days ~er the persoo knew or should have known, of ~y r~hange ~ materially affects ~e provision of cOverage of;my person pmvici~.g services on the pmjem-t.; and ('fi) contrac~lly require ezch othc~ per, on wi~ whom it eontrac--.z, to perform ~ re~.-mired by subpamffrap~ (A)~rI) of thi~ pa,'agra~ pr, with the certificate of coverage to be prox~ded to the person for whom they am prox4dlag ~ei-vic~z. (~) A per,non providing service, on a proje~, other ~ a c-.oua-acror, shall- (1) pro,fide coverage for irs employe~s providing services oa a project, for the duration of the projex:z b~sed on proper repovfng of clarification codes and payroil mounts md filing of~y coverage (2) prov/de a certificate of coverage ~s reqthre~ by its contras, to provide services ca the projeeL prior ro be_dm'ting work cn the project. (]) We the fotlowing Iznguage m its contract to pm~de semcm on the project: "By si~ing ~ coauzm or prohding or ~g to be pro~d~ a ~re of~v~q ~e person sing ~ ~nt~ is repr~ to thc gove~ent~ ~fi~ ~at ~ e~loye~ of~e pe~on ~;ng t~ ~ntra~ who ~ pro,de ~ on ~e proj~t ~ be covered by work~ ~mpe~On eove~e hrtp://x;',~w.sos.state.tx us/tac/28/ITdl I 0/B/1 I0 110 html tot u-_: :'_'ration of C~e project_ :hat the cc','eraee will be b~ed on proper reporting o£ cia..s.s~ic--anon codes a.nd payroll a--..otmts, and that al~ cove:~ge _agreemez:s ,.,,'iii be filed with the appropriate irt.q~':ce c. zrrier or, '_-: the c.,~e ora seLf-ir.sm-ed, with the commission's Division of Self-Im~urance Regmadon_ ?rovidi~g false or misleading L-.z-or~m,ion may subje~ the c~ntrac:or to adminiwtratNe penalties, cri.minal pe::alties, civil pemaltie~_ or other dviJ ac~o~.s_" (4) provide the person for whom it is providing service: on the project, prior to the end of thc covetzge period ~hown on its C:Ltrrent CerPSfic..~e of cove-r~ge, a new certifiozae showing e.~=en~io~: o£ coverage, if the cove.age period shown on :be certificate o£ coverage ends during the dm-~on o£the pro jet:; (5) obtain ii-om e. ach person providing sc.'wices on a projec: trader cool,acer to it, ~nd provide a.s requtred by its conr.~c:: (A) it cerfi, fica.te of coverage, prior to the other posen be_~_'nn;-g work o[a the proje~.; (B) prior to the end of the coverage period, a new cerfiEc, a.~e of' cover'age showing exaction of the cove=ge period, if'the coverage period ~own on the current certificate of coverage ends during the dU~on of the pro jo=.; (6) retain all reqUn'e-d cerd~cates of coverage on ~e for the duration of the project and for one ye.a.r there~-t~ er;, (Ti noti~ the governmental endty in writing by certified mail or personal delivery., of any ehu.ge that male. flatly a. gects the provision of coverage of ~ peraon providing service~ ou the pmjeot and send the nodce withi, tea day~ alter the person i~ew or should have k~ow'n of'the throng_e; and (8) comracma.lly require each other person wi~ whom it contrac*.x to: (A) provide coverage based on proper reporting o£cla~ficafiou code~ and payroll amo~mr~ and filing ora.ny coverage agr~-_menr, s for all of its employee~ providing servicea on the projo::, for the dm'orion of the projecq (B) provide a certificate of coverage to it prior to that other p~n begi~'..;.g work on the proje~z; (C-~ include in all conn-ac:t.z to provide servicea on the pmjec': the lan~ua&e ha para~,:.ph ('3) oftl~ subsegdon; (2)) provide, prior to the e.~d of'the coverage period, a new cr.~ Li~c. ale of covm'age show~r~j ex-tension of~e covm"~e period, if the coverage period shown on -,.he cern-rem c. ertifi~ale of coverage ends during ',.he dur~ioo ef thc project; ('E) obtain fi.om each other person undew contract to it to provide services on the project, and provide a~ required by ks contncz: (i) a cenificaze of coverage, prior to the othm- per, on beginning work on the projeo.; ~d (a-) prior to the end of the coverage period, a new certi~cate ofcovm'age showing oaer~ion of'the cove.'~ge period, if the coverage period shown on the c~rrenr cerzificate of coverage e. nd~ during the hrrpJlwww sos.state.tx us.,'£ac~28/l~110~/l ] 0.110.hr. ml 817/98 £~ LA~ L!U.llU Page6 of 6 duration 0£ th~ contra~ (F) retma ~il re2utredc~.'-":-='~.~.~s ° or- coverage cn file for the duration cf ~he projec~ md for one year therea&e~~, (G) nod~. the goveram~.:~i end'cy m writmg by ce.w~6ed mai[ or personm delivery, wlvhln ten days M'~er the person knew or should have known, of any change that m2te.d2.liy affects the provision of coverage of ~ny person providing services on the proje~ and (FI) contractually require ~e, zch person with whom iT contracts, to perform ar required by this subpar _agrapia and ~ubpara~aph~ (A)-(G) of~ para~aplg with the cool'cate of coverage to be provided to the person for whom they ese prov~ai,~5 services. (0 Ifa.ny provision oft. Ns rule or its application to any person or d~c.~'mv~nce is held invalid, the mvalidity does not aff~c~ other provisio~ or applic:afiom of thi~ ru~e t~xt ~an b~ giwm effec~ withom Lhe invalid provision or applica~on, and (o this end the provisions ofrhi~ rule are declared to bo severable. (g) This raie is applicable for building or conatru~-doa coocva~.s advertised for bid by a govermmema.[ entity on or ~fi:er September 1, 1994. ~ rule is also applicable for those builelinE or caastruc~o= contrac~ entered into on or aRer September 1, 1994, whi~ are not r~uired by law to be advertised for bid. Ca) The cove:rage requirement L'~ this rule does not apply to motor ~a-rie~s who are required pm~,ant to Texas Civ',3 Stannes, Article 6675c. to register with the T~:a~ Depa. rune~t of Transport. etlon and who provide accidemaJ, i~ce ¢overase pursuant to Texas Civil Statutes, Article 6675c, § 40-). (i) The coverag_e requh-ement in th~ rule does no~ apply to sole proprietors, parmers, and corpor-axe officers who meet the requirements of the Act, § 406.097(c), ami who are expli~dy excluded c~verage macc. oreh-ce with the Act, § 406.097(a) (ar added by House BRI 1089, 74th I995, § 1.20) ~ sub~"rloa applies only to sole proprietors, partners, and corpor~e exes'tire oRicers who are exch~ded fi.om coverag_e m an [nstmance policy or certi~c~te of authority to self-insure thax is delivered, i~ued for d~ve.w., or rmewed on or after .lanuary 1, I996. Soar,em The provi~o~ ofthi~ § I10.110 adopted to be effe~.ive September 1, 1994, 19 TexP,.eg 5715; amended to be effective Nov~--her 6, 1995.20 Tex.Reg 8609 Return to Section Index http://v.-~-w sos.state, rx.uw'tacf2S/'LUl lo/B/110 I lO.html SECTION A SPECIAL PROVISIONS COUNTRy CLUB ESTATES LIFT STATION UPGRADE AND CONNECTION TO FORC~ MAIN "C" SECTION A - SPECIAL pBDV~SIONS A-1 Tzme and Place of Receiving Proposals/Pre-Bid Meeting ~ealed proposals will be received ~n conformity with the official advertisement 4nvlting bids for the project. Prl~posals wit] be received in the office of the City Secretary, located on the first floor of City Hail, 1201 Leopard Street, until 2:00 p.m. on Wednesday, April 27, 2005. Proposals mailed should be addressed in the fo]lowing mannerr City of Corpus Christi City Secretary's Office 1501 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAE - COUNTRY CLUB ESTATES LIFT STATION UPGRADE AND CONNECTION TO FORCE MAIN "C" A pre-bid meeting is scheduled for Tuesday, March 19, 2005 at 10~00 a.m. in the City of Corpus Christi Utilities Building Conference Room, 5352 Ayers Street (corner of Holly Road and Service Center Drive), Corpus Christi, Texas. The pre-bid meeting will be conducted by tbe City, and will include a discussion of coordination of the work between the City and the gidder~. A-2 Definitions and Abbreviations A-~ Description of Pro~ect Country Club Estates Lift Station Upgrade and Co~-nection to Force Mean consists of the construction of 12", 16" and 24" force mains and ts more p,~rticularly described as follows: The construction of approximately 60 L.F. of ] ~" DI fo~ce mai~l and 150 L.F. of 12" PVC force ma~n, 70 L_F_ of 16" PVC force main, 30 L.P. of 18" DI force main, 300 L.P. of 24" PVC force main, and 27 DI fittings of various size and type; installation of 10 plug valves and one (1) combination air release valve; installation of a flow metering system and (1) fiberglass flow meter manhole; construction of approximately 400 S.Y. of textured and colored concrete pavement, 530 S_Y. of concrete pavement, 130 S Y of asphalt pavemenl, 820 S.Y. of single course asphalt overlay and 300 S.F. of concrete sidewalk; construction of appro×imately 320 L_F. of precast concrete fencing with an electric gate; installation of a prefabricated odor control system; and construction of a transformer pad; together with all appurtenances and associated work in accordance with the plans, specifications and contract documents. A-4 ~etho~ of Award The bids will be evaluated based on the Total Base Bid, subject to the a~ailability of funds. Th~! City eeserves the right %¢~ reject any or aL1 bids, to waive irregularities and to accept ~he bid which, in the City's opinion, is most advantageous to the City and in the best in[crest of the public. (Revised Page 1 of 29 A-5 Itm to be S,,~tted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference ~oj~ct Nam~ as identified in the Proposal) (A Cashier'~ Check, certified check, money order or hank draft fro~ any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 T~m~ of Completion/Liquidated Damages The working time for completion of the project shall be 120 Calendar Days. The Contractor shall cont~ence 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, $1000.00 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 Enqineer) may withho]d and deduct from mon[e~ otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Co~nsation 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' con%pen~ation 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. Fnrthermore, for each Calendar Day inch]ding 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 perraitted time to complete the Project has not expired. In accordance with other requirements of hhis 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 Fa~ed Proposals Proposals faked directly to the City will be considered non responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B 2 of the General Provisions_ A-~ Ackno#ledgm~nt of Addanda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted ,~s non receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, ~ould have an adverse effec/ when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) l,abor preference and wage rates ~or ~ea%~ Comstr~ction Hir~imum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contracto~ and any subcontractor must not pay less th~n the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per Calendar Day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names a~d classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. Engineer- The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These doct~nents will also be submitted to the City Engineer b%-week]y (Sea ~ection for Minority/Minority Bus~ness Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (].5) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays ou holidays_ (See Section B 1-], Definition of Terms, and Section B-7-6, Working A-11 Coo~ration with P%~blic Agencies (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 notlce Lo 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 Sta~ Notification Company at 1-800-669 8344, and the Southwestern Bell Locate Group at 1-800 828-5]27. For the Contractor's cc)ovenience, the following telephone nt]r~bers are listed_ City Engineer 880 3500 A/E Consultant 888-8100 Police Department 882-1911 Water Department 857-]88~ Gas Department 885 6900 Storm ~aler Department 857-18~1 Parks & Recreation 880 3461 Streets & Solid Waste Services 857-1970 A E P 299 4833 S B C 881-251] Goldston Engineering, Inc. (880-3140 aftel hours) (880-3140 after hours) (885 6900 after hours) (880 3140 after hours) (693 9444 after hours) (800 824-4424 after hours) City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) Choice COM (Fiber Optic) CAPROCR (Fiber Optic) Brooks Fiber Optic (MAN) Regional Transportation Authority (RTA) A-12 Maintenance of SBzvices 85/ 1946 857-5000 887-9200 883 3300 881 5767 512/935 0958 972//53 4355 289-27]2 857-1960 (857-5060 after hours) (Pager 800 724 3624) (Pager 888-204 1679) (Pager 850 2981) (Mobile) The Contractor shall take all precautions in protecting eKisting utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from e×isting as-built drawinqs, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completenes~ of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters ut/lity services along the line of ~his work, it is his res~ns~bilit~ to maintain the services in continuous operation at his own e~pense_ In the event of damage to underground utilities, whe[her shown in the drawings or not, the Contractor shall make the necessary ~epairs to place the utilities back in service and to construct the work as intended at ~o increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utility. Where e×isting sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained_ Sewage or other liquid must be hand]ed by the Contractor either by connection into other sewers or by temporary puraping to a satisfactory outlet, all with the approval of the City Enginee£- Sewage or other liquid must not be pumped, bailed or fiumed over the streets or ground surface a~ld Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface_ The construction of temporary gravity flow lines, force main lines, pumping equipments, plugs, flow d~version structures, etc., required to maintain and control system ~lows shall be the responsibility of the Contractor_ It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 ;~rea Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists Ali weather access must be provided to all residents and businesses at ail times during construction. The Contractor mu~t provide temporary driveways and/or roads of approved material (including a concrete or asphalt topp~ surface). The Contractor must maintain a stockpile of materials on the Project site to meet the demands of temporary dr±veways and/or roads. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Special attention is drawn to the Traffic Control Plus for the Fai=w~ Apar~nts, Drawing Sheet No. 18. section A SP (Reuised 9/18/00) Pa~s 4 of 29 The Contractor shall comply with the City of Corpus Christi's Uniform Barricading ~t~ndards and Practices as adopte~ by the City. Copies of this document are ava,labia through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for tra[f[c control are considered subsidiary; therefore, no direct payment will be made to Contractor. Ail costs for traffic control plans, i.e. preparation of plans, approval and permit from the City, ~nd implementat4on of the plan on each site for the duration required w4 Il be included im the lump sum ~tetns a~ listed in the Proposal Fo rm. If the site needs any adjustment in the traffic contzol sign locution, which may be required for safety of traffic and pedestrians, no addlt,ona] payment for the implementation and enforcement shall be made [o the Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials_ Such work must be completed without anv increase in the Contract price. Streets and curb line must be cleaned at the end of the workday or more [requently, if necessary, to prevent materia}, from washing ~nto the storm drain system. No visible mater~al that could be washed into storm drain is allowed to remain on the Project site or adjoining streets. A 15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "cleau" dirt. "Clean" dirt [s defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer_ The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. Refer to the General Notes on Drawing Shee~ No. 2 for additional requirements. The demolition limits for concrete and asphalt pavement are indicated on the drawings. Ail broken concrete and asphalt within the limits o~ the Project must b~ removed, unless otherwise noted. All necessary removals including but n~t limited to pipe, s~dewalks, etc_ are to be considered subsidiary to Miscellaneous Site Preparation" bid ~tem. A-16 Disposal/Salvage of Materials the "Demolition and EKcavated soil material, asphalt, concrete, pipes, culverts, str~ctures, trees and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost o£ all hauling and disposal is considered subsidiary to the bid item for "Demolition and Miscellaneous Site Preparation'~; th~relo~e, no direct payment wSll be made to the Contractor. A-17 Field Office (NOT Thc Contractor must fur~.ish ~ City Engineer or his representative %~ith a field ~f-icc at thc conatructio~ site. Thc field office must contain at lcaut 120 s~arc fact of useable space. The field office must be a~ r conditioned and ~" and two (2) chairs. The ContriVer shall marc thc ficld officc on thc site ~ ~rcquircd by thc City Engincc[ or his rcprcocntativc. Thc l~c]d office muot bc · %~rm~ohed %;itt a tulcphone (wi~4~ 2~ hour pe~- day ano%~ering service) ~ FAX mach~ne~i~cr by thc ~F~t~aetor, T4%e~-~s no separate pay item for <~f4eld Section A SP (R~¥ised 9/18/00} A-18 Schedule and Sequence of Construct_ion The Contractor shall submit to the City Engineer a work plan based only on Calendar Days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan mush indicate the schedule of the following work items: 1- Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for Items to Include: Show con~lete sequence of construction by activity, identifying Work of separate stages and other logically ground activities. Identify the first work day of each week. Schedule shall include traffic control, force main piping, odor control system, pavement reconstruction, water lines, fences, manholes, and g~ass sodding construction items. Identify location and periods for proposed driveway and street lane closures, and identify the locations and periods for proposed interruptions of solid waste collection services. The Contractor shall specifically note the recfuirements of General Provision B 6-17, Use of a Section or Portion of the work, as related to pursuing the work, in the manner described above. Submittal Dates: indicate submittal dates required for all submittals. 4. Re Submission: Revise and resubmit as required by the City Engineer. Periodic Updat~e: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule- It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: The schedule of construction shall be structured to meet all requirements of Section A-6 ~Time of Completion/Liquidated Damages", and as noted below. The schedule of construction shall not conflict with any provision of the Contract E~cuments, and also that when the Owner is having other work done, either by contract or by their own force, the Engineer may direct the time and manner of constructing the work done under this contract so that conflict will be avoided and the constructicn of various works being done for the Owner w~ll be harmonized. Traffic Control is essential to maintaining public safety and flow of traffic, including traffic flow at apartments and other private properties_ Contractor shall be aware of other construction projects occurring in the area and shall coordinate the scheduling, traffic control, maintenance of services and street access with the other contractors. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that may occur during the period of the contract. Section A - SF (Revised 9/18/00) The ConLractor shall provlde public access to the Fairway Apartment's driveway at all times. The Engineer must be notified a minimum of 5 Calendar Days in advance of any work to he done on the driveway. The Contractor must provide solid waste pickup services at the Fairway Apartments whenever access by the normal service is blocked by construction activities. The Engineer must be notified a minimum of 5 Calendar Days in advance of any disruption of the normal solid waste pickup service. See Section A 6] for additional information. Any work which creates ~ noise level above the a~ient sound levels (approximately 60 decibels~ shall not colnmence before 7:30 a_m. or continue after 7:30 p.m. without prior approval from the Engineer. for review by the City and Engineer): Step 1- (a) Uncover the existing 24" force main at the proposed Everhart Road tie-in point (Station 1+13) and verify tile existing pipe location and elevation, but do not make this connection until Step 4- Notify the Engineer of any potential problems with this p~oposed tie-in point. (b) Construct the 24" force main from approximately Station 1+18 to Station 3+41, including the new 24" Plug Valve at Station 2+15, the new By-Pass rump Station at Station 2+21, the Flow Meter Manhole at Station 2~41, and the 2~" force ma~n tie in at Station 3+41. (c) Pressure Station 3+41 main ends. test the new 24" force main between Station ]+18 and aIter installing temporary caps or plugs at the new force Step 2 Step 3 Step (a) Construct the new 12" force main at the lifl station between the existing 12" force main and the pump room, including the pipe and pipe restraints within the pump room, but do not make connectio~ to the wetwel] untJ [ Step 4. Note: Ihe existing 12" force main is not currently in serv] ce. (b) Pressure test the new 12" fo[ce main after installing temporary plugs, caps or blind flanges at the new forc:e main ends. Begin by-pass pumping between the lift sial ion wetwell and the new By Pass Pu/~p Station, with the Station 2+15 Plug Valve closed_ Wastewater flow shall be directed from the wetwell thruugh the new 24" force main to the existing 24" Force Main Line "C" at the Corpus Christi Country Club Go] f Course. The exJ sting lxft station pumps will be tempora£ily stopped until completion of Step 4; City Staff will turn off the pumps. The by-pass pump sizes are to be determined by the Contractor (existing pump data is indicated on Sheet 5 of the Project Drawings). While by-pass pumping is ~n operation- (a) Replace the existing transformer pad. Under separate contract the City will pay ~P to disconnect and move the existing transformer from the existing pad, and to place the transformer back on the new pad and re connect. The Contractor shall coordinate and schedule his work w~th the City and wit[] AtP. Note- during this period the usual electrical power service to the lift station will be disrupted; if the Contractor requires electric power during this period for the by pass pumps or other equipment then the Contractor will need to arrange through AtP temporary electrical service, at no additional cost to the City- (b) Replace the existing 16" and 24" force mains located west of the lift station, including replacement of the two existing force main valves and installation of the new plug valve at Station 0+96, and pressure test these new sections of force mains. Install temporary plugs or caps as necessary for the pressure testing; Make the tie-in to the new {orce main at Station 1+18; (d) Make the new ]2" force main tie-in between the lift station's pump room and the wetwell; (e) Install the new Odor Control System piping (air line and drain Iine) at the wetwell; (f} Repair the existing wetwell liner at both the existing and new 12" force main ~ lc-in points and at the Odor Control System piping tie-ins; and (g) After the above work is complete temporarily discontinue by-pass pumping, open/close the new plug valves as necessary to direct all wastewater flow from the wetwell eastward to Force Main Line KC" at the Corpus Christi Country Club Golf Course, and have City Staff turn on the [if~ station's pumps. Remove the by-pass pumping equipment only after receiving approval from the City. Step 5- Construct and test the Weber Glen 12" force main tie in. By-pass pumping will be required between the Weber-Glen force main and the existing Everhart Road saeitary sewer manhole; the by-pass pump method is to be determined by the Co~tractor_ A-19 Construction Project Layout a~d Control The drawings may depict but not necessary include: lines, slopes, grades, sections, ~easure~ents, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. Ii, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the ~o~k, the Contractor shall obtain approva~ of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall t~e in or reference ail valves and manholes, both existing and proposed, for the purpose of ad]usting v~ives and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2} personnel for the purpose of assisting the ma=asur]nq of the completed work. (Revised 9/18/00) Page 8 of 29 The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L_S_) licensed in the state of Te×as retained and paid by the Contractor The Third Party R P_L.S_ shall be ~pproved by the City pries to uny work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits Following is the minimum schedule of documentation reguired: Strcct~: All curb returns at point of tangcncy/p~in~ of circumference Curb and gutter flow linc both sides of shrect on a 200' interval; · Street crowns on a 200' interval and at all intersections. Top of pipe and fitting elevations; Ail rim/invert elevations at manholes; All intersecting lines in manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: Ail top of valves box; · Valves vaults rim; Casing elevations (top of pipe and flow line) (TXDOT and RR permits)_ All rim/in¥crt clc~ations at manholes; ~ Casin~ ~levatio~o (top of pipe and flow Refer to Special Provision Section additional requirements. (TXDOT and rt~ permits) A-45 "As-Built Surveys and Drawings" for A-20 Testing and Certification All tests required under this item must be performed by a recognized testing laboratory selected by the City. The cest of the laboratory testing will be borne by the City. in the even~ that any test fails, that test must be done over after corrective measures have been taken, and the cost of re-testing will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City. A-21 Project Si~s (NOT USED) Thc Contractor must furnish and install two (2) Project Signs au indicated in thc specifications. Thc sign~hall bc installed before construction begins and shall bc maintained throughout thc Project period by thc Contractor. Thc location of thc signs %~ill bc determined In thc ficld by thc City Engineer All w~r][ and materials required for providing Project Signs shall bc considcrcd subsidiary to other work A-22 Minority/~linority Business Enterprise Participation Poli~-~ (Revised 10/98) ]. Polic~ It is the policy of the City of Corpus Christi that max]mum opportunity is afforded minorinies, women and M~nority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employmenl Opportunity goals and objectives of the A~firmative Action Policy Statement of the City dated October, 1989, and any Section A SP (Revised 9/18/00) Page 9 of 29 amench~ents thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions b Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime Contractor on a City contract. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s)_ Minority persons inch]dc Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians oI Pacific Islanders. For the purposes of this section, women ere also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterpr.se in the manner herei.after set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person For an enterprise doing business as a partnership, at least 5].0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51_0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, a.d s~bco~tract payments, and any other monetary distribution paid by the business enterprise. ~i__nority: See definition under Minority Business Enterprise. Female Ow.ed Business Enterpris~ A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interes~ are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owued ~¥ one or more women. founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBS goal cannot exceed the proportionate interest of the MaE as a member o~ the joint venture in the work to be performed by the joint venture. For e×amp]e, 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 ho having minority participation in 25.0% of the work- Minority members skills in the work to be performed by the joint ventt]re. t. Goals The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's ~ggregate work iorce on all construction woIk fo~ the Contract award are as follows: Minority paxticipation (Percent) 45% Minority Business Enter~rise Participation (Percent) 15% These goals are applicable to all the construction work (Iegardless of federal pa[tJcipation) performed in ~he Contract, including approved change o~ders_ The hours of minority employment must be substantially u[]lform throuqhout thc length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for ~he sole purpose of meeting the Contractor's percentaqe i~ prohibited. 4. Comp!lance Upon completion of the Project, a final breakdown of MBS partic4paLior~, substantiated by copies o~ paid invoices, shall be submitted by thc Contractor to the City Engineer. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor wil~ indicate, in writing, the overall participation in these areas, which hav~ been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls is a timely fashion or to submit overall participation Jrlformat~on a~ required. A-23 Inspection R~q~ired (Revised 7/5/00) (NOT USED) Thc Contractor 0hall assure~the appropriate building i~spcetions by thc Building !nspcction Division at ~ varicoSity, train of work for which rcqulrc~ and to assure m final inspection aftcr thc building is completed ready fe~ occupancy~ Cen%~]etor-~¥ust obtain thc Certificate of Occupancy, ~:hcn applicable. Section ~ thc ~cncral ~¥ioiono is hereby amcndcd in that thc Contractor must poy a]~ fees a~--~hhargcs 1cried by thc City'u Building Inspection% A-24 Surety Bonds Paragraph two (2) as follows: of Section B-3-4 of the General Provisions is changed to read "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City- All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has re-insured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with re-in~urer(s) authorized to do business in the State of Texas. The amount of the bond re-insured by any re- insurer may not exceed ten percent (10%) of the re insurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or re-insurer authorized and admitted to do busi~ess in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas_ Each bond must be executed by the Contractor and the Surety For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a re- insurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or re insurer must be ]istcd in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax E~--~ tion 6/11/98) (NOT USED) F~cction B ~ 22, Tail Exemption Provision, is deleted in {tm entirety and thc following substituted in lieu thereof- ~)ntracto for improvements to real property a%;ardcd by thc City of Ccrpu3 Christi, do not qualify for exemptions of Sales, Excise and Usc Taxes unless thc Contractor elects to operate under a separated contra~t as defined by Section 3 291 of Chapter 3, Tax Administration of Title 34, Public Finance of thc Texas Adminiotrati¥c Code, or such other rules or regulations as may bc promulgated by thc Csmptrollcr of Public Accounts of Texas. l-f thc Contractor elects to operate under a separated contract, hc shall: 1. Obtain thc necessary ~alcs tax permits from thc State Comptroller. Identify in thc appropriate space on thc "Statement of ~atcrials and Other Ckargcs" in the propo~;al form thc coot of materials physically incorporated into thc Project. Pro~idc resale certificates to suppliers. Frovidc thc City with copies of material invoi, cc~ to substantiate thc proposal voluc of materials. thc Contractor does not elect tc operate under a ocparatcd co~traot, hc must f~ all Sales, Excisc r-and U~e-Taxc~ applicable to this Project_ (Revised 9/18/00) Page 12 of 29 gubccntrac~s- ara eligible for sales tax c~cmptiono if thc subcontractor also c~mplics ~ith the-- above requirements. Thc Contractor must issue a resale ~crf]ficatc to thc subcontractor and thc subcontractor, in turn, iJuucs a resale A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B 6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail pcior written notice of cancellation or material chang~ to: City of Corpus Christi Engineering Services Department Attn: Contract A~inistrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3 Nu~er off days advance notice: 30 The Contractor shaJ [ prov4de 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 th~ Contractor sign the Contract 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 certi~i~g that the Contractor provides worker's compensation i~%surance coverage for all employees of the Contractor employed on the Project described in the Contract- 5or each insurance coverage provided irl accordance with Section B 6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the il]surance po]icy. The City need not be named as additional insured on Worker's Compensation] coverage. For contractual liability insurance coverage obtained in accordance with Section B 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating; Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harm]ess f~om any and all lawsuits, claims, demands, liabilities, losses and e~penses, including court costs and attorneys' fees, for or on accoun~ of any in)ury to any person, or any death at any time resulting [rom ~uch %njury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person ~ndemnif~ed hereunder. A-27 Responsibility for Damage Claims (NOT USE0) (a) Gene~L~abi~4~y o~SeetJ¢+n B ~( thc Gcncral Provioion~ is Section A SP (Revised 9/18/00) Page 13 of 29 amended to include: G~ntraetor must provide b~i~r'm ziok inour~cc ~v~raqc for thc term of tu~e--Contract up to and including thc date thc City finally acccptu thc Projcct or ~;ork. Builder's risk co¥cragc must bc an "Ail Risk" form. Ccntracto~ must pay a~coata ncccesary to procure such buildcr'~ risk insurance c~cragc, including any dcductiblc. Thc City must bc named additional insured on any policies providing such insurancc coverage_ A-28 Considmrations for Contract Award amd Execution To allow the City Engineer to determine [hat the bidder is able to perform its obligations unde~ the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years_ The bidder shall specify the name and address of the party holding the limn, 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 sl]pplied which relate to any of i~s projects begun within the preceding two (2) years_ The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the cJaim has not been paid A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying ail current assets and liabilities A-29 Contractor's Field Aw--~nistration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: The superintendent must have at least fi~ (5) years recount e~rien~ iu field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of ~ubcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prier written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer The Contractor's field administration staff, a~d any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior t~ such ~up~rintendent assuming ~espons~bilities on the Project. Section A - SP 9/18/00) 14 of 29 Such w=itten approval of field a~inistration staff is a prerequisit~ to the Cit~ Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. if the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a ~ailure canstitutes 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 adds the following text: Within five (5) working days following the public opening and proposals, the three (3) apparent lowest bidders (based on the must submit to the City Engineer the following information~ reading of tho Base Bid only) list of the major components of the work; 2 A list of the products to be incorporated into the Project; A schedule o~ values which specifies estimates of the cost for each major component of the work; 4. A schedule of antic:~pated monthly payments for the Pro3ect duration; The names and addresses of ~{BE firms that will participate in the Contract, along with a description o~ the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained here~n. S~milar substantiation will be required if the Contractor is an ~E. If the responses do not clearly show that MBE participation wi]] meet the rec~rements 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 reguirements is not reasonably possible. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to b~ginning work on the Pro~ect. If the City Engineer does not approve all proposed subcontractors, ~t may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the C~ty 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 ieplacement 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-]3. A prelimi~ary progress schedule, indicating relationships t,~tween the major components of the work. The final p~ogress schedule must be submitted to the Eity Eng]neur at The pre-constructio~ conference; Section A SP (Revised 9/]8/00} Page 15 of 29 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. 9- Documentation as required by Special Provision A-35-K, if applicable. 10_ Within five (5) days following bid opening, s,,~4t in letter fo~m, information identifying t~pe of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity_ A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which, a change o~der has not been signed by the Director of Engineering Services or his designee- The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Req%tirem~nts Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract adds the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contrac[ to the Contractor, which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor- A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract_ Contractor is reminded to attend the Pre-Bid ~eet~ng referred to in Special Provision A-l- A-34 Precedence of Contract Documents In case of conflict in the Contract documemts, first precedence will be given to 5ddenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction drawings, fourth precedence will be given to the City Standard or Technical Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the City Standard or Technical Specifications with any other referenced specifications, such as the Texas Department of Transportation Standard Specifications for Highways, Streets asd Bridges, ASTM specifications, etc_, the precedence will be given to addenda, Special Pro¥isions and Supplemental Special Provisions (if applicable), coustruction drawings, referenced specifications, City Standard or Technical Specifications, and General Provisions, in that order. (Revised 9/18/00) Page 16 of 29 A-35 City Water F&cilities: Special Requir~uts (NOT USED) Visitor/Contractor Oricntation nri~-~, pa~ming work at any City ~atcr facility, thc Contractor, his subcontractors, and-each of their employees must have on tb~ir person a valid card ccrtifying-- the~ prior attendance at a Visitor/Contractor Safet? Orientation Program conducted by thc City W~tcr Dcpartmcnt Personnel. A Vigitor/Contractor Eafcty Orientation Program wi~ offered by authorized City Water Department pcrsonncl for thouc f~croons who do sot have such a card, and ~ho desire to perform any work withi~ any City water facility- For additic~ information rcfcr to Att~c~um~nt 1. B. OT~£atioN of Cit~ Owned i -diat~ly prior to uso, Thc Contractor shall provide thc Enginccr with copies of ~rittcn proof cl A}~SI/NSF Standard 61 approval for all matcriuls, which could comc into contact with potable uate~ All--trash gcncratcd by thc Contractor or his employees, agents, or subcontractors, must be contained at all times at thc ~;atcr facility ~Jtc. Dlowing trash will not bc allowed. Thc Contractor shall kccp w~k ~rcam e~an at all times and remove all tranh daily. nam= =nd individual c---~loyeu iar-tification_ Contractor shall provide telephones for Contractor pcrnonncl- P~an~ tclophonu~ arc not available for Contractor Working hours will be 7:00 A.M. to 5:00 P.M., ~onday thru Friday. Contractor must mt usc any City facility rcstroomu. Contractor must plovidc own ~a~iLar~ f~cilitic$. A~lt Contract~z vchiclcs must be parked at dcsignatcd $itc, as dc0ignatcd by City Water Department ~taff_ All Contr~oto~ v~hicl~D must bc clearly ~labcled with company name. No private cmploycc vehicles asc allowed at O. N. S~cvcns -Water Trcatmcnt Plant. All pcruonncl must be in company vehicles ~ During %~orking hours, G~utractor cmployccs must not leave thc designated construction arcs ~ ~:and~r through any buildings other than for rcquircd work or au dircctcd by City Watcr Ocpartmcnt personnel during emergency evacuation. Contractor Qualificatioou £CADA (SUDERVIEORY CONTROL A~D DATA ACQUISITION) ~ ....... " to thc computcr based monitori~ and control system must bc pcrformcd only -b~ ~alificd technical and supervisory personnel, as ~tcrmincd by meeting tho qualificationu 4~%hru 9 be[o~;. This work includes, but is not limitcd to, modifications, additions, changeD, selcctions~ furnishing~ ~notalling, connccting~ programming, customininq~, debugging, calibrating~ o~ placing in opcration all hard,;arc~..~,~-'~"~ soft~arc spccified or rcquircd by these Thc Contractor or his subcontractor proposing to perform thc ECADA %~ork must bc able to demonstrate thc following: ~---Ilo is regularly cngag~ ~ thc computer based monitoring and control system business, preferably as applied to thc municipal 2. Ilo has performed ;;or][ on systems ~-f comparablc size, tyl~c, and complc~[ity as required in this Contract on at least thrcc prior projects . 3. He hao~ beco actively cngagud in ~%~e- typc of %;ork upccificd herein for at least 5 yearn. 4. -- ~c employs a Rcgistcrcd Professional Engineer, a Control Systcms Engineer, or an Elcctrical Engineer to supcrvisc or perform thc %~ork rcquircd by these upccificationo~ implementing thc opcci fia computers, RTUS' s, and scft::arc 6. ~£ maintains a pcrmancst, fully s~affcd and equipped service ~epair, esi ~bratc, and program thc systems specified hcrcin- ~c shall furnish equipment, which is thc product of-- one not provencal, ~ipmcnt of a given ty~c will bc thc ~roduct of ~ufacturcr_ ~ill be u~c~i~ evaluating which Contractor or subcontractor p~-~grams thc nc%; %;ark for thin IRevised 9/18/00) Thc Contractor shall p~oducc all fillcd out prograrmmi~ccko required to show thc progra~ing aonccdcd and rcquircd, to add these t~o s~o-bems to thc c~isting City ZCADA system. Attached i~ an c×amplc of thc required programming block~ whioh thc City rcqui~e~ to bc filled in and givcn to thc City Enginccr with all ~gcs mode during-thc progra~ing phase_ Th~ attached s~ot is ~e~amplc and ia not intcndcd to show all of thc required sheets. Thc Contractor will providc all programming biocks used. L. Trenching ~icquircmcnts A~i trcnchin~ for th~s project at thc O. )l. Stevcno Water Treatment Plant ohall be performed uoing a backhoe or hand digging duc to thc number ~of c)[i0ting undcrground obstructions. No trcnching machines shall be allowed on the project. A-36 O~he~ $%~ittals (Revised 9/18/00) Shop Drgwing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor ~hall submit nu~dPer required by the City of each submittal to the A/E Consultant or his designated representative. The A/E Consultant will retain five (5) copies. Beproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings l~rger than 11" x 17~' in sLze~ Submittal Transmittal Forms: Contractor shall use the Submittal Transmitta[ Form attached at the end of this section; and sequentially number each transmittal form. Re-submittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submltta! form. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Sched~ling~ Contractor mumt schedule the submittals to expedite the Project, deliver to the AE Consultant for approval and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations, which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. (Revised 9/18/00) i Re-submittals: Contractor must revise and resubmit submittals as required by AE Consultant and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, teKtures, and patterns for City Engineer's selection. Test and Re a~9~_Be]korL When specified, Contractor must submit three (3) copies of all shop test data, and repair report, and all on site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the projeut_ A-37 A~ended "Arr~gement and Charge for Wa~er Furnished by the City" Under "General Provisions and Requirements for MllnicJpal Construction Contracts", B 6-15 Arrangement and Char9~ for Water Furnished b~he City, add the following: "The Contractor most comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions_ The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Elan on the Project site throughout construction_" A-38 Worker's Compensation Coverage for Building or Construction Pro,acts for Government Entit~as The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final A~ceptance (NOT U~ED) Thc is0uancc of a ccrtiflcatc of occupancy for improvements docs not constitute final acceptance of thc impro¥cmcnto under Ccncral Provision B g 9. A-40 Am~n~ent to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project work site unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project work site. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will n(>tify Contractor about ozone aloft. If a delay such as this is experienced, the Section A - SP day will not be counted as a workday_ and thc Contractor %;ill bc compcnsatcd at thc unit price indicated i, thc proposal. No pay~]ent will be made for ozone related deJays. A-42 OSHA Rules & Regulations [t 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 ]obs. A-43 Amended Ind~,ificatton & Nold Harm/ess Under "General Provisions and Requirements for Municipal Construction Contracts" B 6 21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, engineering consultants and agents harmless and shall indemnify the City, its officials, employees, attorneys, engineering consultants and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, consultants, any work done under the contract or in connection therewith by the Contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or The Contractor shall hold the City, its officials, employees, attorneys, engineering consultants and agents harmless and shall indemnify the City, its officials, employees, attorneys, engineering consultants and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, engineering consultants and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or material man. A-44 Cha~ge Orders {4/26/99) Should a change order(s) be required by the Engineer, Contractor shall furnish the Engineer a complete breakdown as to al.[ prices cllarged for work of the change order (unit prices, hourly rates, sub-Contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown infoumation shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Built Sur~eys and Drawings (a) The Contractor shall ~m?loy the se=vices of a City approved third- locations of all new utility lines (including top of pipes, pipe tie- (b) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Section A SP (Revised 9/18/00) Page 21 of 29 (c) Upon completion of construction, the Contractor shall furnish the City with one set of project drawings and specifications, marked with red pen or pencil, showing ail deviations from the original plans, inc]uding any substitution for the materials originally specified. Note: any deviations from the original plans or substitutions for the materials specified require prior approval from the Engineer_ (d) As-built surveys and drawings shall be considered subsidiary to the lump sum bid item for "Demolition anti Miscellaneous Site Preparation". A-46 Disposal of ~ighl¥ Chlorinated Water (7/5/00) (NOT USED) Thc Contractor shall bc rcsponoJblc for thc disposal of water used for testing, disinfection and linc flushing in an approved manner. Contaminants in thc water, particularly high levels of chlorine, will be used for disinfection, and may c3[cccd the permissible limits for discharge into %;orlando or environmentally sensitive arcau. T-hecc are regulated by numerous agencies such as TNRCC, EPA, crc. It will bc thc Contractor's responsibility to comply with thc rcquircmcn~ of all regulatory agcocies in thc disposal of all water used in thc project. Thc mcthodu uf disposal shall bc submitted to thc City for approval. Thcrc shall bc ~o separate pay for disposal of highly chlorinated water_ Contractor shall not -dsc thc City's sanitary oc~cr systcm for disposal of cont0minatcd water_ A-47 Pre-Constx~ctiou E~ploratory EKcavations Prior to any construction in the vicinity of existing utilities, Contractor shall "pot-hole" or excavate to expose ail existing utilities of the project that cross the proposed trench and excavation limits, and Contractor shall survey the exact vertical and horizontal locetion of each crossing and potentially conflicting utility. For existing utilities ~h~ch parallel and are within ten f~et (10') of the proposed e×cavation limits, Contractor shall excavate and expose said existing utilities at a maximum of 300-feet on cente~, and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum on center. Contractor shall then prepare a report and submit it to the City for approval i~]dicating the owner of the utilities excavated and surveyed, as well as the approximate Project Station ~hereof, distance to the proposed excavation centerline, and elevations of the top of the existing utilities. Contractor shall perform no construction work in the vicinity of existing utilities u~til all exploratory excavations ~ave been made in their entire~y, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report_ exploratory excavations shall be considered subsidiary to the lump sum bid item for "Demolition and Miscellaneous Sits Preparation". A-48 Overhead Electric~-~ Wires (7/5/~0) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath o~erhead electsioal wires. There are many overhead wires crossing the construction route and along the construction route~ Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Section A - SP (Revised 9/18/00) ~age 22 of 29 Contractor shall coordinate his work with the electric utility company and inform the electric utility company of his construction schedule with regard to said overhead lines Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity_" A-50 Plan Sheets The drawings for the project are based on field investigations by the AtE, information in the ~o£m of record drawings supplied by the City, and other A-51 Trench Safety If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below gr(3und operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. Ail costs associated with meeting these requirements shall be [ocluded in the amount bid for the item "Trench Safety Plan" as shown in the proposal forms- 1. Qualifications of ~anufacturer's Field Service R~presentatives General: The project requires that for repair of the e~isting lift station wetwell liner material and for installation of the flow metering and odor control equipment the Contractor shall include in his cost to the City specified periods of on-site time of a qualified factory field service specialist to provide certain services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced properly_ This, in turn, will help insure that the item furnished will function as intended and have a useful, trouble-free service life. Prior Approval: As part of the submittal data required, the name and complete qualifications of the person the manufacturer proposes to send as his representative must be included. The Engineer will have the right to eeject any person who, in the Engineer's opinion, is not qualified to perform the required services based on the informatio~ furnished. On-Site Re~ection: In the event a manufacturer's representative, while on the job site, demonstrates (~n the opinion of the Engineer) that he/she is not thoroughly qualified to perform the required services, the Engineee shall have the right to immediately stop these services. The Contractor is obligated to replace t~e manufacturer's representatiue with a perso~ who is qualified to redo as much of the completed services designated by the Engineer and complete the remaining services. This shall be done at no increase in the Contrac~ amou~]t (~(~ cost to the City)_ Video Tapes: The City reserves the right to video tape any and all services performed by manufacturer's field service representatives. The Contractor shall give the Engineer seven Calendar Days aduance notice of when services will be performed by the manufacturer's represenLa%ive_ Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to reschedule services LO accommodate the City. A-53 Errors and O~issions The Contzaetor shall uarefully cheek these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on fhe drawings or specifications, which are not discovered or r~port~d by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Contractor- It is the intent of this Contract that all work must be done and all material must be ~urnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A-54 Lack of Infor~ation If the Bidder feels that there is insufficient information in order for him to prepare his bid and/or construct the work, he is required fo make a written request for additional lnfo~mation. Ail costs associated with the pre-bid ~nvestigation shall be borne by the Bidder, with no compensation from the City. However, the Bidder shall not perform any investigation at the above project site unless a written request is submitted and approved. The Contractor shall not use the lack cf information as a basis for reguesting e×~ra compensation. A-55 Electronic Bid Submittal The Bidder has the option of submitting a computer--generated printout in lieu of the Proposal Sheets 1 - 9 of 9. The printout will list all bid items (including any options and additives) contained on Proposal Sheets 3 - 6 of 9. The printout will be substantially in the form attached to these specifications. If the Contractor chooses to submit a printout, properly completed remaining pages of fhe Proposal (P~oposal Sheet~ 1, 2, 7, 8 au~ 9 of 9) shall accompany the printout. In addition, the printout shall contain the follow4ng statement and signature j m mediately following the Bid Summary: (Contractor) certifies that the unit prices shown on this printout for bid items (including any option and additive) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this printout_ (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid; and further agrees that the official Total Bid amount will be determined by multiplying the Quantity (Column II) in the Proposal by the corresponding Unit Price (Column IV), arid then totaling all the extended amounts. ~l~nature) (Title) (Revised 9/18/00) P~ge 24 of 29 A-56 ~easu£emeut and Payment of Subsidiar~ Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, and the cost of this item of work shall be included in the cost of the item of work to which it is subsidiary. A-57 Pre-quali£ications Requirements If, according to the drawings or standard specifications or technical specifications, any item of material or a manufacturer not named in the documents desires to be prequalified, the bidder or the manufacturer of the product shall submit to the Engineer at least 14 Calendar Days prior to the Bid date, all information and references n~cessa,y to evaluate that the product is equal in quality to the one specified. It is such bidder's or manufacturer's responsibility to provide a complete package of information for this evaluation If approved by the Engineer, the name of the product or manufacturer will be included in a subsequent Addendum prior to the bid date_ A-58 Dewat~ring On this project a soils investigation was not conducted. It is not known if a significant amount of groundwater will be encountered during excavations_ If groundwater is encountered and in the opinion of the Engineer well pointing is required, then the Contractor shall be paid based on the linear foot of trench excavation where well points are ~equired (not by linear ~oot of well-points)_ Bid items for control of groundwater by well-pointing have been incorporated in the proposal. However, the quant]ties listed are arbitrary amounts with no ,~otual relationship to any conditions that might be encountered during construction. A~ny dew__atering method used by the Contractor, other than wel]- pointing,__shall be considered subsidiary to the bid items for the utility line, pipe or culvert, unless approved otherwise by the Engineer. la dny event, the Contractor shall be reql][red to take whatever steps are necessary to provide a stable subgrade for the installation of any culverts, pipes, manholes, structures, etc. Storm water that enters an excavation can be pumped out as long as care is taken to prevent solids and mud from entering the pump suction, and flow is pumped to an Engineer approved location that allows for sheet flow prior to the water entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area, or is impounded by manmade berm(s), p£ior to the flow entering the storm water system. The purpose of sheet flow and ponding is to allow solids screening and/or settling prior to the flow entering a s~orm water conduit or inlet_ Storm water or groundwater shall not be discharged onto private property without permission from the Engineer and property owner_ Dewatering associated with groundwater only: Il: is the i~tent that the Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of the groundwater is equal to or better than the receiving stream, the ©so Bay. Testing of groundwste~ 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. Anol her option for disposal of groundwater would include pumping to the nearest sanitary sewer system. If discharging to temporary h~]ding tanks and trucking to a sanitary sewer or wastewater plant, the (Revised 9/18/00) costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis_ Prior to pumping groundwater from the trench to a sanitary sewer system, Contractor shall contact Mark Shell 857 1817 to obtain a ~no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis costs required The permit will require an estimate of groundwater flow provided by the Contractor. Groundwater flow can be estimated by boring a hole or excavating a short trench, recording the water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A-59 Storage, Access and Security The Contractor will be allowed access to the project site via Everhart Road. The locations of street right of-way, utility easements, temporary construction easements, and access routes, and restrictions on use of the casements and access routes, are shown on the Drawings. At the Country Club Lift Station the storage (]aydown areas) for equipment and materials is limited to the lift station property limits, and to the easements located east of and adjacent to the lift station at the Fairway Apartments. At the Weber Glen force main tie in, the available sto~age/]avdown area is limited to the grass border between thc Everhart Road west-side sidewalk and the west right of-way line. At the end of each day's construction activities, the Contractor shall instal] temporary chain link fencing or other approved means to impede unauthorized access into the construction areas. Thc temporary fencing shall provide a positive obstacle against both pedestrians and vehicular traffic. The use of only orange safety netting will not be permitted. The temporary fencing shall have a minimum height of five feet. A-60 St~rm~-ater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention (SWPP) is critical, and improper implementation can have a negative impact on the adjoining stree[ and private property. Strict compliance to all SWPP items shown on the Drawings shall be enforced In addition, if during the course of the project other minor SWPP items are required to limit or control soil erosion or transport of soil, then the Contractor shall implement these measures at no Jr~crease in the contract price. A-61 T~.~porary Solid Waste Collection Service The usual solid waste collection service will be disrupted at the Fairway Apartments while force main construction and pavement reconstruction takes place at the Country Club Estates Lift Station. The Contractor shall provide temporary solid waste collectio;i service for the apartments whenever the usual solid waste collection service is disrupted. The Contractor shall provide the Engineer with a minimum 5 Calendar Days notice of any disruption to th~ usual solid waste collection service. The temporary solid waste collection service provided by the Contractor will be on the same schedule as the usual solid waste collection service. The Payment to the Contractor for providing this temporary solid waste collection service shall be considered subsidiary to the bid item for "Demolition and Miscellaneous Site Preparation". Section A SP (Revised 9/18/00) Page 26 of 29 A-62 Haint~nance and Control of Wastewater Flows The Contractor shall be ~esponsible for maintaining sewage flows at all times within the e×,stinq sanitary sewer system, and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City ~astewater Department regarding any modifications to the existing system flow patterns, such as rerout[ng flows or by pass pumping. such system modifications will be subject to approval by the Engineer and the City's Wastewater Department, and shall not interfere with the proper operation and function of the wastewater collection system, and shall not restrict access to residences or businesses. In general, the flow level of wastewater in the sanitary sewer system during construction shall be maintained equal or below that of existinU conditions, unless prior approval is received from the Engineer and the City's Wastewater Department. The Contractor shall be responsible for any damage to residences or businesses caused by his failure to maintain the usual sanitary sewer flow level. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays mn same. Sewage or other liquid shall not be pumped, bailed or fIumed over the street or ground surface. No sewage or other liquids shall be handled by allowing flexible or r~gid bypass pipeline through the City's stormwater lines. To bypass the flow, the connections to the e×ist[ng facilities shall be made over the surface by means of flexible and/or rigid pipes, or with flexible and/or rigid pipes placed in a covered treoch. The pipe used for bypassing this flow shall be strong enough to resist any traffic load, and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance to the traffic flow or create any blockage or accident. The Contractor shall be responsible for providing access to the private properties and stleets and maintain a smooth t ra[Iic flo%l during the entire construction phase of this project. The construction and operation of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc., required to maintain and control system flows shall be ~he responsibility of the Contractor. The construction of any temporary gravity flow lines, temporary force main lines, pumping equipment, temporary plugs, temporary flow diversion structures, etc., recruited to maintain and control system flows, and the repair of pavement and grass areas damaged by the construction, shall be considered subsidiary to the various bid items in the Contract, and shall not be measured for payment. A-63 Dust Control The Contractor shat1 take reasonable measures to prevent unnecessary dust- Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. Dusty m~terials in piles or in transit shall be covered to prevent blowing dust. Buildings shall be adequately protected from dust. Monthly payment will be withheld if this prov~s~cn is not followed. A-64 No.se Control and Working Hour Restrictions The Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal a~Dient souud levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least amount of noise consistent with efficient performances of the Work. work which creates a noise level above the ambient sound levels shall not co~u~ence before 7:30 a.m. or continue after 7:30 p.m. without prior approval from the Engineer. Equipment used for by pass pumping operations shall be of a "quiet" fype and shall produce a sound level of less than 60 decibels when measured at the private property line. Section A SP (Revised 9/18/00) Pa~e 27 of 29 A-65 A~l~itional T~e for Co~letion/Lic~idat~ D-m~gea Z~ormation Rela~d to Easement or Pro~rt¥ Acquisitionb~ the City The Contractor is hereby notified that time is of the essence on this project. Currently, the City is in the process of acquiring permanent and temporary easements and additional property for this project (status will be provided at the Pre-Bid Meeting). Within ten (10) Calendar Days after receipt of the written Notice To Proceed, the Contractor shall co~u~ence construction within the areas of the project that are within existing street right-of way or within existing or newly acquired easements~ As noted in Suction A--6, the working time for completion of the project shall be within 120 Calen(~r Days. In the event that any particular easement ~r property has not been accfuired prior to the Contractor requir.ng that easement or property for construction, the Project will be placed on hold until the easement or pro~rty is acquired- Calendar Days will sot be counted against the completion date while construction is on hold due to easement or property acquisition~ Once the Contractor has been notified that the easeme.t or property has been acquired, construction shall co,unence again and the Contractor shall re-mobilize within 7 Calendar Days (not counted against the completion date limit) at no additional cost to the City. The Contractor shall then proceed to complete the ~emainder of the Work in a timely manner, within the remaining allotted nut,Der of Calendar Days- The Contractor shall h~ve no claim for delay compensation. A-66 WIt~)STO~4 Ins~ctions and Certifications The Contractor or Subcontractor directly responsible shall secure, coordinate and pay for the inspection and certification by the Texas ~partment of Insurance for the i]ew eight (8) feet high precast concrete fence that is to be built around the lift station property. This fence structure shall be certified by a third pa~ty, Texas Licensed Pro~easional Engineer for compliance with the requirements of the State Board of Insurance Engineering Division, for th~ Texas Catastrophe Property I~sura~ce Association (TCPIA) . The Contractor ~hall provide for the ~rvices of this engineer and shall include all costs for these services in the base bid. The certification shall be considered subsidiary to the project and there shall be no separate pa~nent made to the Contractor. P RO,.TE C T: OWNER: ENGINEER: CO~F~RACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DP~kWING SUBMITTA~ COMPD ~ ~ ?R1],fr-ouT DEl. MAR AREA STRF. ET 1MPROVI~M~S FHASE rfI OCTOBFR 23.1 CYOUR COMPANY' S NA/v~ HER.~ A1 A2 E~ D21 Il 37.475 SY 5,033 SY 33EA ~ Exr. av~on 6' C~m~nt STBL Salvage Unit P2iu V Bid It,m1Ext F, gun~ Q~ X Uni~ lh'k~ SECTIONS C FEDERAL WAGE RATES AND REQUIREMENTS Page I o1'2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision NO. TX020039 State: TEXAS Construction T%~pe: HEAVY County(les) : NUECE$ SAN PATRIClO HEAVY CONSTRUCTION PROJECTS (incll]ding Sewer and Water Line Construction and Drainage Projects) Modification Number 0 Publication Date 06/13/2003 COUNTY(ies) : NUECES SAN PATRiCIO SUTX2052A 12/01/1987 CARPENTERS (Excluding Form Setting) $ 9 05 CONCRETE FINISHER 7.56 Fringes ELECTRICIAN 13-37 2.58 hABORERS: Con.on 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: Backhoe 9.21 Motor Grader 8.72 WELDERS -- Receive rate prescribed for craft performing operation to which welding is incidental_ Un]isted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a1 (1) (ii)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit Iates. Other designations indicate uhions whose rates have been determined to be prevailing. WAGE DETEP~MiNATION APPEALS PROCESS 1.) Has there been an initial decision ~n the matter? This can be: existing published wage determination survey underlying a wage determination Page 2 of 2 a Wage and Hour Division ]et.t~r setting forth a poeit,on on a wage determ%nation matter a conformance (additional classification and cate) ruling On survey related matters, ~nit[al contact, inciudinq requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and ~.) should be followed. With regard to any other Matter not yet [ipe for t.he formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U- S_ Department of Labor 200 Constitution Avenue, N. W. 2.) If thc answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CF~ Part 7). Write to: Wage and Hour Administrator U.S. Oepartment of Labu£ 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage pa~ent data, project description, area practice material, etc_) that the requestor considers relevant to the issue. 3.) If the decision of the Admirlistrator is not favorable, an interested party may appeal directly to the Adlninistrative Review Board (formerly the Wage Appeals Board)_ Write Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. ~0210 4.) Ail decisions by thc Administrative ~eview Board are final_ END OF GENERAL DECISION httD://W'wW wdo[ ~r~v/wdcd/enafil.~e/A'~,,;,~h'~,'~.~,''T~'Io 4,4., ........ AGREEMENT THE STATE OF TEXA~ COUNTY OF NUECES THIS AGREEMENT is entered into this 10TH day of M~Y, 2005, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and BiG State Excavation,Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,027,420.00 by City and other oD±lga%ions o~ City as set out ~ereln, Contractor will construct and complete certain improvements described as follows: COUNTRY CLUB ESTATES LIFT STATION UPGRADE AND CONNECTION TO FORCE M~IN ~'C" PROJECT NO. 7301 (TOTAL BASE BID + ADD.ALT.: $1,027,420.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. include this Agreement, the bid proposal and specificatiens, including all maps, plats, The Contract Documents instructions, plans and 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 04/.26 05 08:22 F~ 361 358 0766 I BID QTY & ITEM UNIT ! LS 4, 70 LF 5. 150 LF 6~ 30 LF 7. 60 LF $. SEA 9. 2 E^ 1o. 1 £A ll. I EA 12_ 1 EA 13. I EA 14. I E^ 15. I EA III DESCRIPTION Demoli :ion and Miscellaneous Site [~yam Jori, Pe~ LS ~mpl~e in PI~ P~r LS Compl~ h Pla~ P~ LF Compl~ ~ Pl~e P~ ~ Co~l&e ~ Pl~e Per ~ Co~14m ~ Pl~e P~ LF 250, ~pl~e ~ Phce P~ ~ 24" x 1~" DI Re~, M J, Class 250, Compt~ m P[~ P~ EA Ig' 90 ~O[ B~ MJ, CI~ 250, PRO~ FO~ P~ ~ oflO V UNIT BID iTEM EXTENSION PRICE IN (QTY X UNIT PRICE 1~ FIGIYRES FIGURES) $ T~o,o~~ $ Sqg~oc~-~ $ q~ooo, oO s 6,o~' $ t~ooo $ "'1~ '2oo,oo $~1e00~ $ '2 ~ boo. oo sSzoo $. 6;,oo. Oo s~,~o'~ s '2,~oo. oo S g ~:'.'~ s3. e:,o. oo ADiI~NI~U~ NO, I 08:23 F~LX 361 3~8 0?66 ii Apr 2~.05 6;15P~; B10 QT¥ ITEM UNIT ~6- 2 EA 17. 18. 2 EA 19. 2 EA 20. 2 EA 21. 2EA 22. 3 F~ 23. 3 EA 24. 1 EA 25. 4~ 26. 27, 1 EA 28. 2 EA 29. 4 EA 30. ILS III IV V DESCRIPTION lfl' x 1~~' DI ReOueer, FLG, Class 250, C6mpl~e in Ph~ P~ EA 12" 90 ~g D[ B~, ~, CIm~ 350, ~mpl~ m Pla~ Per EA 12" DI B~nd Fl~e, FLG, C[a~ ~14te in Pl~e P~ EA 12" 00 DEG DI Een~ ~, ~l~s 350~ Exmgd~ B~ ~ge, ~s 350, V~ ~ Compile m Pla~ P~ EA V~ve Bo~ ~l~c ~ Pl~e P~ EA 12~ PI~ Valve, ~, w/O~r Box ~ 12" PI~ V~ve, FLG, w/~ Box Compl~ in Place P~ EA 4" Coition Ak ~1~ Valve Smaon~Compl~ in P~ P~ ~ O~d Po~ ~ By-P~s ~p Lift 8~en Wa~ Pme~fi~s ~4 ~ 005 UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) oo 3,4oo.oo s3,o0o s C,, wo,oo $2~b00~ $ ~'~21~. OO PROPOSAL P~g~4 of 10 ~I) UM NO, I J I 04,26 05 o8:23 FAX 361 3~8 0766 ~006 ...... 7- ,,~ ~d~r,oer ~luu; 8808802; Apr-25 05 6:I5P~; Page 77/22 I H BiO QTY & ITEM UNIT 31, 3 EA 32. I EA 33, ILS 34. 1 LS ~.35. 1 LS 36. 400 SY 37. 530 SY 38. 130 SY 39. 820 $¥ 40. 40 LF 41_ 90 LF 42. 60 SF 43. 301) SF ,14. 3EA DESCRIPTION LiR St, ion Pipe Restraint Type Compl, ,te in Place P~r ,FA Lift Su~ion Pipe R~t,ahtt Type 2. Complete in Place Per EA Repair ~VC Liner at Lift Station Wetwell Wall, Complite m P[aae per LS Flow Me~r Manhole, Complele in Place l°er L$ Flow Meter System, Compl4t~ in Place P~rLS Texmr~'Coio~efl [',one Pavoment (5'), C~mplete in Pla*e Per S¥ Concre~ Pavement Incl. Curl: (8"), Cm,lA~-e in Place Per Asphall Pavement (2" RMAC + 6" Base), ~omplete in Plac~ Per SY Single Cour~ Asphalt Seal Coat, Compl? in Place Per SY Con,~ Curb and Outt~r (Everhart Rd.). CJ~le~e in Place P~r LF Con¢f~e Header ~ Apartm~), Complete in Place Per Concr~ R,~.if, For Lifl Station Building (g"), Complal~ in Place Per SF Coner~, ~ Std~n~'alk (5" x 4'), Complain in Pla~ Per SF Compt~ UNIT PRICE IN FIGURES V Bill ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) s 44ff s i7 ,o.oo s 15°° s 4,6oO. oo ITEM UNIT 8805802; 1H DESCRIPTION 45, 400 SY 46, 320 LF 47. 1 LS 48. 3O LF 49_ 1 LS 50. 1 LS 5l. ILS 52. 800 LF 53_ 120 LF 54, 1 LS 55_ 1 LS 56, IL$ G~s S~ag with 4" Topaui[, Complete in Pla~ Per SY P~ecast i2oacretc F~ (8' HeiSt), ~I~ ~ Pia~ Per LF Compile ~ Place P~ ~ Compl~ in Pla~ P~ LF l, 9eh~ule g0 PVC W~ S~ce, C~pI~ in Pla~ P~ LS ~r ~I $~tem, T~eh 8~ Pla~ T~c Cun~l, Mobil~ ~o~ond~in~Ce Per LS s I~ ~,co $ $__~ s 3600. $_'~0~7~t_ S $5'o:0C0- $ ~0)oo0. cO (Please type or print clearly_) TOTAL BASE BID: {Items I thru 56) 18/22 Bm lmmmi EXTENSION (QTY X UNIT PRICE IN lqGtrgF_~) s ~ .°¢¢6 4'-c0. p KOInO~AL FORM Pa~ 6~f 10 'fII IV V U~it The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 120 CALENDAR DAYS after construction is begun. Should Contractor default, liquidated damages as set forth in the Contractor may be liable for Contract Documents_ City will pay Contractor in current funds for performance of the Documents as the work Texas on the date shown contract in accordance with the Contract progresses. Signed in 4 parts at Corpus Christi, above. ATTEST: ~ City Secretary CITY OF CORPUS CHRISTI aid F. Massey, Asst. C~y Mgr_ of Public Works a~d Utilities By: ~ . Ass t/~' '~ t t o ATTEST: (If Corporation) [Sear~61ow) (Note: If Person si~ning for col-potation is not President, attach copy of authorization to sign) Angel//R! Escobar, P.E. Direttor of Engineering Services CONTRACTOR Bi~ State ExeS, 15531 KUYK~NDAHL SUITE 280 (Address) HOUSTON, TX 77090 (City) (State) (Zip) 281/440-8500 * 281/440-8088 (Phone) (Fax) Agreement Page 2 of 2 e4/26/05 08:22 FAX 361 358 0766 8~03802; Apr-~-o~ 6:16PM; Page 13/22 D I PROp SCL 0 S 0SAL FORM/ URE STATEM FOR E N T COUNTRy i=CLUB ESTATES LIFT STATION AND, CONNECTION TO ~ORC~ MAIN D~ARTNiENT OF ENGINEERING SERVICES CITY OF CORPUS C~RISTI, TEXAS ]~ ! ~'1o ~4,26,'05 0~;22 F.~ 5~1 ~5~ 0766 ~]003 Sent E~y: NP La,er Jet 3100; 8803802; Apr 2~-05 6:15P1~; Pag~ 14/22 p acs: C.oP-.Po ,TX a the Sta~e O~ and existin~ %hnder the lawe of u~ indivifiuai Ootm9 business TO: The City o£ CO~-/S Christi, Texas The unc~ersigned hereby proposes Co f~rnish all labor and materials, to~ls, and necessary equipment, and to perform the work required for:{ CO~lvA-~ CLUB ESTATES LIFT ST/~TIONU~ADE A~D CONNECTION TO FOR(~ ~ ~C" at the locations ~ out by th~ p~s and ~pecl~cat~ons ~%d Zn ~rfct a~cordancc{with the contract docLunen~s for the following pricee, ~o-w±t: ~i ~P, oPOsAL PeRM At~me,=t ~ :z Page 2 of 10 l~z mrlO ~ oo4 08'22F)~ 3§1 ~08 0706 H BID QTY & ITEM UNIT I. ]L$ 2. 1 LS 3. 300LF 4. 70 LF 5. is0 LF 6. 30 LF 7. 60 LF 8. SEA 9. 2EA 1o. 1 EA 11. ~ EA 12 1 EA 13, I EA 14. I EA DESCRn~ION L3~-~oli Lion aha MiscMl~aeous Site Pr~par~ fio~ P~ LS Dy-P~ ~pi~ ~ Li~ St~o~ ~mpl~e in ?l~ P~ LS Compl~ ~ Pla~ P~ LF Compl~ ~ PI~ P~ ~ 12" p~C Pi~, DRi 8, Co~e in P{~ee P~ ~ 18" D[ ~, C~ 250 Co~l~m ~ Place P~ LF 12~ DI~ CI~ 350 Co~l~ ~ PI~ P~ LF 24" 45 ~ DI B~ ~, CI~ 250, ~, ~ ~ Deg Di B~d, M J, Class 250, ~ptete in PNcc P~ E& 24" x 1~" DI T~ ~, Q~s 250, C~ ~ Place ~er ~ ~'* x 1~~' DI R~, M~, Class 250, Co~l~ ~ PI~ P~ ~ 24" x 2~~ DI Tee, MJ, Cl~ 250, Com~l~ in Pla~ P~ EA 24" x 1~' DI Tee, M/, Cla~ 250, lg' 90 ~DI B~ MJ, C]~ 250, Compile ~ PI~ Per ~ 18;' x I~ DI Bo~ T~, ~, w/4~ T~, ~S~ 250, ~m~ tn Pl~ P~ EA PROPOflAL FORIvf Pagv3 oflo UNIT PRICE IN v BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ IADT~ MCI. i ~ 0o5 ~4~26(05 08:23 FA~- 361 358 0706 I H ITEM UNIT l& 2 EA 17. IF..& 18. 2 EA 19. 2 EA 20. 2 FaX 21 2~--a_ 22. 3 ~ 23. 3 EA 24. 1 E^ 25. 4EA 26, 2 EA. 27, 1 EA 28. 2 EA 29, 4 EA 30. l LS III IV V DESCRIFIION lg" x 12" DI Reducer, FLG, Class 250, C4mplete in Place Per EA 12- DI ~lug. M3, Cla~ 350, Compl~t~ in Place Per EA 12' 90 DeE lO[ Bend, M J, Cla.~ 350, Complete ha Place Pe! iA 12' x 1~" DI Tee., MI, Clar~s 350, Compl&~ in Place Per EA 12" D[ Blind Flmago, FLG, Cla~$ 350, Complete in Place Per EA 12" 90 DEG DI l~en& FLG, Class Compl~ in Plac~ Per EA 1T' 90 DI~G DI Bend, FLO, w/ Extendea Base Flange, Class 350, Compl&e in Pla~e Per EA 24 Plug. Va/ye, Iv/J, w/GearBox and V~lve ~ox, Compile in place Per EA 16" Plu~J Valve, MI, wt Gear Box and Valve Box, C0mplcte in Ph~ce P~r lEA 12' Plt~ Valve, Iv/J, wt O~r ~o~ and Valve B,~x, Coraplet~ tn Place Per 12" Plu~ Valve, FLO, w/C-car Box and l~dwheel, Complele in Place Per E~, 4" Cotrl~tion Air RMea~ Valve A3aem~l)y, Comvlete ia Place Par F~ Cone P~ Sllppart at By-Paas Pump Stafion~ Complete in Place Per F.A Guard Posts at By-Pass Pump Station, Compl~t~ in Place Per EA Lift Sta ~, Wall P~mett~tions aud Liak-Saals, Complete in Place Per LS UNIT PRICg lin FIGUR~ BID FrY. aM EX"I'ENSION (QTY X UNIT PRICE IN FIGURES) oO $2.g v $ 4,6oo. o $ 6fro~ $ I~tO0,o0 3,40:,.00 2 g' s Idoo- $ 4,4oo.cO PRO. AL FORM ADD.DOM NO, i 04/26/05 08:2.3 F,&X 381 388 0186 ~006 ...... .,,, ,,~- .o=er.4e'[ i51uu; 8803802~ Apr-'25-05 6:151~j Page 17/22 I H ~1~ QTY & ITEM UNIT 31, 3 32. 1 EA 33, ILS 34. 1 LS 35. 1 g$ 36. 400 $¥ 37. 530 SY 38. 130 SY 39, 820 SY 40_ 40 LF 41. i 90 LF 42. ! 6O SF 43. 300 SF 44. 3 EA Con~ Compk m iv v DESCRIPTION LiR Station Pipe R~traim T~ 1, Co~14~ in Phce P~ ~ Lift S~on, Pi~ R~t T~ ~ Complqte ~ Place Per ~ R~ ~C Lin~ at LiR Station Wetwell W~], ~mplfim ~ P~e P~ LS Flow M~er M~le, Complete in H~ Per LS Flow Miner System, Compl4t~ in Place Per LS Textu~'~FColore. xt Cone P~.~tement (5'), C~mplete in Plato P~ SY Cmpl~ in Place P~ SY B~), ~mple~ in Plato P~ SY ~ C~ ~d o~ (Ev~ R&), ~1~ ~ Plac~ P~ LF Con~ H~der C~ LF C~ ~,~ F~ Lift SF ~n~ Sid~a~ (Y' x 4'), tv in Place Per gA PRO~AL ~RM Page 5 ~'10 UNIT BID IT,~/I EXTENSION PRICE IN (QTY X UNIT PRICE IN PIGURES FIGURES) $-DoO-' $ "! ,1o0, ~ $ t x;o $ oo0, oo oo ,600. AI~BI~/DIY~ No. t ,0.1,2.6/05 05:23 F/,2[ 361 358 o766 _ ~) . ....... ~,~,_ o~uv; 8803802J ApP-2fi.05 0;18PM; ~age 18/;!2 ITEM UNIT 45, 4O0 $¥ 46, 320 LF 47. 1 LS 48- 30 LF 49. 3. LS 50. 1 LS 5~. 1 LS 52_ 8O0 LF $3. 120 LF 54, 1 LS 56, ] ES ITl IV ¥ DE$CRI~ION Gross S~dding with 4" Top~oi~ Complete in Place Pet SY Prccazt Concretc Fence (g' H~ght), Compl~ ia Plaoe Per LF Eh~a~ Slid*hag Gate, 8' x 14', Complete h Place P~ ~ Compl4e tn Pla~ P~ LF 1 ~ $eh~le 80 PvC W~ Co~l~ in Place P~ L$ ~r C~I $~tem, Co~l~e in Place P~ LS Tra~sfo~mer Pad~ Compl~e in Place ~ LS Trench ~afety PI~ Core,de in Place P~ ~ C~lBf ~dwa~ by W=ll- Poinfin~. C~pl~ ~ PI~ P~ ~ Sm~t~ Pollmi~ Complete ~ Pla~ P~ ~ ~mple~ in Pla~ P~ LS Mobil~ ition~d~In~ce P~ LS UNIT PRICE IN HGUR~ BID. ITEM ,~TENSION (QTY X UNIT PRICE IN s_ 4o-~ s. 1,7. w. oo s 4 ~o~ $ ~4 ~ ~o9 . tm s %"l°oee $ "5~oo ,oo $. 7~0~ ~ 3 600. .24700. sS~oc~ $ ~ O~ocO. oo CPlease type or print clearly) TOTAL BASE BID: (Items ! thru 56) .q'a'h 4-zO. co PROPCL~A L I~ORM [~008 355 076t~ 88DS~109; ~r-25-05 6:16PM; Psg~ 1D/2~ Pr~v~ all ma~eria~, labor, s~e~sion, ~nt ~ ~sto~z Li~t S~ion, near ~ara~ga Blvd. ~i~tio~ ~ At~aa~nt No, l~to ~m~ NO, 1, c~le~ ~d in pla~ ~r L~ Price Total (Bid I~em~ AA1) PROPOSAL FORM .A~.~.~,--.~ N~. 2; Page 7 of I O .~.7 orlo ~009 .... :04.:~2.6.~,0,~ 08:24 FA.~ ,361 0'7~6 ,-o,~,~'~,~ ,~luu; ~B03~O~; Ap~25-05 8:1~M; Page 20/2~ rela~i%~ to tkm wo~ ~vare4 by his bid or bio(s, that he agrees to do the work, and that no ~epreS~ta~ions made by the City are in any sense a calendar days ex~cut~ the f~el contraQt an~ will deliver a Perfo~an~ Bond (as =s~ir~) ~ ~zure pa~ent for all labor and materials. ~e bond at~ac~ to th~ proposal, in th~ amount mf 5% of th~ hi~hest ~t bid, is tO ~ecome tk~ property Of ~he City af Co~u~ Christi 1~ the event kz~ldated dmage~ f~r th~ delay and a~itt~nal work caused apparmnt low bi,er ~ball, within two days (five days for Contractors outalde withln 120 ~ ~ from the date designated by a Work Order. The und~rsigns~ f~rther d~clares ~t he will provide all do everythinq rm~lr~d t~ carry out th~ ~uve ~mnt~o~ed w~rk covered by =hi~ propom~ in ~triCt accorda~c~ with the contract doc~en~s and the fo%lowing non,be ~) ,~ (SEAL - If Bidder i~!a Coul~oration] Do not d~tachibid from ether papers. Fill in with ~nk and ~uk~it e~mpl~t~ with a=tachedlpapers. PROmDSAL FORM Ps,~ 8 of I0 STATE OF TEXAS COUNTY OF NUECES PERFORMANCE BOND Bond No. 022011888 KlqOW ALL BY THESE PRESENTS: T~AT Biq State Excavation, Inc. of F~tRIS County, Texas, hereinafter called "Principal", and Liberty Mutuallns~anceComp~y , a corporation organized under the laws of the State of Massachusetts ~ 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 ONE MILLION, TWENTY-SE~rEN THOUSAND, FOUR HUNDRED TWENTY ~ NO/100 ($1,027,420.00) 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~E CONDITION OF THIS OBLIGATION IS SUC~ THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10T~ of MAY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: COUNTRY CLUB ESTATES LIFT STATION UPGRADE AbeD CO1N'NECTION TO FORCE ~AIN ~C" PROJECT NO. 7301 (TOTA3~ ~SE BID + ADD_ALT.: $1,027,420.00) NOW, THEREP~DBE, 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. Perfor~nance Bond Page 1 of 2 ?his bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. one IN WITNESS WHEREOF, this instrument is executed in 4 of which shall be deemed an original, this the i9%h May , 20 05 __ copies, each day of PRINCIPAL / ~ ~ iez2~. ~n~//;~/3~Big State Ex avation, ., ATTEST Secretary SURETY Attorney-in fact Steven E. ~hite (Print Name) The Resident Agent of the Surety in Nueces County, notice and sez-~ice of process ks: Agency: Contact Person: Address: Keetch and Associates J. Michael Rhyne 1718 Santa Fe Corpus Christi~ Texas 78404 (361) 883-3803 Texas, for delivery of (NOTE: Date of Performance Bond must not be prior to date of contrach) (Revised 9/02) Performance Bond Page 2 of 2 PAYMENT BOND STATE OF TF_D~%S COUNTY OF ~u~CES § Bond No. 022011888 KNOW ALL BY THESE PRESENTS: THAT Biq State Excavation, Inc. of HARRIS County, Texas, hereinafter called "Principal", and Liberty Mutual Insurance Comply , a corporation organized under the laws of the State of ~ssachusetts 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 ~alled "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 ONE MILLION, ~%~/qTY-SEVEN THOUSAND, FOUR KUN-DP~ED TWENTY AND NO/100 ($1,027,420.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the ~ayment 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: TPIE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the o£incipal entered into a certain contract with the City of Corpus >zisti, dated the 10T~ day MAY , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: COUNTRY CLUB ESTATES LIFT STATION UPGRADE ARD CONNECTION TO FORCE MAIN '~C" PROJECT NO. 7301 (TOTAL BA~E BID + ADD.ALT.: $1,027,420.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED 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, eKtension 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 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-HEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 19~h day of Ma't, 2 0 o8 ATTEST Secretary lnt Name) SURETY Liberty Mutual Insurance Comp~any_ Attorney-in-fact Steven E. Whihe (Prlnt Name) The Resident Agent of the Surety in Nueces County, Texas, for dmlivery o£ notice and sex~ice of process is: Agency'; Contact Person: A~ess: Phone ~her: Keetch and ~sociates J. Michael KhFne 1718 S~ta Fe Cor]pus Christi, Texas 78404 (361) 883-3803 (NOTE: Date of Pay~nent Bond must no~ be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 1702769 THIS POWER OF ATI-ORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney Ilmita the acts of those named herein, and they have no aulhorth/ to bthd the Company excepl In th~ manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSE3-rs POWER OF A3-FORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Libedy Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance coenpany, pursuant to and by authedty of the By-law and Auteddzabon hereinafter set forth, does hereby name, constitute and appoint STEVEN E. WHITE, DON WEIDENFELLER, PHIMP BAKER, EDWARD ARENS, ALL OF THE CFFY OF HOUSTON, STATE OF , each individually il there be more than one r,~rned, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, f¢ and on its behalf as surety and as ils act and deed, anyand all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY MILLION AND 00/100 ............. DOLLARS ($ 20,00~,000.0U .... ) each, and the execution of such undertakings, bonds, recognizances and other surety obligatJans, in pursuance of these presents, shaJl be as binding upon the Company as if they had been duly signed by the president and attested by the secreta~/of the Company in their own proper pers~qs. That this power is made and executed pursL~ant to and by authocty of the falfowing By law and Authorization: ARTICLE Xlll - Execution of Contracls: Section 5. Surety Bonds and Undertakings. Any officer of the Company auteddzed for thai purpose in writing by the chairman or the president, and subject to such limits'dons as the ,... chairman or the president may prescribe, shall appoint such attorney.-in-fact, as may be necessary to act in behaJf of the Company to mane, execute, seal, acknowledge end deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject lo the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and executio~ or any such instruments and to atlach thereto the seal of the Company. When so executed such instruments shall be as binding as If signed by the president and attested by the secretary. ._~ By the following instrument the chairman or the president has authorized the officer or other official named therein to appolnl attomeys-in-f'~ct: Pursuant to Ar'dcle Xlll, Sadden 5 of the By-Laws, Gamel W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, Is hereby authorized to appoint such attumey~-in-fact as may be necessary to ecl in behalf of the Company to rr~ke, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizaccas and other surety obligations. ,~ ,o Thai the By-law and the Authedzation set forth above are true copies thereof and are now in full force and e~fect. IN WITNESS WHEREOF. this Power of Aitomey has been subscribed by an authorized officer or offic~aJ of the Company and the corporate seaJ of E Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28Ih day of March , ~ om. Liberty 2005'~,,~ UBERTY MUTUAL INSURANCE COMPANY ~.~ Garnel W. Elliott, Assistant Secretary ' COMMONWEALTH OF PENNSYLVANIA ss ' COUNTY OF MONTGOMERY O~ this 28th day of M~¢h , 200~ , before me, a Notary Public, personaJiy came Garnet W. Elllott. to me know~, and acknowiedgsd 0 C that he is an Assistsnl Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corpo~atien; and that he executed the above E~- Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto wilh the authorrbJ and at the direction of said corporation. J '~ ~NTEST~M~NYWH~-~`~`-~`-%~`~nt~subscdbedmynameanda~fL~edmyr~tsdalseala~P~ym~uthMee~ng'Pennsy~van~a~nthedayandyear I, the undersigned, Ass~stantq~'Bre[ary of Liberty Mutual Insurance Co~pany, do hereby certify that the odginal power el attomey of which the foregothg is a ~ull, true and correcl copy, is in full force and effect on the data of this cedificate; ~ I do fudt~er ca.fy Ihat the officer or official who executed the said power of attorney is an Assistant Secretary specially authedzed by the chairman or ~ president to appoint attomeys-in-lact as provided In Article XlII. Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or machanlceJly reproduced signatures under and by authority of the following vote of the board of directors of Uberty Mutual Insurance Company at a meeting duly called a~:l held on the 12th d~y of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a cedlfied copy of any power of attorney issued by the company In connection with surety bonds, shall be valid and binding upon the company with Ihe same force and effect as though rr~nually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal ol the said company, this ].9th day of Davii~ M~aroy, Assr[ Secretary Liberty Mutual Surety Bond Number 022011888 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 Liberty Mutufil, Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may wdte the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Your notice of claim against the attached bond may be given to the Surety Company that issued the bond by sending it to the following address: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the claim office by telephone at: 610-832-8240 Premium or Claim Disputes If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253. 048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 - - ~ ~ ~u~ 8803802j Apr 25-05 6:10@M; Pa~ 21/22 ~rrY oF c,o~Pus DISCLOSURE iN= CH of c~ C~ O~ 17~ 12, ~ ~, ~ ~ m~ ~LOSURE If a~l~al ~ace Is n~s~;~ ~ u~ ~ r~e s~e o[ ~ page or a~ach co~g 3% ~ mere ~ffie ~n~hlp In ~e a~ve ~med ~". Name J~ 3. ~.ta~) the names el' each eon~'tz]ting 3% or mor~ 4. State the n~ Df each ~lployee or of T/=~r of a "con~utbr~ fi:~ ~ C~ Of Co~ ~ ~ ~d ~ any ma~ mla~d to ~ ~ of ~la ~n~t a~ ~ an '~em~ In~re~ ~ng ~ or Name ~ ~ GE~F~A~ I ~ ~M all ~e~n R~id~ Is ~o apd ~ of ~e da~ of ~is s~mnt ~t m ~ol.~in~ly DEFINITION8 a. ~Beard Member". A r~ber of any board, commission or comm~ee apl3ointed by the C~ Council of the City of C~pue Christi, Traces, t:) F_mploye~. Any pemqn employed by the City of Corpus Christi, Texas, either on a fulJ o~ part ~ime basis, but not as a?:independent ~onb'actor. c. 'Firm". Any ent~ opeJ'~ated for economic gain, whether professional, industn~J er geminate, iai and whether esta~ishe~to produce er deal w~th a product or service, Including but not limited to, enfi~...op~. _ ed ~nthe form of.sole propnetorsh~, as sel/-employ~:l person, partnership, corporaaon, .!oint stock~ c~mpany, j01n~ venture, receivership or trust and entrdes which, for purpoa~ of taxation, a,~ treated as non-profit organizations. d, "Official=. The Mayor,! membem of the City Council, City Manager, Deputy City Manager, Assistant City Manage~. Departrnent and Division Heads and Municipal Court Judges of the C~ty of Corpus Christi, Texas. e. "Ownership Interest". Legal or equitable interast, whether actually or constructive~y held, in a firm, includhlg whell si.~t interest is held throtl~h an agunt, trust, es,t~t, e or holding entity. "Constructively held" r~if~rs to holding or conic31 established through voting trusts, proxies or special terms of ventur~ er partnemhip agreements. f. "Censu[tant". An~, pe~SOn or firm, such as engineers and architects, hired by ~e City af Corpu~ Christi for the i:~urpose of professional consultation and recommendation. PROPOSAL FOILM Pag~ Ioof'lO ACORD. Guaranty Insurance Services P. O. Box 4745 Houston T~ 77210-4745 Phone:713-939-9898 Fax:866-652-9382 INSURED Big State Excavation~ Inc. Longhorn Interests, 15531 Kukendehl #280 Houston TX 77090 COVERAGES CERTIFICATE OF LIABILITY INSURANCE OF ,0 BIG0-S8 / 05/31/05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA"I1ON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURERB Hudson Specielty Ins. Co. 37079 THE POLICIES OF INSURC~NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NO I%%qTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY P~RT/MN, THE INS URANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO A~L THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE UMITS SHOW~ MAY HAVE BEEN REDUCED BY PA~D CLAIMS D /K C O MME R CLAL G E N E P,~ LL~B ILITY U2072771335 L !X Contractual Lis~ X Host Liquor Limb C U2072771383 B A EXCESS/UMBRELLA LLABILITY X ] occur ~ CLAIMS ~ 1 DEDUCTIBLE /x I RETENTION ~10000 CSPI-UM-00517 WC2072771433 02/01/05 02/01/06 / 02/01/05 02/01/06 02/01/05 02/01/06 02/01/05 02/01/06 EACH OCCURRENCE $1,000,000 __ PREMISES (Em cc~==~r~e) $_ 50 ~ 000 COMBINED $)NGLE LIMIT $ 1000000 pROPERTY DAMAGE AUTO ONLY - FcA ACCIDENT OTHER THAN EA ACC AUTO ONLY: AGG EACH OCCURRENCE AGGREGATE 4000000 4000000 E Install/BldrRisk QT6603246B752 02/01/05 02/01/06 E Lsd/Rentd Equipmt QT6603246B752 02/01/05 02/01/06 DESC~.~q~ONOFO~TIO~/L~A~O~I~H~LE$/EXCLUS~NSADOEDBYEN~RSEMENT/SPEC~LPRO'~N$ Re:~7301 Countr~ Clu~ Estates Lift Station Upgrade & Connection to Force Main "C" Project No. 7301 Add&tional Insured in favor of City of Corpus Christi as respects to General and Auto Liability where required by written contract. CER~FICATEHOLDER CANCELLA~ON City of Corpus Christi Dept. of Engineering Services Attn: Contract A~m~nistrator P.O. Box 9277 Corpus Christi T~ 76469-9277 Jobsite 1,000,000 Per Item 500,000 ACORD 26 (2001108) CITCOR1 © ACORD CORPORATION 1988 CNA POLICY NUMBER U2072771335 ~ G-140331-A (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. //THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: ~/COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: SCHEDULE Designated Project: (Coverage under this endorsement is not affected by an entry or lack of enlry In the Schedule above.) WHO IS AN INSURED (Section II) is amended to include as an insured any person or organizalion, including any person or organization shown in Ihe schedule above, (called additional insured) whom you are required Io add as an additional insured on this policy under a wriilen contract or wrillen agreement; but the writlen contract or written agreemenl musl be: 1. Currently in etfecl or becoming eHective during the term al this policy; and 2. Executed prior to 1he "bodily injury," "property damage," or "personal and adverlising injury". The insurance provided to the additional insured is limited as Iollows: 1. That person or organization is an addilional insured solely Ior liabilib/ due to your n@gligence spedfically resulting tram "your work" for the addilJonal insured which is the subjec! al the wrirlen conlract or wrillen agreement. No coverage applies to liability resulting from Ihe sole negligence o! the additional insured 2. 7he Limits al Insurance applicable to the addillonal insured are those specilied in the wriHen conlracl or writlen agreement or in the Declarations of this policy, whichever is less These Limits al Insurance are inclusive al, and hal in addi6on to, the Limits al Insurance shown in the Declaralions, 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the delinilion ol "insured contracl" under DEFINITIONS (Section V) do hal apply to "bodily injury" or "property damage" arising out al the "products-completed operations hazard" unless required by the writlen coniract or written agreement 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advedising injury" arising out al an architect's, engineer's, or surveyor's rendering at or lallure to render any prolessional services including: e. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, repods, surveys, [ield orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities pedormed as pad of any relaled architectural or engineering activities. As respecls Ihe coverage provided under this endorsemenl, SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS ara amended as follows: 1. The tallowing Is added to Ihe Duties In The Event of Occurrence, Offense, Claim or Suit CondilJon: G-140331-A Page 1 al 2 (Ed. 01/01) G-1~.0331-A (Ed. 01/01) e. An additional insured under this endorsement will as soon as practicable: (1) Give written nolice of an occurrence or an offense Io us which may result in a claim or "suit" under this insurance; (2) Tender Ihe defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which Ihe additional insured has Iora loss we cover under this Coverage Pad. f. We have no duty to delend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suil" from the additional insured. Paragraph 4.b. of the Other Insurance Condition is deleled and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming Ihe additional insured as an insured whelher primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires thal this insurance be eilher primary or primary and noncontributing. G-140331-A Page 2 of 2 (Ed. 01/01) P, QLICY NUMBER: U2072771383 V/ COMMERCIAL AUTO CA 20 48 02 ~9 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, DESIGNATED INSURED This endorsement modifies insurance provided under the following: ,/ BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of Ihe Coverage Form apply unless modified by Ihis endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does nol alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below, Endorsement E,eotive:02/0'1/2_005 . Countersigned By:,¢ /,~M~t,,~. ~.~..~.. Named Insured: ¢ Bi q State E×cavation, Inc. (Authorized Representative) SCHEDULE Name of Pm'aon(s)~Organlzalio~s): City of Corpus Christi Department of Fngineering SVCS P.D. Box 9277 Corpus Christi, TX 78469-9177 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsemenl.) Each person or organization shown in Ihe Schedule is an "insured" for Liability Coverage, bul only Io the exlenl that person or organizalion qualifies as an "insured" under the Who Is An Insured Provision contained in Section II ol the Coverage Form. CA 20 48 02 ~9 Copyright, Insurance Services Office, Inc., 1998 Page I of 1 A. Coverage 1. Any "leased auto" designaled or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow For a covered "auto" that is a "leased auto" Who Is An Inaured is changed [o include as an "insured" the lessor named in the Schedule 2. The coverages provided under this endorsemenl apply to any "leased auto" described in the Schedule until 1he expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Lose Payable Clause 1. We will pay, as if~terest may appear, you and Ihe lesser named in Ibis endorsemen{ for "loss" lo a "leased auto". 2. The insurance covers the in[eresl of the lessor unless the "loss" results from Iraudulen~ acts or omissions on your pad. 3. If we make any payment Io 1he lessor, we will obtain his or her rights against any other par'b/. C. Cancellation 1. If we cancel the policy, we will mail notice lo the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor 3. Cancellation ends this agreement, D. The lessor is not liable for paymen[ of your premiums. E. Additional Definition As used in this endorsement: "Leased aulo" means an "auto" leased or renled to you, including any substitute, replacement or exlra "auto" needed Io meel seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. CA 20 01 10 01 Copyright, ISO Proper'lies, Inc., 2000 Page 2 of 2 POLICY NUMBER: U2072771335 CG02051185 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 Iollowing: ,/ 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 cancellalion or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: Any person or organization that you are 2. Address: required to provide with notice of cancellation of this policy under written contract or agreement. Number of days advance notice: 030 / CG 02 05 11 85 Copyright, Insurance Services Office, Inc., 1984 POLICY NUMBER U 20?2771383 V/ INSURED NAME A~D ADDRESS BIG STATE EXCAVATION, INC. (SEE ENDT) 15531 KI/YKENIDAHL #280 POLICY CHANGES ~NDORSEM~NT EFFECTIVE 5/25/05 This Change Endorsement changes the Policy. Please read it carefully. This Chsnge Endorsement is a part of your Policy ~nd takes effect on the effective date of your Policy, unless another effective date is shown. 30 DAY NOTICE OF CANCELLATION HAS BEEN ADDED IN FAVOR OF THE FOLLOWING: CITY OF CORPUS CRRISTI DEPARTMENT OF ENGINEERING SERVICES A~ffN: CONTI~ACT ADMINISTRATOR / P.O. BOX 927 CORPUS CNRISTI, TX 78469 9277 G 56015-B (ED. 11/91) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) 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. or the Information Page. In [he even[ of cancellation or olher 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 indirecl~y Io benefit anyone no[ named in [he Schedule. Schedule 1 Number of days advance notice: 3o ~/ 2. No[ice will be mailed to: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SVCS P.O. BOX 9277 CORPUS CHRISTI, T~ 78469 9177 (The Information below is reqared or~y,/.~ t~ls ondorsemeof is is~ ued subsequent ~eparation of t~e p(~cy.) Endo~ementE~'tedive 05-25--05 Po(~y~o t~2072771433 ~/ Endor~rrentNo Insurance Company Yalley Forge Insurance Co~paZl)~,ounters~nedby "'// ' ' WC 42 06 01 (Ed. 7-84)